Loading...
01/03/2023-CC-Agenda Packet-RegularCITY COUNCIL MEETING AGENDA JANUARY 03, 2023, 6:00 PM CITY COUNCIL REGULAR MEETING HISTORIC CHURCH BUILDING - 403 N 7TH STREET, SANGER, TEXAS CALL THE WORK SESSION TO ORDER AND ESTABLISH A QUORUM DISCUSSION ITEMS 1. Discussion of the Water and Wastewater Master Study from KSA Engineering. OVERVIEW OF ITEMS ON THE REGULAR AGENDA ADJOURN THE WORK SESSION The Regular Meeting will begin following the Work Session but not earlier than 7:00 p.m. CALL THE REGULAR MEETING TO ORDER AND ESTABLISH A QUORUM INVOCATION AND PLEDGE CITIZENS COMMENTS This is an opportunity for citizens to address the Council on any matter. Comments related to public hearings will be heard when the specific hearing begins. Citizens are allowed 3 minutes to speak. Each speaker must complete the Speaker’s Form and include the topic(s) to be presented. Citizens who wish to address the Council with regard to matters on the agenda will be received at the time the item is considered. The Council is not allowed to converse, deliberate or take action on any matter presented during citizen input. CONSENT AGENDA All items on the Consent Agenda will be acted upon by one vote without being discussed separately unless requested by a Councilmember to remove the item(s) for additional discussion. Any items removed from the Consent Agenda will be taken up for individual consideration. 2. Consideration and possible action on the minutes from the December 19, 2022, meeting. 3. Consideration and possible action accepting the Water and Wastewater Master Study Update from KSA Engineering. 1 PUBLIC HEARING ITEMS 4. Conduct a public hearing on the Replat of Lot 1, Block A of the Kwik Car Addition, and Lot 2, Block A of the Porter Addition, being 0.6748 acres located within the City of Sanger, generally located along Chapman Drive approximately 234 feet west of the intersection of I-35 and Chapman Drive. ACTION ITEMS 5. Consideration and possible action on the Replat of Lot 1, Block A of the Kwik Car Addition, and Lot 2, Block A of the Porter Addition, being 0.6748 acres located within the City of Sanger, generally located along Chapman Drive approximately 234 feet west of the intersection of I-35 and Chapman Drive. 6. Consideration and possible action on awarding a bid to North Rock, LLC for the Porter Park softball field renovations. 7. Consideration and possible action on a contract with North Rock, LLC for the Porter Park softball field renovations in an amount not to exceed $348,579.21, and authorize the City Manager to execute said contract. 8. Consideration and possible action on a Request for Qualifications (RFQ) for professional services to update the Roadway Impact Fee Study. 9. Consideration and possible action on an agreement with the Lower Colorado River Authority (LCRA) for a 5 Year Engineering System Study for an annual amount of $19,163.40, and authorizing the City Manager to execute the agreement. 10. Consideration and possible action on the relocation of a 6” water line by Rangeline Utility Services, LLC located at 701 N. Stemmons and authorize the City Manager to execute agreement. FUTURE AGENDA ITEMS The purpose of this item is to allow the Mayor and Councilmembers to bring forward items they wish to discuss at a future meeting, A Councilmember may inquire about a subject for which notice has not been given. A statement of specific factual information or the recitation of existing policy may be given. Any deliberation shall be limited to a proposal to place the subject on an agenda for a subsequent meeting. Items may be placed on a future meeting agenda with a consensus of the Council or at the call of the Mayor. 2 ADJOURN NOTE: The City Council reserves the right to adjourn into Executive Session as authorized by Texas Government Code, Section 551.001, et seq. (The Texas Open Meetings Act) on any item on its open meeting agenda in accordance with the Texas Open Meetings Act, including, without limitation Sections 551.071-551.087 of the Texas Open Meetings Act. CERTIFICATION I certify that a copy of this meeting notice was posted on the bulletin board at City Hall that is readily accessible to the general public at all times and was posted on the City of Sanger website on December 28, 2022, at 2:00 PM. /s/Kelly Edwards Kelly Edwards, City Secretary The Historical Church is wheelchair accessible. Request for additional accommodations or sign interpretation or other special assistance for disabled attendees must be requested 48 hours prior to the meeting by contacting the City Secretary’s Office at 940.458.7930. 3 CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Jim Bolz, Public Works Director AGENDA ITEM: Discussion of the Water and Wastewater Master Study from KSA Engineering. SUMMARY:  The City of Sanger authorized KSA Engineers to update the 2010 Master Plan for the water and sanitary sewer systems  Scope included: o modeling of the existing systems o projecting future growth o modeling the future systems o identifying the improvements necessary to accommodate future growth o analysis of water supply capacity  KSA also calculated impact fee analysis for both water and sewer FISCAL INFORMATION: N/A RECOMMENDED MOTION OR ACTION: N/A ATTACHMENTS:  Water Distribution System Report  Wastewater Collection System Report 4 Item 1. WATER DISTRIBUTION SYSTEM ANALYSIS AND CAPITAL IMPROVEMENTS for City of Sanger (Denton County, Texas) TCEQ Public Water System No. TX0610006 KSA Project Number SNG.004 Prepared by: 8866 Synergy Drive McKinney, Texas 75070 T: 972-542-2995 F: 888-224-9418 www.ksaeng.com TBPE Firm Registration No. F-1356 Revision Description By Date 0 Final Report Danny Hays, P.E. Shriram Manivannan, P.E. Emily Avery, E.I.T. 8/3/2022 5 Item 1. This Page Intentionally Left Blank! 6 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements i Table of Contents 1 Introduction ....................................................................................................................................... 1-1 1.1 Scope of work............................................................................................................................. 1-1 1.2 Work Plan ................................................................................................................................... 1-1 1.3 Limitations.................................................................................................................................. 1-2 1.4 Acknowledgements .................................................................................................................... 1-2 2 Existing Water System Facilities and Infrastructure .......................................................................... 2-1 2.1 Water System Background ......................................................................................................... 2-1 3 TCEQ Minimum System Capacity Requirements ............................................................................... 3-1 3.1 TCEQ Well Capacity, Storage and Pumping Requirements ........................................................ 3-1 3.2 Capacity Analysis of Existing Water Facilities ............................................................................ 3-2 3.3 TCEQ Adequacy of Service ......................................................................................................... 3-3 4 Projected Population and System Requirements .............................................................................. 4-1 4.1 Projected Population ................................................................................................................. 4-1 4.2 Projected System Requirements ................................................................................................ 4-2 5 Modeling Results ................................................................................................................................ 5-1 5.1 System Demands ........................................................................................................................ 5-1 5.2 Existing Conditions ..................................................................................................................... 5-1 5.3 Future Conditions....................................................................................................................... 5-9 6 Summary of Recommended Facility Improvements .......................................................................... 6-1 6.1 Well Capacity ............................................................................................................................. 6-1 6.2 Line Replacement Program and Looping of System .................................................................. 6-1 6.3 5-Year Improvements ................................................................................................................ 6-2 6.4 10-Year Improvements .............................................................................................................. 6-3 6.5 20-Year Improvements .............................................................................................................. 6-3 6.6 Summary of Proposed Improvements for Future Development ............................................... 6-4 7 Water Distribution Modeling Fundamentals ..................................................................................... 7-1 7.1 Historical Background ................................................................................................................ 7-1 7.2 Hydraulic Terminology and Fundamentals ................................................................................ 7-1 7.3 Hydraulic Simulation Model ....................................................................................................... 7-4 7.4 Applicable Definitions for TCEQ Minimum Capacity Requirements .......................................... 7-4 7 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements ii 8 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 1-1 1 Introduction 1.1 Scope of work The City of Sanger authorized KSA Engineers to update the 2010 Master Plan for the water and sanitary sewer systems. The scope included modeling of the existing systems, projecting future growth, modeling the future systems, identifying the improvements necessary to accommodate future growth, and analysis of water supply capacity. . To assist in navigation through this report, the following is a brief guide to the information contained within each chapter. • Chapter 2 provides a summary of City’s existing water distribution system infrastructure and facilities. • Chapter 3 outlines the evaluation of the City’s water supply and storage capacity against current Texas Commission on Environmental Quality (TCEQ) regulations under Chapter 30 of the Texas Administrative Code (TAC) section 290.45.. • Chapter 4 provides projected growth for the City of Sanger (5, 10 and 20 year) based on NCTCOG growth data and the evaluation of City’s water supply and storage capacity against TCEQ requirements. • Chapter 5 contains a discussion concerning the findings of the modeling of the existing system. • Chapter 6 is a summary containing a discussion centering on the recommended capital improvements including estimated costs of the recommended improvements. • Appendix I contains distribution modeling basis and assumptions as well as a brief information to basic hydraulic terminology and fundamentals. This chapter will provide insight to many of the terms used throughout the report. Appendix II contain several graphical exhibits that are referenced in the report. These exhibits show various maps of the water distribution system and the proposed capital improvements. 1.2 Work Plan A general work plan for performing the above scope of work, consisted of the following: A. Conduct a review of existing information related to the City of Sanger’s water supply and treatment history including the following: 1. TCEQ Drinking Water Watch Data; 2. Customer Meter Reading and Billing Data; and, 3. Available distribution system mapping. B. Create a WaterCAD computer module of the distribution system using all line sizes 2-inches and larger. Model is office calibrated, without field verification or calibration. C. Conduct steady state model simulations for average day, maximum day, peak hour, and TCEQ minimum 1.5 gpm per connection demands for existing conditions as well as for the future 5-, 10- and 20- year future conditions. D. Identify areas of low pressure within the distribution system on the basis the modeled simulations. E. Develop new water system infrastructure improvements to address modeled deficiencies; and, F. Prioritize improvement projects based on city needs and population projections through to year 2040. 9 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 1-2 1.3 Limitations References in this report to any specific commercial product, process or service by trade name, trademark, manufacturer, or otherwise does not necessarily constitute or imply its endorsement, recommendation, or favoring by the City of Sanger, KSA or other individuals or entities specifically mentioned in this report. The projected growth rates shown in this report are estimates based upon NCTCOG growth data or from growth patterns in nearby, similar sized cities. Actual growth rates could be higher or lower based upon a number of factors that are beyond the scope of this study. The design basis for the information presented in this report is preliminary in nature and therefore is subject to change. The facilities and components discussed should be confirmed with more specific data as design development of the capital improvements proceeds. Any project costs shown are opinions of probable construction cost only and are based upon standard construction practices, materials and installation. Costs are reflective of present day prices and are on the basis of conceptual schematics and alignments. Opinions presented do not include costs arising from property and/or easement acquisition, primary electrical service, etc. 1.4 Acknowledgements The cooperation and assistance of City of Sanger staff is gratefully acknowledged 10 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-1 2 Existing Water System Facilities and Infrastructure 2.1 Water System Background The City’s water system presently serves approximately 3,386 metered connections (City data), most of whom are residential customers. The distribution system consists of approximately 66 miles of water mains, ranging in diameter from 20-inches to 2-inches. Source water supply for the city’s public water system is primarily withdrawn from the Trinity aquifer via six active ground water wells. All information presented is from the TCEQ Drinking Water Watch database and data provided by the City staff. A map of the existing system and pipe diameters is shown on the next page. 11 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-2 2.1.1 Groundwater Facilities The groundwater system consists of six active groundwater wells, each with groundwater treatment facilities (chlorine dosed), and four high service pumping facility. The table below represents a tabulation of the various facilities that are contained within the groundwater system production system. Table 2.1 – Existing Groundwater Wells Well Number Location Year Drilled Tested Capacity (gpm) TCEQ Rated Capacity (gpm) 2 1st St and Cherry St ( 1955 80 75 5 Acker St 1982 165 200 6 McReynolds 1913 275 320 7 Utility Rd 2002 600 765 8 1st St and Cherry 2016 625 730 91 FM 455 and Keith Dr 2016 725 720 City Total Capacity (GPM) 2,470 2,810 Cowling Rd2 Cowling Rd (Contracted capacity) - 600 600 System Total Capacity (GPM) 3,070 3,410 System Total Capacity (MGD) 4.4208 4.9104 1Well 9 is currently not in service. 2Cowling Rd well is owned and operated by the Upper Trinity Regional Water District with a contracted capacity of 600 GPM. 2.1.2 Distribution System Facilities The distribution system consists of four high pump service stations, one elevated storage tank, one ground storage tank, and approximately 66 miles of transmission and distribution mains. The City of Sanger water distribution system includes galvanized steel, asbestos cement, and PVC pipes ranging in size from 20-inches to 2-inch in diameter. Water from the wells is pumped to the groundwater treatment facilities (chlorine dosed) located at each well site. At well sites with ground storage tanks, the water is distributed to the system via a high service pump station. At the elevated storage tank sites, water is chlorinated and then is directly pumped into the elevated storage tank. The tables below represent a tabulation of the various facilities that are contained within the distribution system. Table 2.2 – Existing Groundwater Wells Site Location Well Number Ground Storage Facility Elevated Storage Facility Pump Station Facility 1st St and Cherry St 2 & 8 2 GST Total - 1 Pump Acker St 5 1 GST 1 EST 2 Pumps McReynolds 6 - 1 EST 12 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-3 Utility Rd 7 1 GST 1 EST 3 Pumps FM 455 and Keith Dr 91 - - Cowling Road Cowling Rd 1 GST - 2 Pumps Table 2.3 – Distribution System Pumps Well Number Location Duty Pumps Total Capacity (gpm)1 2 1st St and Cherry St 150 5 Acker St (2 Pumps) 600 7 Utility Rd (3 Pumps) 1050 Cowling Rd Cowling Rd (2 Pumps) 1200 Collective Pump StationCapacity 3,000 1: Pump capacity data provided by City staff. Table 1.4 – Distribution Storage Tanks Location Type Capacity (gallons)1 1st St and Cherry St GST 100,000 1st St and Cherry St GST 300,000 Acker St GST 300,000 Acker St EST 500,000 McReynolds EST 200,000 Utility Rd GST 100,000 Walmart District EST 500,000 Cowling Rd GST 500,000 Total Capacity 2,300,000 1: Storage tank capacity provided by City staff. Table 2.5 – Summary of Existing Water Distribution Mains Pipe Diameter (inches) Approximate Total Length (miles) 2 5.29 4 0.54 6 18.82 12 8.04 16 1.84 20 0.29 Total 66.04 13 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-4 The above summary of existing water distribution mains only reflects the length of water mains placed into the water system model. The summary reflects all known water mains 2-inches in diameter and greater. 14 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-1 3 TCEQ Minimum System Capacity Requirements City of Sanger’s water supply and storage capacity evaluation was based on the current Texas Commission on Environmental Quality (TCEQ) regulations under Chapter 30 of the Texas Administrative Code (TAC) section 290.45. Minimum Water System Capacity Requirements listed in 30 TAC 290.45 are directly linked to the number of connections served and the daily demands of the water system. This can have significant impact on the analysis of an existing water system and its abilities to serve not only the connections and demands of the existing facility designs, but also the current and future numbers of connections served, or to be served, along with their respective daily demands. For the purposes of this master plan, the analysis of minimum system capacity requirements has been limited to the requirements for well capacity, total storage, elevated storage, and high service pumping. 3.1 TCEQ Well Capacity, Storage and Pumping Requirements The TCEQ rules for minimum system capacity requirements for community water systems are divided in to two categories dependent upon whether the system is served by groundwater or surface water. The groundwater system rules are further divided based upon the number of connections in the water system. The City of Sanger system is served by a ground water source, therefore the groundwater rules will be applied. A summary of the applicable rules are shown in Table 3.1 below. Table 3.1 – Applicable Rules From 30 TAC 290, Subchapter D TCEQ Groundwater System Rule Rule Text Well Capacity 290.45(b)(1)(D)(i) Two or more wells having a total capacity of 0.6 gpm per connection. Where an interconnection is provided with another acceptable water system capable of supplying at least 0.35 gpm for each connection in the combined system under emergency conditions, an additional well will not be required as long as the 0.6 gpm per connection requirement is met for each system on an individual basis. Each water system must still meet the storage and pressure maintenance requirements on an individual basis unless the interconnection is permanently open. In this case, the systems' capacities will be rated as though a single system existed Total Storage 290.45(b)(1)(D)(ii) Total storage capacity of 200 gallons per connection. Pump Capacity 290.45(b)(1)( D)(iii) Two or more pumps having a total capacity of 2.0 gpm per connection or that have a total capacity of at least 1,000 gpm and the ability to meet peak hourly demands with the largest pump out of service, whichever is less, at each pump station or pressure plane. For systems which provide an elevated storage capacity of 200 gallons per connection, two service pumps with a minimum combined capacity of 0.6 gpm per connection are required. If only wells and elevated storage are provided, service pumps are not required. Elevated Storage 290.45(b)(1)( D)(iv) An elevated storage capacity of 100 gallons per connection or a pressure tank capacity of 20 gallons per connection. If pressure tanks are used, a maximum capacity of 30,000 15 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-2 gallons is sufficient for up to 2,500 connections. An elevated storage capacity of 100 gallons per connection is required for systems with more than 2,500 connections. Alternate methods of pressure maintenance may be proposed and will be approved if the criteria contained in subsection (g)(5) of this section are met. 3.2 Capacity Analysis of Existing Water Facilities Capacity analysis of existing water system facilities and their ability to meet the TCEQ Minimum System Capacity Requirements were performed using connection and demand data specific to the City’s system. This information is presented in the following sections. The comparative analysis is based upon 3,386 active connections (provided by city staff). 3.2.1 Existing Well Production Capacity Analysis Analysis of existing well production capacity against TCEQ minimum system capacity requirements is presented in Table 3.2 below. Groundwater supplied to the system includes Wells 2, 5, 6, 7, 8, and the well at Cowling Road (owned and operated by the Upper Trinity Regional Water District). It should be noted that Well 9 is currently out of service; however, the tested capacity of Well 9 is included for the purposes of this evaluation. This analysis is conducted on the basis of the 3,386 existing active connections in the system. Table 3.2 – Required Well Capacity by Number of Connections Portion of System Existing Active Number of Connections Required Well Capacity (gpm)(1) Existing Tested Well Capacity (gpm) Entire System 3,386 2,032 2,345 gpm (tested, without Well #9 in service) 3,070 gpm (tested, with Well #9 in service) (1) Based upon a minimum capacity requirement of 0.6 gpm per connection. As evident from Table 3.2 the system meets the minimum requirement for well production capacity based upon the tested capacity of the wells. 3.2.2 Existing Total Storage Capacity Analysis Analysis of existing total storage capacity against TCEQ minimum system capacity requirements is presented in Table 3.3. This analysis is conducted based upon the number of existing active connections within the system. Table 3.3 – Required Total Storage by Number of Connections Portion of System Approximate Number of Connections Required Storage Capacity (gallons)(1) Existing Storage Capacity (gallons)(2) Entire System 3,386 677,200 2,500,00 (1) Based upon a minimum capacity requirement of 200 gallons per connection. (2) Includes only ground storage tanks, elevated storage tanks, and standpipes within the current system configuration. Based upon Table 4.3 the system meets the minimum requirement for total storage. 3.2.3 Existing Elevated Storage Capacity Analysis Analysis of existing elevated storage capacity against TCEQ minimum system capacity requirements is presented in Table 3.4. This analysis is conducted based upon the approximate number of existing active connections within the system. Table 2 – Required Elevated Storage by Number of Connections 16 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-3 Table 3.4 – Existing Groundwater Wells Portion of System Approximate Number of Connections Required Storage Capacity (gallons) Existing Storage Capacity (gallons)(3) Entire System 3,386 338,600 1,200,000 (1) Based upon a minimum capacity requirement of 100 gallons per connection. (2) Includes only elevated storage tanks, and standpipes within the current system configuration. Table 3.4 indicates the system exceeds the minimum required for elevated storage based upon the minimum required 100 gallons/connection. Existing High Service Pumping Capacity Analysis Analysis of existing high service pumping capacity against TCEQ minimum system capacity requirements is presented in Table 3.5. This analysis is conducted based upon the approximate number of existing active connections within the system.. Table 3.5 – Required High Service Pumping Capacity Portion of System Approximate Number of Connections Required Pumping Capacity Existing Pumping Capacity (gpm) Entire System 3,386 1000 3,000 Based upon Table 3.5, the system meets the minimum 1000 gpm total pumping capacity with the ability to meet peak hour demands with the largest pump out of service. The system also supplies over 200 gallons of elevated storage per connection, and it does meet the 0.6 gpm pumping capacity per connection requirement. 3.3 TCEQ Adequacy of Service Another consideration in planning for future growth is based upon a TCEQ regulation concerning adequacy of service. This regulation can be found in 30 TAC 291.93.(3) and reads as follows: “A retail public utility that possesses a certificate of public convenience and necessity that has reached 85% of its capacity as compared to the most restrictive criteria of the commission's minimum capacity requirements in Chapter 290 of this title shall submit to the executive director a planning report that clearly explains how the retail public utility will provide the expected service demands to the remaining areas within the boundaries of its certificated area. A report is not required if the source of supply available to the utility service provider is reduced to below the 85% level due to a court or agency conservation order unless that order is expected to extend for more than 18 months from the date it is entered in which case a report shall be required.” Based upon this 85% requirement Table 3.6 was created indicating adequacy of service for the City of Sanger water system as currently operated. 17 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-4 Table 3.6 – Adequacy of Service Requirements Minimum System Capacity Criteria System Capacity TCEQ Required Capacity(1) Percentage of Capacity Meets TCEQ minimum capacity requirements? Well Capacity 2,345 gpm (tested, without Well #9 in service) 3,070 gpm (tested, with Well #9 in service) 2,032 gpm 87% (tested, without Well #9 in service) 66% (tested, with Well #9 in service) Yes, however without Well #9 in service, system has surpassed 85% limit. It is recommended to bring Well #9 back in service. Total Storage 2,500,000 gallons 677,200 gallons 27% Yes Elevated Storage(2) 1,200,000 gallons 338,600 gallons 28% Yes Pumping Capacity(3) 3,000 gpm 2,031 gpm 60% Yes (1) Based upon the number of connections within the pressure zone served. (2) Criteria shown is based upon an elevated storage capacity of 100 gallons/connection. (3) Criteria shown is based upon a minimum of 2 gpm/connection or that have a capacity of 1000 gpm and can meet peak hourly demands with the largest pump out of service. With the system supplying more than 200 gallons of elevated storage per connection, the pumping capacity must provide 0.6 gpm per connection. 18 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-1 4 Projected Population and System Requirements 4.1 Projected Population The City of Sanger service area consists of the incorporated area of Sanger, Texas in Denton County. In order to develop future population growth for the city, the NCTCOG population projection growth rate of 3.2% CAGR was used to estimate the future population. This data can be seen in Table 4.1. Table 4.1 –Population Projections Year Sanger, Texas Population (Est.) 2019 8,800 2020 9,080 2025 10,629 2030 12,442 2040 17,048 Using the projected population for the City of Sanger, shown above in Table 4.1, a projected number of water system connections can be developed for the system. In order to establish the number of future connections the ratio of persons per connection must be calculated. For the purposes of this study the projected population values have been divided by 2.68 the estimated number of person per household per the City’s 2020 population and number of customer meters. Table 4.2 –Connection Projections Year Estimated Population Estimated Total Connections (Calculated per Ratio) 2020 (current) 9,080 3,386 2025 10,629 3,966 2030 12,442 4,643 2040 17,048 6,361 19 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-2 4.2 Projected System Requirements Capacity analysis of future system requirements (2025, 2030 and 2040) and their ability to meet the TCEQ Minimum System Capacity Requirements were performed using project population, connection and demand data specific to the City’s system. Table 4.3 –Connection Projections Projected System Needs 2020 (Current) 2025 2030 2040 Population 9,080 10,629 12,442 17,048 Active Connections 3,386 3,966 4,643 6,361 Well Capacity Assessment Existing Facilities System Capacity 3,070 gpm (tested, with Well #9 in service) 2,345 gpm (tested, without Well #9 in service) TCEQ Required Capacity 2,032 gpm 2,380 gpm 2,786 gpm 3,817 gpm Additional Capacity Needed None required None required Planning for new Well required Additional 750 gpm required Notes Bring Well #9 back into service Bring Well #9 back into service 85% limit reached, start planning for new well capacity Required capacity exceeded, install new well(s) Total Storage Capacity Assessment Current System Capacity 2,500,000 gal TCEQ Required Capacity 677,200 gal 793,200 gal 928,600 gal 1,272,200 gal Additional Capacity Needed None required None required None required None required 20 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-3 Elevated Storage Capacity Assessment Current System Capacity 1,200,000 gal TCEQ Required Capacity 338,600 gal 396,600 gal 464,300 gal 636,100 gal Additional Capacity Needed None required None required None required None required Notes Meets both 100 gal and 200 gal per connection requirement for EST capacity. Meets both 100 gal per connection and 200 gal per connection requirement for EST capacity. Meets both 100 gal and 200 gal per connection requirement for EST capacity. Meets 100 gal per connection, however does not meet 200 gal per connection (TAC Ch. 290.45 b.D.iii). Pumping Capacity Assessment Current System Capacity 3,000 gpm TCEQ Required Capacity 1,000 gpm 1,000 gpm 1,000 gpm 1000 gpm Additional Capacity Needed None required None required None required None required Notes Per TAC Ch. 290.45 b.D.iii, does not meet 200 gal per connection. Must supply 1000 gpm per connection with largest pumps out of service. 21 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-4 A summary of the number of connections the system can support before each capacity criteria requires design is shown in Table 4.4 below. The system has already passed the number of connections supported at 85% capacity for the wells and will need to either install a new well or bring Well #9 into service again. The next criteria that will require design is elevated storage. However, the amount of total storage is adequate through the next 30 years, per the population and corresponding total number of connections estimations. Table 4.4 – Estimated Number of Connections System Can Support Before Reaching 85% Capacity of TCEQ Requirements Minimum System Capacity Criteria 85% System Capacity – Design Required (gpm) No. of Connections Supported at 85% Cap Well Capacity(1) 2,610 4,350 Total Storage(2) 2,125,000 10,625 Elevated Storage(3) 1,020,000 10,200 Pumping Capacity(4) 2,550 (1) Criteria shown is based on 0.6 gpm per connection. (2) Criteria shown is based on 200 gallons/connection. (3) Criteria shown is based upon an elevated storage capacity of 100 gallons/connection. (4) Criteria shown is based upon a minimum of 2 gpm/connection. However, a system that has a capacity of 1000 gpm and can meet peak hourly demands with the largest pump out of service is also adequate per the TCEQ. 22 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-1 5 Modeling Results 5.1 System Demands The City of Sanger provides water service to approximately 3,386 metered connections. The magnitude and distribution of water demands were determined from analysis of city water records and used in development of the WaterCAD computer model of the distribution system. The following water demands are of particular interest in analysis of a water distribution system. • Average Daily Demand: The average amount of water used each day during a calendar year, i.e., annual water usage / 365 days (provided by City staff). • Maximum Daily Demand: Maximum daily demand is 2.4 times the average daily demand of the system per TAC CH 290.38.46. • Peak Hourly Demand: In the absence of specific system data the peak hourly demand is calculated using the maximum daily demand multiplied by a peak hour factor defined by the TCEQ. For systems that meet the minimum capacity requirement for elevated storage this factor is 1.25, and for systems that do not meet the minimum capacity requirement for elevated storage, or use hydro- pneumatic tanks, this factor is 1.82. • 1.5 gpm per Connection Demand: The required minimum demand established by the TCEQ for which a public water system must maintain a minimum system pressure of 35 psi. 5.1.1 Demand Allocation Table 5.1 – Connection Projections Number of Connections Average Day Flow GPM Maximum Day Flow GPM Peak Flow Rate GPM Demand per Connection 0.16 0.384 0.48 2020 3,386 542 1300 1625 2025 3,966 635 1523 1904 2030 4,643 743 1783 2229 2040 6,361 1018 2443 3053 5.2 Existing Conditions Static condition modeling simulations were conducted for the existing average day demand, existing maximum day demand, existing peak hour demand, and TCEQ 1.5 gpm per connection demand. 5.2.1 Average Day Demand Under the average daily demand scenario, no pressures below 35 psi were discovered other than those located within the pump station piping between the ground storage tank and the suction side of the high service pumps (1st &Cherry, Acker Rd, Utility Rd, and Cowling Rd pump stations). Pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under average day demand conditions (mention rule number). A pressure contour map of the results of this scenario is shown below. 23 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-2 This Page Intentionally Left Blank! 24 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - AVG DAY | 4/1/2022 - 8:52 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM AVERAGE DAY DEMAND EX H I B I T 1 25 Item 1. 26 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-3 5.2.2 Maximum Day Demand The maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed no pressures below 35. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 27 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-4 This Page Intentionally Left Blank! 28 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - MAX DAY | 4/1/2022 - 8:54 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM MAXIMUM DAY DEMAND EX H I B I T 2 29 Item 1. 30 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-5 5.2.3 Peak Hour Demand This demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 31 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-6 This Page Intentionally Left Blank! 32 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - PK HOUR | 4/1/2022 - 8:59 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM PEAK HOUR DEMAND EX H I B I T 3 33 Item 1. 34 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-7 5.2.4 TCEQ 1.5 gpm per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed no pressures below 35 psi. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 35 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-8 This Page Intentionally Left Blank! 36 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - 1.5 GPM | 4/1/2022 - 9:00 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM 1.5 GPM PER CONNECTION DEMAND EX H I B I T 4 37 Item 1. 38 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-9 5.3 Future Conditions Static condition modeling simulations were conducted for the future 5-year, 10-year, and 20-year average day demand, maximum day demand, peak hour demand, and TCEQ 1.5 gpm per connection demand scenarios. 5.3.1 Development of Future Water Demands and Growth Areas Water demand projections for future conditions (ie. 5-year, 10-year and 20-year projections) were developed using detailed comprehensive plan (supplied by City staff) and historical water demand information. Figure xx shows the location of the future developments per city comprehensive plan. Figure 5.1: Future development areas per comprehensive plan. Growth Areas identified in the comprehensive plan includes: #1 – FM 455 & I-35/Southwest Corner #2 – FM 455 Corridor (East of I-35) #3 – Downtown Sanger #4 – FM 455 & I-35/Northwest Corner 39 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-10 #5 – Light Industrial near Walmart Distribution Center #6 – I-35 Corridor (west of I-35 in Core of Sanger) #7 – Belz Road & I-35 (Northwest Corner) #8 – 5th Street Corridor (North of FM 455) #9 – Linda Tutt Learning Center/SISD Site #10 – Lake Ray Roberts #11 – FM 455 & Future Indian Lane Extension Based on discussions with the city staff with respect to growth projected for the city in the 5-year, 10-year and 20-year scenarios, the following water demands were projected for the future development areas, which were further used in the water distribution modeling analysis. Table 5.1 –Connection Projections Growth Area 2025 2030 2040 Number of Additional Connections Additional Average Day Flow GPM Number of Additional Connections Additional Average Day Flow GPM Number of Additional Connections Additional Average Day Flow GPM #1 29 4.64 #2 29 4.64 #3 29 4.64 #4 29 4.64 #5 174 27.84 118 18.93 301 48.13 #6 29 4.64 #7 232 37.12 136 21.6 258 41.26 #8 29 4.64 #9 29 4.64 #10 304 48.67 860 137.52 #11 118 18.93 301 48.13 Total 580 93 679 108 1719 275 40 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-11 5.3.2 5-Year Average Day Demand Under the proposed 5-year average daily demand scenario, no pressures below 35 psi were discovered. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 41 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-12 This Page Intentionally Left Blank! 42 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - AVG DAY | 4/1/2022 - 9:07 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM AVERAGE DAY DEMAND EX H I B I T 5 43 Item 1. 44 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-13 5.3.3 5-Year Maximum Day Demand The proposed 5-year maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed no pressures below 35. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 45 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-14 This Page Intentionally Left Blank! 46 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - MAX DAY | 4/1/2022 - 9:09 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM MAXIMUM DAY DEMAND EX H I B I T 6 47 Item 1. 48 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-15 5.3.4 5-Year Peak Hour Demand The proposed 5-year peak hour demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 49 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-16 This Page Intentionally Left Blank! 50 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - PK HOUR | 4/1/2022 - 9:11 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM PEAK HOUR DEMAND EX H I B I T 7 51 Item 1. 52 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-17 5.3.5 5-Year 1.5 GPM per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed no pressures below 35 psi. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 53 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-18 This Page Intentionally Left Blank! 54 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - 1.5 GPM | 4/1/2022 - 9:14 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM 1.5 GPM PER CONNECTION DEMAND EX H I B I T 8 55 Item 1. 56 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-19 5.3.6 10-Year Average Day Demand Under the proposed 10-year average daily demand scenario, pressures above 100 psi were discovered east along FM 455 toward Lake Ray Roberts. This is due to a lower elevation in that area and relatively low demands. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 57 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-20 This Page Intentionally Left Blank! 58 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - AVG DAY | 4/1/2022 - 9:22 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM AVERAGE DAY DEMAND EX H I B I T 9 59 Item 1. 60 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-21 5.3.7 10-Year Maximum Day Demand The proposed 10-year maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed pressures above 100 psi discovered east along FM 455 toward Lake Ray Roberts. This is due to a lower elevation in that area and relatively low demands. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 61 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-22 This Page Intentionally Left Blank! 62 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - MAX DAY | 4/1/2022 - 9:23 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM MAXIMUM DAY DEMAND EX H I B I T 1 0 63 Item 1. 64 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-23 5.3.8 10-Year Peak Hour Demand The proposed 10-year peak hour demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 65 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-24 This Page Intentionally Left Blank! 66 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - PK HOUR | 4/1/2022 - 9:25 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM PEAK HOUR DEMAND EX H I B I T 1 1 67 Item 1. 68 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-25 5.3.9 10-Year 1.5 GPM per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed no pressures below 35 psi. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 69 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-26 This Page Intentionally Left Blank! 70 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - 1.5 GPM | 4/1/2022 - 9:26 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM 1.5.GPM PER CONNECTION DEMAND EX H I B I T 1 2 71 Item 1. 72 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-27 5.3.10 20-Year Average Day Demand Under the proposed 20-year average daily demand scenario, pressures above 100 psi were discovered east along FM 455 toward Lake Ray Roberts. This is due to a lower elevation in that area and relatively low demands. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 73 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-28 This Page Intentionally Left Blank! 74 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - AVG DAY | 4/1/2022 - 9:27 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM AVERAGE DAY DEMAND EX H I B I T 1 3 75 Item 1. 76 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-29 5.3.11 20-Year Maximum Day Demand The proposed 20-year maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 77 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-30 This Page Intentionally Left Blank! 78 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - MAX DAY | 4/1/2022 - 9:30 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM MAXIMUM DAY DEMAND EX H I B I T 1 4 79 Item 1. 80 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-31 5.3.12 20-Year Peak Hour Demand The proposed 20-year peak hour demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 81 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-32 This Page Intentionally Left Blank! 82 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - PK HOUR | 4/1/2022 - 9:37 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM PEAK HOUR DEMAND EX H I B I T 1 5 83 Item 1. 84 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-33 5.3.13 20-Year 1.5 GPM per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed pressures below 35 psi, and therefore indicate a need for new pumping facilities to increase pressures. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 85 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-34 This Page Intentionally Left Blank! 86 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - 1.5 GPM | 4/1/2022 - 9:40 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM 1.5.GPM PER CONNECTION DEMAND EX H I B I T 1 6 87 Item 1. 88 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-35 5.3.14 Modeling Summary Table 5.2 –Connection Projections Modeling Findings Existing System 2025 2030 2040 Population 9,080 10,629 12,442 17,048 Active Connections 3,386 3,966 4,643 6,361 Flow Demand Scenarios and Requirements Average Daily Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Maximum Daily Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Peak Hour Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure 1.5 GPM Per connection Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Does not meet TCEQ criteria for minimum pressure Notes Higher pressures up to 105 psi are realized close to Lake Ray Roberts (lower elevation area east of the City), for Average Daily and Max Daily demand. Higher pressures up to 105 psi are realized close to Lake Ray Roberts (lower elevation area east of the City), for Average Daily demand. 89 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-1 6 Summary of Recommended Facility Improvements 6.1 Well Capacity Per Table 3.6, the City has reached the 85% of the available well capacity (TCEQ regulation concerning adequacy of service) without Well 9 in service under all conditions (existing and 5-year projection). It is recommended that Well 9 be reinstated to allow the system to continue to meet the TCEQ requirements. Per table 4.1, given the NCTCOG growth projections, it is expected that by year 2030 the available well capacity will have exceeded the 85% TCEQ regulation concerning adequacy of service and as such new wells will need to be installed for future development. 6.2 Line Replacement Program and Looping of System It is recommended that the City begin an annual program to replace existing undersized lines. Priority should be given to those lines under 2-inches and known 2-inch lines with more than 10 connections. Additionally, when opportunity presents, dead-end lines should be connected together to form loops within the system. Upsizing the 2-inch and under, and 4-inch lines with a 6-inch line is preferred, as that will enable the installation and connection of a fire hydrant on the line. Consideration should be given to the maximum number of connections allowed on any given pipe size. For reference the figure from 30 TAC 290.44(c) can be seen in Table 7.1. A more detailed description of the improvements in each area follows. Table 6.1 – TCEQ Maximum Connections per Line Size Maximum Number of Connections Minimum Line Size (inches) 10 2 25 2.5 50 3 100 4 150 5 250 6 >250 8 and larger To further help alleviate pressures in the system, it is also recommended to upsized pipes where the velocities are near or above 6 feet per second (fps). This line replacement and looping program should be the priority for the 5 year improvements. 6.3 5-Year Improvements 90 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-2 Please refer to section 5.3 for the locations of the growth areas for the five-year improvements. Description Unit Quantity Unit Cost Total Cost Facility Improvements Reinstate Well 9 LS 1 $100,000 $100,000 Line Improvements related to Future Development at Growth Areas Area #1 – 6” Line LF 200 $ 78.00 $ 15,600.00 Area #2 – 8” Line LF 1200 $ 83.00 $ 99,600.00 Area #3 – 6” Line LF 500 $ 78.00 $ 39,000.00 Area #4 – 8” Line LF 1600 $ 83.00 $132,800.00 Area #5 and North– 12” Line LF 3300 $ 123.00 $405,900.00 Area #6 – 6” Line LF 1200 $ 78.00 $ 93,600.00 Area #7 – 8” Line LF 2100 $ 83.00 $174,300.00 Area #8 – 6” Line LF 1500 $ 78.00 $117,000.00 Area #9 – 6” Line LF 350 $ 78.00 $ 27,300.00 Line Improvements related to Upsizing of Existing 2”, 3”, and 4” Lines E Willow (Railroad to Jones) LF 660 78 $ 51,480.00 Sims (S of Willow to Jones) LF 770 78 $ 60,060.00 Elm (4th to 1st) LF 742 78 $ 57,876.00 Marshall (5th to N of Wood) LF 890 78 $ 69,420.00 Wood (7th to 5th) LF 450 78 $ 35,100.00 Wood (Stemmons to 10th) LF 1190 78 $ 92,820.00 Church (7th to 5th) LF 460 78 $ 35,880.00 Church (Apartments to 10th) LF 600 78 $ 46,800.00 FM 455 (Indian Lane looping) – 16” LF 250 140 $ 35,000.00 Pecan (5th to 3rd) LF 550 78 $ 42,900.00 Pecan (10th to 7th) LF 1050 78 $ 81,900.00 Peach (5th to 2nd) LF 770 78 $ 60,060.00 Peach (10th to 7th) LF 720 78 $ 56,160.00 Plum (along 10th to 3rd) LF 1930 78 $150,540.00 Keith (FM 455 to ex. 6”) LF 1350 78 $105,300.00 5th & 6th (7th, turn to Chapman) LF 930 78 $ 72,540.00 Southland, Southmanor, LF 1860 78 $145,080.00 91 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-3 Southpark (West of Southmeadow) Hunters Ct (west of Freese) LF 100 78 $ 7,800.00 11th (Elm to Hughes) LF 740 78 $ 57,720.00 13th (Bolivar to Hughes) LF 420 78 $ 32,760.00 3rd (Austin to Jackilue) LF 330 78 $ 25,740.00 Total $2,528,036.00 6.4 10-Year Improvements Please refer to section 5.3 for the locations of the growth areas for the ten-year improvements. Description Unit Quantity Unit Cost Total Cost Facility Improvements for Lake Ray Roberts Proposed New 250 GPM Well(s) LS 1 $1,800,000 $1,800,000.00 Line Improvements related to Future Development at Growth Areas Area #5 and North– 12” Line LF 3450 123 $ 424,350.00 Area #7 – 8” Line LF 1800 83 $ 149,400.00 Area #10 – 12” Line LF 18,300 78 $ 1,427,400.00 Area #11 – 6” Line LF 1950 78 $ 152,100.00 Total $3,953,250.00 6.5 20-Year Improvements Please refer to section 5.3 for the locations of the growth areas for the twenty-year improvements. Description Unit Quantity Unit Cost Total Cost Facility Improvements for Lake Ray Roberts Proposed New 600 GPM Well(s) LS 1 $3,500,000 $3,500,000.00 Line Improvements related to Future Development at Growth Areas Area #5 and North – 12” Line LF 2400 123 $ 295,200.00 Area #7 – 8” Line LF 2100 83 $ 174,300.00 Area #10 – 6” Line LF 5250 78 $ 409,500.00 Area #11 – 6” Line LF 1500 78 $ 117,000.00 Total $4,496,000.00 6.6 Summary of Proposed Improvements for Future Development 92 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-4 The costs estimated for the 5, 10, and 20 year improvements include only construction estimates and does not include engineering fees, administrative costs, funding fees, acquisition costs, construction supervision, etc. 6.6 Summary of Proposed Improvements for Future Development 6.6.1 5-Year Improvements 1) Bring Well 9 back into service. 2) Line replacement program and looping per TCEQ guidelines and to facilitate improved fire protection. 3) Line extensions and distribution system improvements to service future development areas including areas 1, 2, 3, 4, 5, 6, 7, 8, and 9. 6.6.2 10-Year Improvements 1) Installation of new well(s), totaling 250 GPM to accommodate for future growth. 2) Line extensions and distribution system improvements to service future development areas including areas 5, 7, 10, and 11. 6.6.3 20-Year Improvements 1) Installation of new well(s), totaling 600 GPM to accommodate for future growth. 2) Line extensions and distribution system improvements to service future development areas including areas 5, 7, 10, and 11. 6.6.4 Impact Fee Analysis The impact fee was calculated by estimating the cost of each improvement required to provide water service to the extents of the Proposed Improvements for Future Development. The total costs of these improvements was then divided by the number of additional future connections to be served. This provides an average per connection cost for the improvements. The impact fee analysis is briefly described as follows: 𝐼𝑙𝑙𝑎𝑎𝑟 𝐹𝑎𝑎=𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑟𝑟 𝑙𝑎 𝑊𝑎𝑟𝑎𝑟 𝐼𝑙𝑙𝑟𝑙𝑣𝑎𝑙𝑎𝑙𝑟𝑟 𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑙𝑙𝑎𝑎𝑟𝑖𝑙𝑙𝑟 𝑆𝑎𝑟𝑣𝑎𝑎 (𝑆𝑙𝑖𝑟𝑟 𝑟𝑙 𝑎𝑎 𝐴𝑎𝑎𝑎𝑎) The resulting impact fee is $3,690 per connection and 50% of this fee is $1,845. 93 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-1 Appendix I 7 Water Distribution Modeling Fundamentals 7.1 Historical Background Models are widely used in engineering projects of all types and the term “model” is used in many contexts. The “engineering model”; however, generally conforms to the following definition: A model is a representation of a physical system that may be used to predict the behavior of the system in some desired respect.1 Historically models were physical representations of a system that had been scaled for ease of handling in a laboratory setting. Much has been documented regarding the development of mathematical models and software for use in hydraulic network analysis. The history of water system analysis dates back to the 1930s. In the early years analysis was limited and engineers relied on hydraulic tables and handbooks to solve pipeline problems. These methods often resulted in over designed pipe sizes based upon conservative design. Analyses of entire distribution systems was unheard of during this time, as the methods involved were tedious, time consuming calculation loops.2 As advancement in computing technology grew, so did the technology behind hydraulic network analysis. Today, desktop computers running a variety of stand-alone and integrated software, hydraulic network analysis is conducted on many platforms both simple (database only) and complex (CAD/GIS graphics with links to database). This technology allows engineers to integrate system mapping, operations (SCADA), and billings into a single model database thus allowing for real time analysis. The table below shows the historical advances in water-distribution system analysis. Table 7.1 – Historical Development Summary of Network Modeling.3 Period Important Advances 1930s Hardy-Cross method 1940s McElroy analyzer 1950s In-house programs Mainframe computers 1960s University and other programs 1970s Wide program availability Microcomputers 1980s User-friendly features Emergence of software packages Advanced features and EPS modeling 1990s Links to other packages Integrated packages Water quality models 7.2 Hydraulic Terminology and Fundamentals Hydraulics is defined as the “science of the laws governing the motion of water and other liquids and of their practical applications in engineering”.4 Throughout this report several common hydraulic concepts, and their corresponding terminologies, are utilized in the presentation of the study’s findings. These common concepts include, but are not limited to, flow, velocity, pressure, hydraulic grade line, head and head loss. In 1 B.R. Munson, D.F. Young, and T.H. Okiishi, Fundamentals of Fluid Mechanics. 3rd ed. (Wiley, New York, 1998), p. 423. 2 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 7. 3 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 208 4 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 13 94 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-2 the sections to follow these hydraulic concepts are defined and their relationships to one another briefly described. 7.2.1 Flow 5 Flow is defined as the volume of water moving through a pipeline during a given amount of time. In this report the units of flow used are million gallons per day (MGD) and gallons per minute (gpm). The unit conversion between MGD and gpm is as follows: 1 MGD = 694 gpm. Flow is commonly described, in mathematical equations, by the letter Q. 7.2.2 Velocity 6 Velocity is defined as the distance traveled per unit time. In pipeline hydraulics, velocity is given in terms of feet per second (fps) and is commonly noted, in equations, by the letter V. The relationship between flow, velocity and pipe size is given by the equation. Q = AV (2-1) Where: Q = flow A = cross-sectional area of pipe V = velocity. Care must be taken to ensure that the terms of the equation above be expressed in consistent units. 7.2.3 Pressure 7 Pressure is defined as the amount of force action on a unit area. In pipe network hydraulics it is commonly given in terms of pounds per square inch (psi). Pressure is a force per area and as such the shape of a container, or tank, holding water does not affect the pressure at the bottom of the tank. Two types of measurable pressures are static and residual. Static pressure is the pressure that occurs when the flow in a pipe is zero or near zero. Residual pressure is the pressure in a pipe under flowing conditions. Flow in a pipe results in a pressure drop, commonly referred to as head loss. Static pressure in a water distribution system is generally created by the weight of water stored in an elevated storage tank or by the pressure added by a pump station. 7.2.4 Head 8 Head is defined as the measure of the energy of water and is commonly expressed in units of feet. In pipe network hydraulics there are three types of head: pressure, elevation and velocity. Pressure head reflects the energy resulting from water pressure as described in Section 3.2.3 above. The relationship between pressure and pressure head is as follows; every pound per square inch of pressure corresponds to 2.31 feet of pressure head. Elevation head reflects the potential energy of water that results from the water’s elevation relative to a reference point. In pipe networks this reference point is typically the sea level elevation of the location in question. For example, water 400 feet above sea level has an elevation head of 400 feet. 5 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 14 6 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 15 7 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), pp. 17-18 8 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), pp. 19-20 95 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-3 Velocity head reflects water’s energy of motion. It is a function of the velocity of the water flowing in the pipe and can be calculated with the following equation. VH = V2/2g = V2/64.4 (2-2) Where: VH = velocity head, in ft V = velocity, in fps g = gravitational constant = 32.2 ft/s2. The total head at any given point along a pipeline is the sum of the pressure head, elevation head and velocity head 7.2.5 Head Loss 9 Head loss is the amount of energy used when water moves between two points along a pipeline and in terms of pressure; head loss simply represents a decrease in pressure. Head loss is typically referred to in terms in feet of head per 1,000 feet of pipe; however other quantities of pipe length may be used. There are two basic types of head loss: friction loss and minor loss. Friction head loss results from the friction between the water flowing in a pipe and the pipe wall and is dependent upon the geometry of the pipeline (length and diameter), the velocity of water in the pipe and the roughness coefficient of the pipe material. The roughness coefficient is a value, typically between 20 and 150, that describes the roughness of the interior surface of the pipe. Typically, newer, smoother pipes have values in the range of 140 to 150, older pipes in good conditions have values ranging from 100 to 120, while an old pipe in very poor condition could have values as low as perhaps 20 to 60. In the hydraulic network model selected for this project friction head loss is determined by the Hazen-Williams equation. Minor losses are energy losses that result from sudden changes in flow through a pipe as a result of a change in direction, pipe size or as a result of flow through a valve or other water system appurtenance. Minor losses in hydraulic network modeling are typically insignificant for most models unless the network contains small pipes, long distances between junctions or specific valves that create high head losses. 7.2.6 Hydraulic Grade Line 10 The hydraulic grade line (HGL), or hydraulic gradient, is probably the most important term used in pipeline and pipe network hydraulics. The hydraulic gradient is used so that all points in a pipe network, regardless of ground elevation, can be related to one another or to any other common point. The HGL is often referred to as simply the grade or grade line and is given in units of feet. Each point on the HGL is related to the head value for the corresponding point in the pipe network and is calculated as the sum of the pressure head and elevation head for that point. Because of the relationship between pressure head and pressure, the HGL is used to calculate the pressure at a point in the pipe network with the following equation. P = (HGL-EH)/2.31 (2-3) Where: P = pressure, in psi HGL = hydraulic grade line, in feet EH = elevation head, in feet. 9 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), pp. 20-22 10 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 22 96 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-4 Points in a water distribution system that establish the HGL for any given area or pressure zone include; the high water line of an elevated storage tank or other reservoir, the discharge pressure from a pump station, and the downstream side of any pressure-regulating valves. 7.3 Hydraulic Simulation Model Hydraulic modeling of water-distribution systems is conducted by iteratively solving a set of mathematical equations that characterize the pipe network of the distribution system. The hydraulic model used by KSA, WaterCAD, is a hydraulic simulator that solves a set of equations for each tank, pipe and node in the water distribution system. 7.4 Applicable Definitions for TCEQ Minimum Capacity Requirements There are several definitions that are applicable to the analysis of minimum system capacity requirements for storage and pumping requirements, they are as follows. Connection – A single family residential unit or each commercial or industrial establishment to which drinking water is supplied from the system. As an example, the number of service connections in an apartment complex would be equal to the number of individual apartment units. When enough data is not available to accurately determine the number of connections to be served or being served, the population served divided by three will be used as the number of connections for calculating system capacity requirements. Conversely, if only the number of connections is known, the connection total multiplied by three will be number used for the population served. For the purposes of this definition, a dwelling or business which is connected to a system that delivers water by a constructed conveyance other than a pipe shall not be considered a connection if: a. the water is used for purposes other than those defined as human consumption; b. the executive director determines that alternative water to achieve the equivalent level of public health protection provided by the drinking water standards is provided for residential or similar human consumption, including, but not limited to, drinking and cooking; or c. the executive director determines that the water provided for residential or similar human consumption is centrally treated or is treated at the point of entry by a provider, a pass through entity, or the user to achieve the equivalent level of protection provided by the drinking water standards.11 Elevated Storage Capacity – That portion of water which can be stored at least 80 feet above the highest service connection in the pressure plane served by the storage tank.12 Maximum Daily Demand – In the absence of verified historical data or in cases where a public water system has imposed mandatory water use restrictions within the past 36 months, maximum daily demand means 2.4 times the average daily demand of the system.13 Peak Hourly Demand – In the absence of verified historical data, peak hourly demand means 1.25 times the maximum daily demand (prorated to an hourly rate) if a public water supply meets the commission’s minimum requirements for elevated storage capacity and 1.85 times the maximum daily demand (prorated to an hourly rate) if the system uses pressure tanks or fails to meet the commission’s minimum elevated storage capacity requirement.14 Additional definitions related to public water systems can be found in 30 TAC 290.38 11 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 12 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 13 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 14 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 97 Item 1. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements Exhibits 98 Item 1. WASTEWATER SYSTEM ANALYSIS AND CAPITAL IMPROVEMENTS for City of Sanger (Denton County, Texas) TCEQ Wastewater Treatment Plant Permit No. WQ0014375001. KSA Project Number SNG.004 Prepared by: 8866 Synergy Drive McKinney, Texas 75070 T: 972-542-2995 F: 888-224-9418 www.ksaeng.com TBPE Firm Registration No. F-1356 Revision Description By Date 0 Final Report Danny Hays, P.E. Shriram Manivannan, P.E. Emily Avery, E.I.T. 8/3/2022 99 Item 1. This Page Intentionally Left Blank! 100 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 1 Table of Contents 1. Introduction ....................................................................................................................................... 1-1 1.1 Scope of work............................................................................................................................. 1-1 1.2 General Work Plan ..................................................................................................................... 1-1 1.3 Limitations.................................................................................................................................. 1-1 1.4 Acknowledgement ..................................................................................................................... 1-2 2. Wastewater Collection System Background ...................................................................................... 1-1 2.1 Existing Sanitary Collection System ........................................................................................... 2-1 2.2 Existing Lift Stations ................................................................................................................... 2-1 2.3 Existing Wastewater Treatment Facility .................................................................................... 2-3 3. Lift Station Capacity Assessment ....................................................................................................... 3-1 3.1 Lift Station Service Areas ........................................................................................................... 3-1 Lift Station Service Areas ........................................................................................................... 3-2 3.3 System Flows .............................................................................................................................. 3-2 3.4 Lift Station Capacity Evaluation ................................................................................................. 3-2 4. Projected Population and Capacity Requirements ............................................................................ 4-1 4.1 Projected Population ................................................................................................................. 4-1 4.2 Development of Future Sewer Flows and Growth Areas .......................................................... 4-1 5. Future Development Lift Station Capacity Analysis ........................................................................... 5-1 6. Modeling Results ................................................................................................................................ 6-1 6.1 SewerGEMs Wastewater Model ................................................................................................ 6-1 6.2 Existing Collection System Model .............................................................................................. 6-1 6.3 Modeling Summary .................................................................................................................. 6-17 7. Summary of Recommended Collection System Improvements ........................................................... 6 7.1 Existing System Recommendations .............................................................................................. 6 7.2 Future Considerations for Lake Ray Roberts Development .......................................................... 8 7.3 Future Improvements Involving New Lines for Growth Areas and Existing Line Upsizing ......... 10 7.4 Summary of Proposed Improvements for Future Development ................................................ 13 101 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2 102 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 1-1 1. Introduction 1.1 Scope of work The City of Sanger authorized KSA Engineers to update the 2010 Master Plan for the water and sanitary sewer systems. The scope included modeling of the existing sanitary sewer systems, projecting future growth, modeling the future systems, identifying the improvements necessary to accommodate future growth, and analysis of wastewater collection system capacity. To assist in navigation through this report, the following is a brief guide to the information contained within each chapter. 1. Chapter 2 provides a summary of City’s existing wastewater collection system infrastructure and facilities. 2. Chapter 3 outlines the evaluation of the City’s present wastewater lift station capacities against existing and future requirements. 3. Chapter 4 provides projected growth for the City of Sanger (5, 10 and 20 year) based on NCTCOG growth data and the evaluation of City’s wastewater lift stations. 4. Chapter 5 contains a discussion concerning the findings of the modeling of the existing and future wastewater collection system. 5. Chapter 6 is a summary containing a discussion centering on the recommended capital improvements including estimated costs of the recommended improvements. Appendix I contains distribution modeling basis and assumptions as well as a brief information to basic hydraulic terminology and fundamentals. This chapter will provide insight to many of the terms used throughout the report. Appendix II contain several graphical exhibits that are referenced in the report. These exhibits show various maps of the wastewater collection system. 1.2 General Work Plan The general description of the work shall be to prepare an Engineering Report containing the following: 1. Conduct a review of existing information related to the City of Sanger’s wastewater collection and treatment history including the following: 1. 2010 Wastewater Collection System mapping; 2. Customer Meter Reading and Billing Data (2020-2021); and, 3. Lift station information (provided by the City). 4. Create a SewerGEMs computer model of the collection system using all line sizes 6-inches and larger. Model will be office calibrated, no field calibration of the model will be conducted. 5. Conduct static model simulations for average day and peak hour flows. The peak hour flow is based on four times the average flows. 6. Identify areas of surcharging within the collection system on the basis of the modeled simulations. 7. Develop new wastewater system infrastructure improvements to address modeled deficiencies; and, 8. Prioritize improvement projects based on city needs and population projections through to year 2040. 1.3 Limitations References in this report to any specific commercial product, process or service by trade name, trademark, manufacturer, or otherwise does not necessarily constitute or imply its endorsement, recommendation, or favoring by the City of Sanger, KSA or other individuals or entities specifically mentioned in this report. 103 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 1-2 The projected growth rates shown in this report are estimates based upon NCTCOG growth data or from growth patterns in nearby, similar sized cities. Actual growth rates could be higher or lower based upon a number of factors that are beyond the scope of this study. The design basis for the information presented in this report is preliminary in nature and therefore is subject to change. The facilities and components discussed should be confirmed with more specific data as design development of the capital improvements proceeds. Any project costs shown are opinions of probable construction cost only and are based upon standard construction practices, materials and installation. Costs are reflective of present day prices and are on the basis of conceptual schematics and alignments. Opinions presented do not include costs arising from property and/or easement acquisition, primary electrical service, etc. 1.4 Acknowledgement The cooperation and assistance of City of Sanger staff is gratefully acknowledged. 104 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2-1 2. Wastewater Collection System Background 2.1 Existing Sanitary Collection System The City of Sanger Wastewater Collection currently provides service to approximately 3,386 properties. The wastewater is conveyed to the Sanger WWTP where the water is treated and discharged to Ranger Branch, upstream of Lewisville Lake in Segment No. 0823 of the Trinity River Basin. 2.2 Existing Lift Stations There are seven lift stations in Sanger, including the one at the wastewater treatment plant located on Jones Street in the southeast part of the city. Two lift stations are located west of I-35 (Holt Road and Duck Creek) and feed into the South Bottom lift station at the most southern part of the city before going to the WWTP lift station. The three other lift stations (Marion, Lakeridge, and Quail Run) all feed directly into the WWTP lift station. A map of the lift station locations is shown in Figure 2.1 on the next page. 105 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2-2 This page intentionally left blank! 106 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | LS EX | 4/11/2022 - 5:14 PMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 LEGEND 6" WATER LINE 8" WATER LINE 10" WATER LINE 12" WATER LINE 16" WATER LINE 21" WATER LINE 27" WATER LINESOUTH BOTTOM LIFT STATION QUAIL RUN LIFT STATION DUCK CREEK LIFT STATION HOLT ROAD LIFT STATION WASTEWATER TREATMENT PLANT LAKERIDGE LIFT STATION MARION ROAD LIFT STATION 107 Item 1. 108 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2-3 2.3 Existing Wastewater Treatment Facility The City of Sanger is currently served by the wastewater treatment plant (WWTP) located at 300 Jones Street, Sanger, Denton County, TX 76266. The treatment plant is permitted for 0.98 MGD average daily flow and a 2-hour peak of 2,917 gallons per minute under permit no. WQ0014375001. The WWTP currently receives flow from the collection system into the treatment plant lift station through 18-inch lines and treats the water through a series of treatment processes before discharging the treated effluent to Ranger Branch. Figure 2.1 – Existing Wastewater Treatment Facility 109 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 3-1 3. Lift Station Capacity Assessment 3.1 Lift Station Service Areas The City of Sanger operates 7 sanitary sewer lift stations within their wastewater treatment system to serve a population of approximately 9,080 persons. The locations of all lift stations are shown in Figure 3.1 titled, “Lift Station Map”. The service areas of all lift stations and flow directions are shown in Figure 3.2 titled, “Lift Station Service Area Map & Flow Directions”. Both maps are shown on the following pages. 110 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 LIFT STATION LOCATIONS SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | LS LOCATION | 4/12/2022 - 5:00 PMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 SOUTH BOTTOM LIFT STATION QUAIL RUN LIFT STATION DUCK CREEK LIFT STATION HOLT ROAD LIFT STATION WASTEWATER TREATMENT PLANT LAKERIDGE LIFT STATION MARION ROAD LIFT STATION 111 Item 1. 112 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING LIFT STATION SERVICE AREA MAP SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | LS SERVICE AREA | 4/12/2022 - 3:15 PMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 SOUTH BOTTOM LIFT STATION QUAIL RUN LIFT STATION DUCK CREEK LIFT STATION HOLT ROAD LIFT STATION WASTEWATER TREATMENT PLANT LAKERIDGE LIFT STATION MARION ROAD LIFT STATION LEGEND DUCK CREEK HOLT ROAD SOUTH BOTTOM QUAIL RUN LAKERIDGE MARION ROAD WASTEWATER TREATMENT PLANT 113 Item 1. 114 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 3-2 3.2 Lift Station Service Areas Table 3.1 – Lift Stations Sub-basin Lift Station Location Number of Pumps Pump Capacity (GPM) Duck Creek Duck Creek & Rising Star 1 duty, 1 standby 700 Holt Rd Holt & Keaton 1 duty, 1 standby 50 Lake Ridge Lake Ridge & McReynolds 1 duty, 1 standby 350 Marion Rd East of Marion & North of FM455 1 duty, 1 standby 300 Quail Run S. 1st St. 1 duty, 1 standby 350 South Bottom Cowling Rd. 1 duty, 1 standby 500 WWTP Jones St. 2 duty, 2 standby 4,540 Total Capacity 6,790 3.3 System Flows The City of Sanger provides wastewater service to approximately 3,386 properties. The collection system flows were determined from analysis of city wastewater flow records and used in development of the SewerGEMS computer model of the collection system. The following flow rates are of particular interest in analysis of a system. 1. Average Annual Flow: The average amount of water used each day during a calendar year, i.e., annual water usage / 365 days (provided by City staff). 2. Peak Hourly Flow: The peak hourly flow is assumed to be four times the average flow, as specified in the scope of work. 3.4 Lift Station Capacity Evaluation Lift stations were evaluated based on their rated capacity, which by TCEQ regulation is the firm capacity of the pumps. Firm capacity is defined as the sum of pumping capacity with the largest pump out of service. Firm capacity of the lift station pumps were provided by the City. The capacity was then compared to the estimated peak flow of the service areas. The lift station desktop capacity assessment is based on the model and data provided by the City. No inspections or field studies were done. Table 3.3 Lift Station Firm Capacity of the Lift Station (MGD) Estimated Current Peak Flow (MGD) Allowable Growth (MGD) Allowable Growth (Population)1 South Bottom 0.72 0.78 -.06 0 Quail Run 0.504 0.309 0.2 401 Lakeridge 0.504 0.103 0.4 826 Marion Rd 0.432 0.005 0.43 879 Holt Rd 0.072 0.01 0.06 128 115 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 3-3 Duck Creek 1.008 0.28 0.73 1499 WWTP 6.537 3.118 3.42 7040 1: Estimated using 70% of the allowable growth in MGD and with the current average and peak usage of roughly 85 gal/person/day and 350 gal/person/day, respectively. As the South Bottom lift station is over the firm capacity, the City should consider either upgrading the lift station with new pumps or installing another lift station. The permitted daily average flow of effluent for the wastewater treatment plant is 0.98 MGD and for any two-hour period (2-hour peak) 2,917 GPM. The table below compares the current estimated flows to the permitted flows. Table 3.4 The current flows are near 80% of the permitted capacity. As the wastewater treatment plant flows have reached greater than 75% of the permitted capacity, this will trigger TCEQ Rule 305.126 summarized below. TCEQ Rule - 305.126: • Whenever flow measurements for any sewage treatment plant facility in the state reaches 75% of the permitted average daily or annual average flow for three consecutive months, the permittee must initiate engineering and financial planning for expansion and/or upgrading of the wastewater treatment and/or collection facilities. • Whenever the average daily or annual average flow reaches 90% of the permitted average daily flow for three consecutive months, the permittee shall obtain necessary authorization from the commission to commence construction of the necessary additional treatment and/or collection facilities. • In the case of a wastewater treatment facility which reaches 75% of the permitted average flow for three consecutive months, and the planned population to be served or the quantity of waste produced is not expected to exceed the design limitations of the treatment facility, the permittee will submit an engineering report supporting this claim to the executive director. If in the judgment of the executive director the population to be served will not cause permit noncompliance, then the requirements of this section may be waived. To be effective, any waiver must be in writing and signed by the director of the enforcement division of the commission, and such waiver of these requirements will be reviewed upon expiration of the existing permit; however, any such waiver shall not be interpreted as condoning or excusing any violation of any permit parameter. It is understood the City is in process of obtaining approval to increase the average daily permitted effluent flow to 1.2 MGD and plan for future developments and population growth. Estimated Current Flows WWTP Permit (2016) Percentage of Capacity Average Daily Flow (MGD) 0.78 0.98 79% 2-Hour Peak Flow (GPM) 2,166 2,917 74% 116 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 4-1 4. Projected Population and Capacity Requirements 4.1 Projected Population The City of Sanger service area consists of the incorporated area of Sanger, Texas in Denton County. In order to develop future population growth for the city, the NCTCOG population projection growth rate of 3.2% CAGR was used to estimate the future population. This data can be seen in Table 5.1. Table 4.1 –Population Projections Year Sanger, Texas Population 2019 8,800 2020 9,080 2025 10,629 2030 12,442 2040 17,048 Using the projected population for the City of Sanger, shown above in Table 4.1, a projected number of water system connections can be developed. A ratio of 1:1 water service connections to sewer service connections was used to estimate the approximate number of sewer connections for each year. In order to establish the number of future connections the ratio of persons per connection must be calculated. For the purposes of this study the projected population values have been divided by 2.68, the estimated number of person per household per the City’s 2019 population and number of customer meters. Table 4.2 –Connection Projections Year Populati on Total Connections (Calculated per Ratio) 2020 (current) 9,080 3,386 2025 10,629 3,966 2030 12,442 4,643 2040 17,048 6,361 4.2 Development of Future Sewer Flows and Growth Areas Sewer flow projections for future conditions (ie. 5-year, 10-year and 20-year projections) were developed using detailed comprehensive plan (supplied by City staff) and historical sewer flow information. Figure 4.1 shows the location of the future developments per city comprehensive plan. 117 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 4-2 Figure 4.1: Future Development Areas per Comprehensive Plan Growth Areas identified in the comprehensive plan includes: #1 – FM 455 & I-35/Southwest Corner #2 – FM 455 Corridor (East of I-35) #3 – Downtown Sanger #4 – FM 455 & I-35/Northwest Corner #5 – Light Industrial near Walmart Distribution Center #6 – I-35 Corridor (west of I-35 in Core of Sanger) #7 – Belz Road & I-35 (Northwest Corner) #8 – 5th Street Corridor (North of FM 455) #9 – Linda Tutt Learning Center/SISD Site #10 – Lake Ray Roberts #11 – FM 455 & Future Indian Lane Extension Based on discussions with the city staff with respect to growth projected for the city in the 5-year, 10-year and 20-year scenarios, the following wastewater flows were projected for the future development areas, which were further used in the wastewater collection system modeling analysis. 118 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 4-1 Table 4.3 Growth Area 2025 2030 2040 Number of Additional Connections Additional Average Day Flow GPM Additional Peak Hour Flow GPM Number of Additional Connections Additional Average Day Flow GPM Additional Peak Hour Flow GPM Number of Additional Connections Additional Average Day Flow GPM Additional Peak Hour Flow GPM #1 29 4.64 18.56 #2 29 4.64 18.56 #3 29 4.64 18.56 #4 29 4.64 18.56 #5 174 27.84 111.36 118 18.93 75.6 301 48.13 192.52 #6 29 4.64 18.56 #7 232 37.12 148.48 136 21.6 86.52 258 41.26 165.04 #8 29 4.64 18.56 #9 29 4.64 18.56 #10 304 48.67 194.68 860 137.52 550.08 #11 118 18.93 75.6 301 48.13 192.52 Total 580 93 390 679 108 433 1719 275 1100 119 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 5-1 5. Future Development Lift Station Capacity Analysis The table below shows the lift station capacity analysis for the future lift station service areas. Only the lift stations that receive flows from the new growth areas discussed above are shown with the estimated future flows. Table 5.1 Year Lift Station Estimated Lift Station Capacity (MGD) Estimated Future Peak Flow (MGD) Allowable Growth (MGD) Allowable Growth (Poupulation) 5-Year South Bottom 0.72 0.81 -0.09 0 WWTP 6.54 3.65 2.89 5,944 10-Year WWTP 6.54 4.28 2.26 4,647 20-Year WWTP 6.54 5.86 0.68 1,394 1: Estimated using 70% of the allowable growth in MGD and with the current average and peak usage of roughly 85 gal/person/day and 350 gal/person/day, respectively. As noted in section 3.4, the South Bottom lift station has exceeded the firm capacity for the lift station and will either require improvements or a new lift station will need to be installed to allow for the current and future peak flows. Section 7 discusses several options for improvements. 120 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-1 6. Modeling Results 6.1 SewerGEMs Wastewater Model An evaluation of the current collection system was performed using a computerized modeling program called SewerGEMS. Information for the computerized model was provided by the City's employees, line lengths were scaled off of existing maps, and invert elevations were determined using minimum slopes required by TCEQ for the various line sizes used. The computer model was used to evaluate the adequacy of existing collection system as well as options for future expansion. The computerized model did not include an inflow and infiltration analysis. Alternatively, peak flow rate of 4 times the average day flow was used to simulate peak conditions. 6.2 Existing Collection System Model 6.2.1 Existing Average Day Sewer Flow Condition Under the existing average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch line on the west side of I-35 near Belz Road and the 12-in line on Chapman Drive show velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 121 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-2 This Page Intentionally Left Blank! 122 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | EX - AVG | 4/19/2022 - 11:07 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING EXISTING SYSTEM AVERAGE DAY 123 Item 1. 124 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-3 6.2.2 Existing Peak Hour Flow Condition Under the existing peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 30%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. Additionally, there are several smaller areas on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. The second area showing surcharging, is near 1st St and north of Willow St, in the lines upstream of the 12-in and 16-in lines that flow to the WWTP. The 10-inch line along 1st St and south of Locust St exceeds the pipe design capacity by close to 20%. 125 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-4 This Page Intentionally Left Blank! 126 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | EX - PK | 4/19/2022 - 11:15 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM PEAK HOUR LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING 127 Item 1. 128 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-5 6.2.3 5-Year Average Day Sewer Flow Condition Under the 5-year average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch line on the west side of I-35 near Belz Road and the 12-in line on Chapman Drive show velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 129 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-6 This Page Intentionally Left Blank! 130 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 5 - AVG | 4/19/2022 - 11:31 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5-YEAR SYSTEM AVERAGE DAY 131 Item 1. 132 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-7 6.2.4 5-Year Peak Hour Sewer Flow Condition Under the 5-year peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 50%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. Additionally, there are several smaller areas on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. The second area showing surcharging, is in the northeast section of the city, between Peach St and Willow St, and in the lines upstream of the 12-in and 16-in lines that flow to the WWTP. The 10-inch line along 1st St and south of Locust St exceeds the pipe design capacity by close to 50%, and is causing the upstream pipes and manholes in this area to back up and also surcharge. 133 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-8 This Page Intentionally Left Blank! 134 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 5 - PK | 4/19/2022 - 11:32 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5-YEAR SYSTEM PEAK HOUR 135 Item 1. 136 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-9 6.2.5 10-Year Average Day Sewer Flow Condition Under the 10-year average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch lines on the west side of I-35 near Belz Road shows velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 137 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-10 This Page Intentionally Left Blank! 138 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 10 - AVG | 4/19/2022 - 11:32 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10-YEAR SYSTEM AVERAGE DAY 139 Item 1. 140 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-11 6.2.6 10-Year Peak Hour Sewer Flow Condition Under the 10-year peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 55%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. Additionally, there are several smaller areas on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. The second area showing surcharging, is in the northeast section of the city, between Peach St and Willow St, and in the lines upstream of the 12-in and 16-in lines that flow to the WWTP. The 8-inch and 10-inch lines along 1st St and south of Locust St exceeds the pipe design capacity by close to 50% and 90%, respectively. This is causing the upstream pipes and manholes in this area to back up and also surcharge. 141 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-12 This Page Intentionally Left Blank! 142 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 10 - PK | 4/19/2022 - 11:30 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10-YEAR SYSTEM PEAK HOUR 143 Item 1. 144 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-13 6.2.7 20-Year Average Day Sewer Flow Condition Under the 20-year average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch line on the west side of I-35 near Belz Road shows velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 145 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-14 This Page Intentionally Left Blank! 146 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 20 - AVG | 4/19/2022 - 11:34 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20-YEAR SYSTEM AVERAGE DAY 147 Item 1. 148 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-15 6.2.8 20-Year Peak Hour Sewer Flow Condition Under the 10-year peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35 and in the northeast section of the city and along FM 455. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 55%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. The surcharging seen along FM 455, between Peach St and Willow St, and in the 16-inch lines that flow to the WWTP indicate the pipes are well exceeding design capacity. The 8-inch and 10-inch lines along 1st St and south of Locust St exceeds the pipe design capacity by close to 50% and 90%, respectively. The 16-inch line directly flowing to the WWTP exceeds design capacity by close to 80%. This is causing the upstream pipes and manholes in this area to back up and also surcharge The smaller area on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. 149 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-16 This Page Intentionally Left Blank! 150 Item 1. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 20 - PK | 4/19/2022 - 11:35 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20-YEAR SYSTEM PEAK HOUR 151 Item 1. 152 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-17 6.3 Modeling Summary Table 6.1 Modeling Findings Existing System 2025 2030 2040 Population 9,080 10,629 12,442 17,048 Active Connections 3,386 3,966 4,643 6,361 Collection System Flow Scenarios and Requirements Average Daily Flow No surcharging No surcharging No surcharging No surcharging Peak Hour Flow Surcharging Surcharging Surcharging Surcharging Notes South Bottom lift station is operating over capacity at peak hour flows. South Bottom lift station is operating over capacity at peak hour flows. South Bottom lift station is operating over capacity at peak hour flows. The lower elevation of the area east along FM 455 would a require a lift station to pump flows to the existing WWTP. South Bottom lift station is operating over capacity at peak hour flows. Surcharging indicates a need for another lift station east along FM 455. The lower elevation of this area would also require a lift station to pump flows to the existing WWTP. 153 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7. Summary of Recommended Collection System Improvements 7.1 Existing System Recommendations South Bottom and Duck Creek Lift Stations – Proposed Options The two options and the estimated costs are detailed below. Option 1: Upsizing lines along Duck Creek and Keaton Road, and upgrading South Bottom Lift Station - Upsize the 6-inch line along Duck Creek directly downstream of the Duck Creek force main to a 12- inch - Upsize the 8-inch line from Duck Creek to existing line that feeds into the South Bottom lift station to a 12-inch - Upgrade S. Bottom lift station (capacity to be determined) - Will also upsize along S 5th St from Diane Dr to First Baptist Church, and west along Marcia Ln to 12- inch Pros: - Pipe bursting ideal candidate to save costs - If S. Bottom lift station is upgraded, it will be able to support more development from Duck Creek, Holt Road, and gravity flow from the west side of I-35 - Do not have to cross I-35 - If new WWTP is built south of the City near Rector Road, can allow for everything to have gravity flow from South Bottom to the proposed WWTP instead of pumping it back to the existing WWTP Cons: - Potentially high cost compared to Option 2 - Does not decrease the load on the South Bottom lift station - South Bottom lift station will need to be upgraded Option 2: Extending the Duck Creek force main across I-35 to manhole at Diane Drive and Marcia Lane - Extend existing Duck Creek force main to flow directly into gravity network that feeds into WWTP • Across I-35 along Duck Creek/Austin St, to Diane Dr, and then down to the existing manhole on Marcia Ln (about 3000 feet) • Will also upsize along S 5th St from Diane Dr to First Baptist Church, and west along Marcia Ln to 12-inch (about 2500 feet) Pros: - Decreases the load on S. Bottom lift station (Duck Creek no longer flowing through South Bottom) - Allow for more development in other areas that flow to South Bottom lift station (Holt Road, south side of city, and other gravity flow areas west of I-35) - Do not have to upsize the 8-inch line along Keaton Rd Cons: - Reduction in Duck Creek lift station capacity (up to 200 GPM, because the force main is longer, there is higher head loss) 154 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements Table 7.1 Table 7.2 Duck Creek & South Bottom Lift Stations: Option 1 Cost Estimate Description Unit Quantity Unit Cost Total Cost Upgrade South Bottom Lift Station (Additional 500 GPM pump, extending wet well, control panel adjustments, new concrete pad, etc) LS 1 $ 700,000 $ 700,000.00 12" along Duck Creek - Duck Creek force main to I-35 LF 610 $ 170 $ 103,700.00 12" along Keaton Rd - from Duck Creek to existing 18" Line LF 5,000 $ 170 $ 850,000.00 Total $ 1,653,700.00 Additional Recommendations Additionally, the upsizing of the lines in Table 7.3 below is recommended to reduce surcharging seen in the model at peak hour flows. Table 7.3 Existing System Additional Line Improvements Description Unit Quantity Unit Cost Total Cost 12" along S 5th St - from Diane Dr to First Baptist Church, and west along Houston St LF 2500 $ 170 $ 425,000.00 10" along S 5th St - from Houston St to Church St LF 570 $ 145 $ 82,650.00 12" along Bolivar St - S 5th St to N 1st St LF 1290 $ 170 $ 219,300.00 18" along N 1st St from Cherry St and crossing Railroad LF 1040 $ 180 $ 187,200.00 Duck Creek & South Bottom Lift Stations: Option 2 Cost Estimate Description Unit Quantity Unit Cost Total Cost 6-inch force main extension along Duck Creek/Austin St from Keaton Rd to Diane Dr, and down to existing manhole at Marcia Ln LF 3,000 $ 115 $ 345,000.00 Total $ 345,000.00 155 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 10" running NE from Willow St to Railroad LF 580 $ 145 $ 84,100.00 15" from RR Ave to Jones St LF 960 $ 175 $ 168,000.00 10" along Smith St and Kirkland St to E Willow St LF 970 $ 145 $ 140,650.00 Total $ 1,306,900.00 7.2 Future Considerations for Lake Ray Roberts Development Lake Ray Roberts Future Developments – Proposed Options The two options and the estimated costs are detailed below. Option 1: New Wastewater Treatment Plant independent of existing system. - Construct a new WWTP in the area east along FM 455 for development near Lake Ray Roberts. Pros: - Does not require long distance of force main piping to connect with the existing system Cons: - More involved site evaluation and construction than Option 2 - Requires permitting - Must meet new discharge requirements Option 2: New lift station and associated force main piping to connect to existing system - Construct a lift station and extended force main piping along FM 455 to connect to the existing collection system Pros: - Does not require permitting Cons: - Requires an extensive length of force main and gravity line to connect to existing system (approximately 15,000 feet total) - Depending on the amount of growth expected in the future, this could add a lot of additional flow in the existing system 156 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements Table 7.4 Table 7.5 Lake Ray Roberts Development: Option 2 Cost Estimate Description Unit Quantity Unit Cost Total Cost New Lift Station LS 1 $ 900,000 $ 900,000.00 12" force main along FM 455 LF 7000 $ 170 $ 103,700.00 15" line connecting force main to existing system LF 4300 $ 175 $ 752,500.00 Total $ 1,756,200.00 Lake Ray Roberts Development: Option 1 Cost Estimate Description Unit Quantity Unit Cost Total Cost New Wastewater Treatment Plant (this does not include engineering, permitting, land acquisition, loan fees, etc) LS 1 $ 5,150,000 $ 5,150,000.00 Total $ 5,150,000.00 157 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7.3 Future Improvements Involving New Lines for Growth Areas and Existing Line Upsizing 5-Year Improvements Please refer to section 4.2 for the locations of the growth areas for the five-year improvements. Line Improvements related to Future Development at Growth Areas Description Unit Quantity Unit Price Total Cost Area #1 – 8” Line LF 200 $ 120.00 $ 24,000.00 Area #2 – 6” Line LF 1200 $ 115.00 $ 138,000.00 Area #3 – 6” Line LF 500 $ 115.00 $ 57,500.00 Area #4 – 8” Line LF 1600 $ 120.00 $ 192,000.00 Area #5 and North– 10” Line LF 3300 $ 145.00 $ 478,500.00 Area #6 – 6” Line LF 1200 $ 115.00 $ 138,000.00 Area #7 – 10” Line LF 2100 $ 145.00 $ 304,500.00 Area #8 – 8” Line LF 1500 $ 120.00 $ 180,000.00 Area #9 – 6” Line LF 350 $ 115.00 $ 40,250.00 Line Improvements related to Upsizing of Existing Undersized or Surcharging Lines Description Unit Quantity Unit Price Total Cost 12" Line along Peach St - from N 4th St to N 2nd St, across and down to 15" line on Cherry St LF 2050 170 $ 348,500.00 12" running north from cul-de-sac at RR Ave to E Willow St LF 420 170 $ 71,400.00 15" pipes connecting east development along McReynolds to existing16" (3 sections) LF 1250 175 $ 218,750.00 Total $ 2,191,400.00 158 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 10-Year Improvements Please refer to section 4.2 for the locations of the growth areas for the ten-year improvements. Line Improvements related to Future Development at Growth Areas Description Unit Quantity Unit Price Total Cost Area #5 and North - 8" Line LF 3450 $ 120.00 $ 414,000.00 Area #7 - 8" Line LF 1800 $ 120.00 $ 216,000.00 Area #10 - 12" Line (connect to existing system) LF 15000 $ 170.00 $ 2,550,000.00 Area #10 - 8" Line LF 3300 $ 120.00 $ 396,000.00 Area #11 - 8" Line LF 1950 $ 120.00 $ 234,000.00 Line Improvements related to Upsizing of Existing Undersized or Surcharging Lines Description Unit Quantity Unit Price Total Cost 10" along Locust St from S 2nd to 1St St LF 400 $ 145.00 $ 58,000.00 15" pipe connecting small area near Pleasant Run to existing 16" line LF 225 $ 175.00 $ 39,375.00 8" line along Chapman Dr from s 5th to 4th St LF 250 $ 120.00 $ 30,000.00 Total $ 3,937,375.00 159 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7-7 20-Year Improvements Please refer to section 4.2 for the locations of the growth areas for the twenty-year improvements. Line Improvements related to Future Development at Growth Areas Description Unit Quantity Unit Price Total Cost Area #5 and North - 8" Line LF 2400 $ 120.00 $ 288,000.00 Area #7 - 8" Line LF 2100 $ 120.00 $ 252,000.00 Area #10 - 8" Line LF 525 $ 120.00 $ 63,000.00 Area #11 - 8" Line LF 1500 $ 120.00 $ 180,000.00 Line Improvements related to Upsizing of Existing Undersized or Surcharging Lines Description Unit Quantity Unit Price Total Cost 15" along FM 455 from RR to 1250' east of Green Valley Café LF 6850 175 $ 1,198,750.00 21" line on east side of RR from Chapman Dr to WWTP LF 4850 185 $ 897,250.00 12" from behind Dollar General to Peach St LF 1420 170 $ 241,400.00 15" from RR ave to Jones St LF 725 175 $ 126,875.00 8" along 2nd St from Plum to Peach 270 120 $ 32,400.00 8" along 3rd from Peach to Elm 440 120 $ 52,800.00 8" along Elm from 2nd to 1st 390 120 $ 46,800.00 Total $ 3,379,275.00 The costs estimated for the 5, 10, and 20 year improvements include only construction estimates and does not include engineering fees, administrative costs, funding fees, acquisition costs, construction supervision, etc. 160 Item 1. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7-8 7.4 Summary of Proposed Improvements for Future Development 7.4.1 5-Year Improvements 1. Duck Creek & South Bottom lift station improvements 2. Collection system surcharge improvements 3. Line extensions and collection system improvements to service future development areas including areas 1, 2, 3, 4, 5, 6, 7, 8, and 9. 7.4.2 10-Year Improvements 1. New WWTP or new lift station for developments near Lake Ray Roberts 2. Line extensions and collection system improvements to service future development areas including areas 5, 7, 10, and 11. 3. Collection system surcharge improvements 7.4.3 20-Year Improvements 1. Line extensions and distribution system improvements to service future development areas including areas 5, 7, 10, and 11. 2. Collection system surcharge improvements 7.4.4 Impact Fee Analysis The impact fee was calculated by estimating the cost of each improvement required to provide sewer service to the extents of the Proposed Improvements for Future Development. The total costs of these improvements was then divided by the number of additional future connections to be served. This provides an average per connection cost for the improvements. The impact fee analysis is briefly described as follows: 𝐼𝑙𝑙𝑎𝑎𝑟 𝐹𝑎𝑎=𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑟𝑟 𝑙𝑎 𝑆𝑎𝑣𝑎𝑟 𝐼𝑙𝑙𝑟𝑙𝑣𝑎𝑙𝑎𝑙𝑟𝑟 𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑙𝑙𝑎𝑎𝑟𝑖𝑙𝑙𝑟 𝑆𝑎𝑟𝑣𝑎𝑎 (𝑆𝑙𝑖𝑟𝑟 𝑟𝑙 𝑎𝑎 𝐴𝑎𝑎𝑎𝑎) The resulting impact fee is $3,200 per connection and 50% of this fee is $1600. 161 Item 1. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Kelly Edwards, City Secretary AGENDA ITEM: Consideration and possible action on the minutes from the December 19, 2022, meeting. SUMMARY: N/A FISCAL INFORMATION: Budgeted: N/A Amount: $0.00 GL Account: N/A RECOMMENDED MOTION OR ACTION: Approve the minutes from the December 19, 2022, meeting. ATTACHMENTS: 12-19-2022 City Council regular minutes 162 Item 2. City Council Minutes 12-19-2022 Page 1 of 4 CITY COUNCIL MEETING MINUTES DECEMBER 19, 2022, 7:00 PM CITY COUNCIL REGULAR MEETING HISTORIC CHURCH BUILDING - 403 N 7TH STREET, SANGER, TEXAS CALL THE REGULAR MEETING TO ORDER AND ESTABLISH A QUORUM Mayor Muir called the regular session to order at 7:02 p.m. COUNCILMEMBERS PRESENT Mayor Thomas Muir Mayor Pro Tem, Place 2 Gary Bilyeu Councilmember, Place 3 Dennis Dillon Councilmember, Place 4 Allen Chick Councilmember, Place 5 Victor Gann COUNCILMEMBERS ABSENT Councilmember, Place 1 Marissa Barrett STAFF MEMBERS PRESENT: City Manager John Noblitt, Assistant City Manager Alina Ciocan, City Secretary Kelly Edwards, City Attorney Hugh Coleman, Finance Director Clayton Gray, Director of Development Services Ramie Hammonds, Chief of Police Waylan Rhodes, and Director of Public Works Jim Bolz. INVOCATION AND PLEDGE Councilmember Dillon gave the invocation, the Pledge of Allegiance was led by Councilmember Gann. CITIZENS COMMENTS No one addressed the Council. CONSENT AGENDA 1. Consideration and possible action on the minutes from the December 5, 2022, meeting. 163 Item 2. City Council Minutes 12-19-2022 Page 2 of 4 2. Consideration and possible action on the Assignment and Amendment of the Professional Services Reimbursement Agreement with Sanger Texas Land Development, LLC, to Centurion American Acquisitions, LLC, and authorize the Mayor to execute said agreement. Motion to approve made by Councilmember Gann, Seconded by Councilmember. Bilyeu. Voting Yea: Councilmember Chick and Councilmember Dillon Motion passed unanimously. PUBLIC HEARING ITEMS 3. Conduct a public hearing on a Replat of Lot 2-R1 and Lot 2-R2 of the Saunders Addition, being 8.252 acres located within the City of Sanger’s ETJ, generally located approximately 425 feet south of the intersection of FM 455 and Indian Trail. Mayor Muir opened the public hearing at 7:06 p.m. Director Hammonds provided an overview of the item stating the plat met the Subdivision requirements. Mayor Muir closed the public hearing at 7:07 p.m. 4. Conduct a public hearing on a zoning change from (A) Agricultural District to (PD) Planned Development for approximately 131.82 acres of land, described as A1241A TIERWESTER, TR 56, TR 57, AND TR 40 generally located along Chapman Drive approximately 234 feet west of the intersection of I-35 and Chapman Drive. Mayor Muir opened the public hearing at 7:07 p.m. Director Hammonds provided an overview of the proposed mixed-use development and the revisions made by the Developer. Mayor Muir closed the public hearing at 7:11 p.m. ACTION ITEMS 5. Consideration and possible action on the Replat of Lot 2-R1 and Lot 2-R2 of the Saunders Addition, being 8.252 acres located within the City of Sanger’s ETJ, generally located approximately 425 feet south of the intersection of FM 455 and Indian Trail. Motion to approve made by Councilmember Bilyeu, Seconded by Councilmember Dillon. Voting Yea: Councilmember Chick and Councilmember Gann Motion passed unanimously. 164 Item 2. City Council Minutes 12-19-2022 Page 3 of 4 6. Consideration and possible action on Ordinance No. 12-32-22 regarding a zoning change from (A) Agricultural District to (PD) Planned Development for approximately 131.82 acres of land, described as A1241A TIERWESTER, TR 56, TR 57, AND TR 40 generally located along Chapman Drive approximately 234 feet west of the intersection of I-35 and Chapman Drive. Director Hammonds referred to the Concept Plan regarding Open Space and the Developer for additional questions. Discussion ensued regarding the amount of Open Space, detention areas, density, fencing, maintenance for the build-to-rent homes, traffic management, and the anchor of the commercial development. Motion to approve made by Councilmember Bilyeu, Seconded by Councilmember Gann. Voting Yea: Councilmember Dillon Voting Nay: Councilmember Chick Motion passed 3-1 7. Consideration and possible action on Addendum 6 with Dannenbaum Engineering Corporation related to FM 455/I-35 aesthetics and additional utility coordination and construction inspection services in the amount not to exceed $231,356.76 and authorize the City Manager to execute said addendum. Director Bolz provided an overview of the item stating that there would be two designs of the medallions and a total of four placed on the I-35 overpass at FM 455. Discussion ensued regarding the design, size of the medallions, and backlighting. Motion to approve made by Councilmember Bilyeu, Seconded by Councilmember Dillon. Voting Yea: Councilmember Chick and Councilmember Gann. Motion passed unanimously. 8. Consideration and possible action authorizing the purchase of real property commonly identified as 117 and 123 Elm Street Sanger, Texas, from KW Elm Investments LLC in the amount of $200,000.00; and authorizing the City Manager to execute all related documents. Councilmember Bilyeu recused himself for this time. Assistant City Manager Ciocan provided an overview of the item. Discussion ensued regarding the property to provide a park in downtown as outlined in the Comprehensive Plan. 165 Item 2. City Council Minutes 12-19-2022 Page 4 of 4 Motion to approve made by Councilmember Chick, Seconded by Councilmember Gann. Voting Yea: Councilmember Dillon Abstain: Councilmember Bilyeu Motion passed 2-0-1. 9. Consideration and possible action of Ordinance 12-33-22, authorizing and ordering the issuance of City of Sanger, Texas Limited Tax Note, Series 2023; specifying the terms and features of such Note; levying a continuing direct annual ad valorem tax for the payment of said Note; and resolving other matters incident and related to the issuance, sale, payment, and delivery of a paying agent/registrar agreement; and providing for an effective date. Director Gray provided an overview of the item. Ted Christensen provided an overview of the certificate, tax-exempt rate, and maximum term. Motion to approve made by Councilmember Chick, Seconded by Councilmember Bilyeu. Voting Yea: Councilmember Dillon and Councilmember Gann. Motion passed unanimously. FUTURE AGENDA ITEMS City Manager Noblitt confirmed that the Council work session retreat dates would be February 3-4, 2023. INFORMATIONAL ITEMS 10. Atmos Rider GCR - Rate Filing Docket No. 10170, November 28, 2022 11. All American Dogs Monthly Report for November 2022 ADJOURN There being no further business, Mayor Muir adjourned the meeting at 8:35 p.m. _______________________________ Thomas E. Muir, Mayor ______________________________ Kelly Edwards, City Secretary 166 Item 2. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Jim Bolz, Public Works Director AGENDA ITEM: Consideration and possible action accepting the Water and Wastewater Master Study Update from KSA Engineering. SUMMARY:  The City of Sanger authorized KSA Engineers to update the 2010 Master Plan for the water and sanitary sewer systems  Scope included: o modeling of the existing systems o projecting future growth o modeling the future systems o identifying the improvements necessary to accommodate future growth o analysis of water supply capacity  KSA also calculated impact fee analysis for both water and sewer FISCAL INFORMATION: N/A RECOMMENDED MOTION OR ACTION: N/A ATTACHMENTS:  Water Distribution System Report  Wastewater Collection System Report 167 Item 3. WASTEWATER SYSTEM ANALYSIS AND CAPITAL IMPROVEMENTS for City of Sanger (Denton County, Texas) TCEQ Wastewater Treatment Plant Permit No. WQ0014375001. KSA Project Number SNG.004 Prepared by: 8866 Synergy Drive McKinney, Texas 75070 T: 972-542-2995 F: 888-224-9418 www.ksaeng.com TBPE Firm Registration No. F-1356 Revision Description By Date 0 Final Report Danny Hays, P.E. Shriram Manivannan, P.E. Emily Avery, E.I.T. 8/3/2022 168 Item 3. This Page Intentionally Left Blank! 169 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 1 Table of Contents 1. Introduction ....................................................................................................................................... 1-1 1.1 Scope of work............................................................................................................................. 1-1 1.2 General Work Plan ..................................................................................................................... 1-1 1.3 Limitations.................................................................................................................................. 1-1 1.4 Acknowledgement ..................................................................................................................... 1-2 2. Wastewater Collection System Background ...................................................................................... 1-1 2.1 Existing Sanitary Collection System ........................................................................................... 2-1 2.2 Existing Lift Stations ................................................................................................................... 2-1 2.3 Existing Wastewater Treatment Facility .................................................................................... 2-3 3. Lift Station Capacity Assessment ....................................................................................................... 3-1 3.1 Lift Station Service Areas ........................................................................................................... 3-1 Lift Station Service Areas ........................................................................................................... 3-2 3.3 System Flows .............................................................................................................................. 3-2 3.4 Lift Station Capacity Evaluation ................................................................................................. 3-2 4. Projected Population and Capacity Requirements ............................................................................ 4-1 4.1 Projected Population ................................................................................................................. 4-1 4.2 Development of Future Sewer Flows and Growth Areas .......................................................... 4-1 5. Future Development Lift Station Capacity Analysis ........................................................................... 5-1 6. Modeling Results ................................................................................................................................ 6-1 6.1 SewerGEMs Wastewater Model ................................................................................................ 6-1 6.2 Existing Collection System Model .............................................................................................. 6-1 6.3 Modeling Summary .................................................................................................................. 6-17 7. Summary of Recommended Collection System Improvements ........................................................... 6 7.1 Existing System Recommendations .............................................................................................. 6 7.2 Future Considerations for Lake Ray Roberts Development .......................................................... 8 7.3 Future Improvements Involving New Lines for Growth Areas and Existing Line Upsizing ......... 10 7.4 Summary of Proposed Improvements for Future Development ................................................ 13 170 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2 171 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 1-1 1. Introduction 1.1 Scope of work The City of Sanger authorized KSA Engineers to update the 2010 Master Plan for the water and sanitary sewer systems. The scope included modeling of the existing sanitary sewer systems, projecting future growth, modeling the future systems, identifying the improvements necessary to accommodate future growth, and analysis of wastewater collection system capacity. To assist in navigation through this report, the following is a brief guide to the information contained within each chapter. 1. Chapter 2 provides a summary of City’s existing wastewater collection system infrastructure and facilities. 2. Chapter 3 outlines the evaluation of the City’s present wastewater lift station capacities against existing and future requirements. 3. Chapter 4 provides projected growth for the City of Sanger (5, 10 and 20 year) based on NCTCOG growth data and the evaluation of City’s wastewater lift stations. 4. Chapter 5 contains a discussion concerning the findings of the modeling of the existing and future wastewater collection system. 5. Chapter 6 is a summary containing a discussion centering on the recommended capital improvements including estimated costs of the recommended improvements. Appendix I contains distribution modeling basis and assumptions as well as a brief information to basic hydraulic terminology and fundamentals. This chapter will provide insight to many of the terms used throughout the report. Appendix II contain several graphical exhibits that are referenced in the report. These exhibits show various maps of the wastewater collection system. 1.2 General Work Plan The general description of the work shall be to prepare an Engineering Report containing the following: 1. Conduct a review of existing information related to the City of Sanger’s wastewater collection and treatment history including the following: 1. 2010 Wastewater Collection System mapping; 2. Customer Meter Reading and Billing Data (2020-2021); and, 3. Lift station information (provided by the City). 4. Create a SewerGEMs computer model of the collection system using all line sizes 6-inches and larger. Model will be office calibrated, no field calibration of the model will be conducted. 5. Conduct static model simulations for average day and peak hour flows. The peak hour flow is based on four times the average flows. 6. Identify areas of surcharging within the collection system on the basis of the modeled simulations. 7. Develop new wastewater system infrastructure improvements to address modeled deficiencies; and, 8. Prioritize improvement projects based on city needs and population projections through to year 2040. 1.3 Limitations References in this report to any specific commercial product, process or service by trade name, trademark, manufacturer, or otherwise does not necessarily constitute or imply its endorsement, recommendation, or favoring by the City of Sanger, KSA or other individuals or entities specifically mentioned in this report. 172 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 1-2 The projected growth rates shown in this report are estimates based upon NCTCOG growth data or from growth patterns in nearby, similar sized cities. Actual growth rates could be higher or lower based upon a number of factors that are beyond the scope of this study. The design basis for the information presented in this report is preliminary in nature and therefore is subject to change. The facilities and components discussed should be confirmed with more specific data as design development of the capital improvements proceeds. Any project costs shown are opinions of probable construction cost only and are based upon standard construction practices, materials and installation. Costs are reflective of present day prices and are on the basis of conceptual schematics and alignments. Opinions presented do not include costs arising from property and/or easement acquisition, primary electrical service, etc. 1.4 Acknowledgement The cooperation and assistance of City of Sanger staff is gratefully acknowledged. 173 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2-1 2. Wastewater Collection System Background 2.1 Existing Sanitary Collection System The City of Sanger Wastewater Collection currently provides service to approximately 3,386 properties. The wastewater is conveyed to the Sanger WWTP where the water is treated and discharged to Ranger Branch, upstream of Lewisville Lake in Segment No. 0823 of the Trinity River Basin. 2.2 Existing Lift Stations There are seven lift stations in Sanger, including the one at the wastewater treatment plant located on Jones Street in the southeast part of the city. Two lift stations are located west of I-35 (Holt Road and Duck Creek) and feed into the South Bottom lift station at the most southern part of the city before going to the WWTP lift station. The three other lift stations (Marion, Lakeridge, and Quail Run) all feed directly into the WWTP lift station. A map of the lift station locations is shown in Figure 2.1 on the next page. 174 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2-2 This page intentionally left blank! 175 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | LS EX | 4/11/2022 - 5:14 PMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 LEGEND 6" WATER LINE 8" WATER LINE 10" WATER LINE 12" WATER LINE 16" WATER LINE 21" WATER LINE 27" WATER LINESOUTH BOTTOM LIFT STATION QUAIL RUN LIFT STATION DUCK CREEK LIFT STATION HOLT ROAD LIFT STATION WASTEWATER TREATMENT PLANT LAKERIDGE LIFT STATION MARION ROAD LIFT STATION 176 Item 3. 177 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 2-3 2.3 Existing Wastewater Treatment Facility The City of Sanger is currently served by the wastewater treatment plant (WWTP) located at 300 Jones Street, Sanger, Denton County, TX 76266. The treatment plant is permitted for 0.98 MGD average daily flow and a 2-hour peak of 2,917 gallons per minute under permit no. WQ0014375001. The WWTP currently receives flow from the collection system into the treatment plant lift station through 18-inch lines and treats the water through a series of treatment processes before discharging the treated effluent to Ranger Branch. Figure 2.1 – Existing Wastewater Treatment Facility 178 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 3-1 3. Lift Station Capacity Assessment 3.1 Lift Station Service Areas The City of Sanger operates 7 sanitary sewer lift stations within their wastewater treatment system to serve a population of approximately 9,080 persons. The locations of all lift stations are shown in Figure 3.1 titled, “Lift Station Map”. The service areas of all lift stations and flow directions are shown in Figure 3.2 titled, “Lift Station Service Area Map & Flow Directions”. Both maps are shown on the following pages. 179 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 LIFT STATION LOCATIONS SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | LS LOCATION | 4/12/2022 - 5:00 PMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 SOUTH BOTTOM LIFT STATION QUAIL RUN LIFT STATION DUCK CREEK LIFT STATION HOLT ROAD LIFT STATION WASTEWATER TREATMENT PLANT LAKERIDGE LIFT STATION MARION ROAD LIFT STATION 180 Item 3. 181 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING LIFT STATION SERVICE AREA MAP SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | LS SERVICE AREA | 4/12/2022 - 3:15 PMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 SOUTH BOTTOM LIFT STATION QUAIL RUN LIFT STATION DUCK CREEK LIFT STATION HOLT ROAD LIFT STATION WASTEWATER TREATMENT PLANT LAKERIDGE LIFT STATION MARION ROAD LIFT STATION LEGEND DUCK CREEK HOLT ROAD SOUTH BOTTOM QUAIL RUN LAKERIDGE MARION ROAD WASTEWATER TREATMENT PLANT 182 Item 3. 183 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 3-2 3.2 Lift Station Service Areas Table 3.1 – Lift Stations Sub-basin Lift Station Location Number of Pumps Pump Capacity (GPM) Duck Creek Duck Creek & Rising Star 1 duty, 1 standby 700 Holt Rd Holt & Keaton 1 duty, 1 standby 50 Lake Ridge Lake Ridge & McReynolds 1 duty, 1 standby 350 Marion Rd East of Marion & North of FM455 1 duty, 1 standby 300 Quail Run S. 1st St. 1 duty, 1 standby 350 South Bottom Cowling Rd. 1 duty, 1 standby 500 WWTP Jones St. 2 duty, 2 standby 4,540 Total Capacity 6,790 3.3 System Flows The City of Sanger provides wastewater service to approximately 3,386 properties. The collection system flows were determined from analysis of city wastewater flow records and used in development of the SewerGEMS computer model of the collection system. The following flow rates are of particular interest in analysis of a system. 1. Average Annual Flow: The average amount of water used each day during a calendar year, i.e., annual water usage / 365 days (provided by City staff). 2. Peak Hourly Flow: The peak hourly flow is assumed to be four times the average flow, as specified in the scope of work. 3.4 Lift Station Capacity Evaluation Lift stations were evaluated based on their rated capacity, which by TCEQ regulation is the firm capacity of the pumps. Firm capacity is defined as the sum of pumping capacity with the largest pump out of service. Firm capacity of the lift station pumps were provided by the City. The capacity was then compared to the estimated peak flow of the service areas. The lift station desktop capacity assessment is based on the model and data provided by the City. No inspections or field studies were done. Table 3.3 Lift Station Firm Capacity of the Lift Station (MGD) Estimated Current Peak Flow (MGD) Allowable Growth (MGD) Allowable Growth (Population)1 South Bottom 0.72 0.78 -.06 0 Quail Run 0.504 0.309 0.2 401 Lakeridge 0.504 0.103 0.4 826 Marion Rd 0.432 0.005 0.43 879 Holt Rd 0.072 0.01 0.06 128 184 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 3-3 Duck Creek 1.008 0.28 0.73 1499 WWTP 6.537 3.118 3.42 7040 1: Estimated using 70% of the allowable growth in MGD and with the current average and peak usage of roughly 85 gal/person/day and 350 gal/person/day, respectively. As the South Bottom lift station is over the firm capacity, the City should consider either upgrading the lift station with new pumps or installing another lift station. The permitted daily average flow of effluent for the wastewater treatment plant is 0.98 MGD and for any two-hour period (2-hour peak) 2,917 GPM. The table below compares the current estimated flows to the permitted flows. Table 3.4 The current flows are near 80% of the permitted capacity. As the wastewater treatment plant flows have reached greater than 75% of the permitted capacity, this will trigger TCEQ Rule 305.126 summarized below. TCEQ Rule - 305.126: • Whenever flow measurements for any sewage treatment plant facility in the state reaches 75% of the permitted average daily or annual average flow for three consecutive months, the permittee must initiate engineering and financial planning for expansion and/or upgrading of the wastewater treatment and/or collection facilities. • Whenever the average daily or annual average flow reaches 90% of the permitted average daily flow for three consecutive months, the permittee shall obtain necessary authorization from the commission to commence construction of the necessary additional treatment and/or collection facilities. • In the case of a wastewater treatment facility which reaches 75% of the permitted average flow for three consecutive months, and the planned population to be served or the quantity of waste produced is not expected to exceed the design limitations of the treatment facility, the permittee will submit an engineering report supporting this claim to the executive director. If in the judgment of the executive director the population to be served will not cause permit noncompliance, then the requirements of this section may be waived. To be effective, any waiver must be in writing and signed by the director of the enforcement division of the commission, and such waiver of these requirements will be reviewed upon expiration of the existing permit; however, any such waiver shall not be interpreted as condoning or excusing any violation of any permit parameter. It is understood the City is in process of obtaining approval to increase the average daily permitted effluent flow to 1.2 MGD and plan for future developments and population growth. Estimated Current Flows WWTP Permit (2016) Percentage of Capacity Average Daily Flow (MGD) 0.78 0.98 79% 2-Hour Peak Flow (GPM) 2,166 2,917 74% 185 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 4-1 4. Projected Population and Capacity Requirements 4.1 Projected Population The City of Sanger service area consists of the incorporated area of Sanger, Texas in Denton County. In order to develop future population growth for the city, the NCTCOG population projection growth rate of 3.2% CAGR was used to estimate the future population. This data can be seen in Table 5.1. Table 4.1 –Population Projections Year Sanger, Texas Population 2019 8,800 2020 9,080 2025 10,629 2030 12,442 2040 17,048 Using the projected population for the City of Sanger, shown above in Table 4.1, a projected number of water system connections can be developed. A ratio of 1:1 water service connections to sewer service connections was used to estimate the approximate number of sewer connections for each year. In order to establish the number of future connections the ratio of persons per connection must be calculated. For the purposes of this study the projected population values have been divided by 2.68, the estimated number of person per household per the City’s 2019 population and number of customer meters. Table 4.2 –Connection Projections Year Populati on Total Connections (Calculated per Ratio) 2020 (current) 9,080 3,386 2025 10,629 3,966 2030 12,442 4,643 2040 17,048 6,361 4.2 Development of Future Sewer Flows and Growth Areas Sewer flow projections for future conditions (ie. 5-year, 10-year and 20-year projections) were developed using detailed comprehensive plan (supplied by City staff) and historical sewer flow information. Figure 4.1 shows the location of the future developments per city comprehensive plan. 186 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 4-2 Figure 4.1: Future Development Areas per Comprehensive Plan Growth Areas identified in the comprehensive plan includes: #1 – FM 455 & I-35/Southwest Corner #2 – FM 455 Corridor (East of I-35) #3 – Downtown Sanger #4 – FM 455 & I-35/Northwest Corner #5 – Light Industrial near Walmart Distribution Center #6 – I-35 Corridor (west of I-35 in Core of Sanger) #7 – Belz Road & I-35 (Northwest Corner) #8 – 5th Street Corridor (North of FM 455) #9 – Linda Tutt Learning Center/SISD Site #10 – Lake Ray Roberts #11 – FM 455 & Future Indian Lane Extension Based on discussions with the city staff with respect to growth projected for the city in the 5-year, 10-year and 20-year scenarios, the following wastewater flows were projected for the future development areas, which were further used in the wastewater collection system modeling analysis. 187 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 4-1 Table 4.3 Growth Area 2025 2030 2040 Number of Additional Connections Additional Average Day Flow GPM Additional Peak Hour Flow GPM Number of Additional Connections Additional Average Day Flow GPM Additional Peak Hour Flow GPM Number of Additional Connections Additional Average Day Flow GPM Additional Peak Hour Flow GPM #1 29 4.64 18.56 #2 29 4.64 18.56 #3 29 4.64 18.56 #4 29 4.64 18.56 #5 174 27.84 111.36 118 18.93 75.6 301 48.13 192.52 #6 29 4.64 18.56 #7 232 37.12 148.48 136 21.6 86.52 258 41.26 165.04 #8 29 4.64 18.56 #9 29 4.64 18.56 #10 304 48.67 194.68 860 137.52 550.08 #11 118 18.93 75.6 301 48.13 192.52 Total 580 93 390 679 108 433 1719 275 1100 188 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 5-1 5. Future Development Lift Station Capacity Analysis The table below shows the lift station capacity analysis for the future lift station service areas. Only the lift stations that receive flows from the new growth areas discussed above are shown with the estimated future flows. Table 5.1 Year Lift Station Estimated Lift Station Capacity (MGD) Estimated Future Peak Flow (MGD) Allowable Growth (MGD) Allowable Growth (Poupulation) 5-Year South Bottom 0.72 0.81 -0.09 0 WWTP 6.54 3.65 2.89 5,944 10-Year WWTP 6.54 4.28 2.26 4,647 20-Year WWTP 6.54 5.86 0.68 1,394 1: Estimated using 70% of the allowable growth in MGD and with the current average and peak usage of roughly 85 gal/person/day and 350 gal/person/day, respectively. As noted in section 3.4, the South Bottom lift station has exceeded the firm capacity for the lift station and will either require improvements or a new lift station will need to be installed to allow for the current and future peak flows. Section 7 discusses several options for improvements. 189 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-1 6. Modeling Results 6.1 SewerGEMs Wastewater Model An evaluation of the current collection system was performed using a computerized modeling program called SewerGEMS. Information for the computerized model was provided by the City's employees, line lengths were scaled off of existing maps, and invert elevations were determined using minimum slopes required by TCEQ for the various line sizes used. The computer model was used to evaluate the adequacy of existing collection system as well as options for future expansion. The computerized model did not include an inflow and infiltration analysis. Alternatively, peak flow rate of 4 times the average day flow was used to simulate peak conditions. 6.2 Existing Collection System Model 6.2.1 Existing Average Day Sewer Flow Condition Under the existing average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch line on the west side of I-35 near Belz Road and the 12-in line on Chapman Drive show velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 190 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-2 This Page Intentionally Left Blank! 191 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | EX - AVG | 4/19/2022 - 11:07 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING EXISTING SYSTEM AVERAGE DAY 192 Item 3. 193 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-3 6.2.2 Existing Peak Hour Flow Condition Under the existing peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 30%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. Additionally, there are several smaller areas on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. The second area showing surcharging, is near 1st St and north of Willow St, in the lines upstream of the 12-in and 16-in lines that flow to the WWTP. The 10-inch line along 1st St and south of Locust St exceeds the pipe design capacity by close to 20%. 194 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-4 This Page Intentionally Left Blank! 195 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | EX - PK | 4/19/2022 - 11:15 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM PEAK HOUR LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING 196 Item 3. 197 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-5 6.2.3 5-Year Average Day Sewer Flow Condition Under the 5-year average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch line on the west side of I-35 near Belz Road and the 12-in line on Chapman Drive show velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 198 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-6 This Page Intentionally Left Blank! 199 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 5 - AVG | 4/19/2022 - 11:31 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5-YEAR SYSTEM AVERAGE DAY 200 Item 3. 201 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-7 6.2.4 5-Year Peak Hour Sewer Flow Condition Under the 5-year peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 50%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. Additionally, there are several smaller areas on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. The second area showing surcharging, is in the northeast section of the city, between Peach St and Willow St, and in the lines upstream of the 12-in and 16-in lines that flow to the WWTP. The 10-inch line along 1st St and south of Locust St exceeds the pipe design capacity by close to 50%, and is causing the upstream pipes and manholes in this area to back up and also surcharge. 202 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-8 This Page Intentionally Left Blank! 203 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 5 - PK | 4/19/2022 - 11:32 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5-YEAR SYSTEM PEAK HOUR 204 Item 3. 205 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-9 6.2.5 10-Year Average Day Sewer Flow Condition Under the 10-year average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch lines on the west side of I-35 near Belz Road shows velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 206 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-10 This Page Intentionally Left Blank! 207 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 10 - AVG | 4/19/2022 - 11:32 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10-YEAR SYSTEM AVERAGE DAY 208 Item 3. 209 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-11 6.2.6 10-Year Peak Hour Sewer Flow Condition Under the 10-year peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 55%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. Additionally, there are several smaller areas on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. The second area showing surcharging, is in the northeast section of the city, between Peach St and Willow St, and in the lines upstream of the 12-in and 16-in lines that flow to the WWTP. The 8-inch and 10-inch lines along 1st St and south of Locust St exceeds the pipe design capacity by close to 50% and 90%, respectively. This is causing the upstream pipes and manholes in this area to back up and also surcharge. 210 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-12 This Page Intentionally Left Blank! 211 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 10 - PK | 4/19/2022 - 11:30 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10-YEAR SYSTEM PEAK HOUR 212 Item 3. 213 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-13 6.2.7 20-Year Average Day Sewer Flow Condition Under the 20-year average day flows, no surcharging was observed in the model. The model did show several upstream sections (with fewer property connections) of 8-inch line with velocities less than 0.5 ft/second under existing average day flow conditions. Additionally, the 18-inch line on the west side of I-35 near Belz Road shows velocities of less than 0.5 ft/second. Future development planned in the I-35 corridor and along FM 455 will help alleviate stagnate velocity issues in the existing large diameter pipelines. 214 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-14 This Page Intentionally Left Blank! 215 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 20 - AVG | 4/19/2022 - 11:34 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20-YEAR SYSTEM AVERAGE DAY 216 Item 3. 217 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-15 6.2.8 20-Year Peak Hour Sewer Flow Condition Under the 10-year peak hour flows (i.e. 4 times the average flow) surcharging occurs most noticeably in the area west of I-35 and in the northeast section of the city and along FM 455. The model indicates the 8-inch line and associated manholes directly downstream of the Duck Creek lift station force main along Keaton Road exceeds the pipe design capacity by close to 25% to 55%. Due to this surcharge in the pipe along Keaton Road, the model shows the upstream pipes and manholes running north to Chapman Road are backing up and are also surcharging. The surcharging seen along FM 455, between Peach St and Willow St, and in the 16-inch lines that flow to the WWTP indicate the pipes are well exceeding design capacity. The 8-inch and 10-inch lines along 1st St and south of Locust St exceeds the pipe design capacity by close to 50% and 90%, respectively. The 16-inch line directly flowing to the WWTP exceeds design capacity by close to 80%. This is causing the upstream pipes and manholes in this area to back up and also surcharge The smaller area on the east side of I-35 that also show surcharging. The first, along 5th Street north of Cowling Road shows the 8-inch pipe directly downstream of the South Bottom lift station exceeding the pipe design capacity by close to 90%. 218 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-16 This Page Intentionally Left Blank! 219 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WASTEWATER COLLECTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\SEWER SYSTEM\USE THIS MODEL\ SANGER UPDATED SEWER MODEL 2022 - SUBDIVIDED BY LS - FINAL.DWG | 20 - PK | 4/19/2022 - 11:35 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com LEGEND 6" SEWER LINE 8" SEWER LINE 10" SEWER LINE 12" SEWER LINE 16" SEWER LINE 18" SEWER LINE 21" SEWER LINE 27" SEWER LINE BOLD = SURCHARGING I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20-YEAR SYSTEM PEAK HOUR 220 Item 3. 221 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 6-17 6.3 Modeling Summary Table 6.1 Modeling Findings Existing System 2025 2030 2040 Population 9,080 10,629 12,442 17,048 Active Connections 3,386 3,966 4,643 6,361 Collection System Flow Scenarios and Requirements Average Daily Flow No surcharging No surcharging No surcharging No surcharging Peak Hour Flow Surcharging Surcharging Surcharging Surcharging Notes South Bottom lift station is operating over capacity at peak hour flows. South Bottom lift station is operating over capacity at peak hour flows. South Bottom lift station is operating over capacity at peak hour flows. The lower elevation of the area east along FM 455 would a require a lift station to pump flows to the existing WWTP. South Bottom lift station is operating over capacity at peak hour flows. Surcharging indicates a need for another lift station east along FM 455. The lower elevation of this area would also require a lift station to pump flows to the existing WWTP. 222 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7. Summary of Recommended Collection System Improvements 7.1 Existing System Recommendations South Bottom and Duck Creek Lift Stations – Proposed Options The two options and the estimated costs are detailed below. Option 1: Upsizing lines along Duck Creek and Keaton Road, and upgrading South Bottom Lift Station - Upsize the 6-inch line along Duck Creek directly downstream of the Duck Creek force main to a 12- inch - Upsize the 8-inch line from Duck Creek to existing line that feeds into the South Bottom lift station to a 12-inch - Upgrade S. Bottom lift station (capacity to be determined) - Will also upsize along S 5th St from Diane Dr to First Baptist Church, and west along Marcia Ln to 12- inch Pros: - Pipe bursting ideal candidate to save costs - If S. Bottom lift station is upgraded, it will be able to support more development from Duck Creek, Holt Road, and gravity flow from the west side of I-35 - Do not have to cross I-35 - If new WWTP is built south of the City near Rector Road, can allow for everything to have gravity flow from South Bottom to the proposed WWTP instead of pumping it back to the existing WWTP Cons: - Potentially high cost compared to Option 2 - Does not decrease the load on the South Bottom lift station - South Bottom lift station will need to be upgraded Option 2: Extending the Duck Creek force main across I-35 to manhole at Diane Drive and Marcia Lane - Extend existing Duck Creek force main to flow directly into gravity network that feeds into WWTP • Across I-35 along Duck Creek/Austin St, to Diane Dr, and then down to the existing manhole on Marcia Ln (about 3000 feet) • Will also upsize along S 5th St from Diane Dr to First Baptist Church, and west along Marcia Ln to 12-inch (about 2500 feet) Pros: - Decreases the load on S. Bottom lift station (Duck Creek no longer flowing through South Bottom) - Allow for more development in other areas that flow to South Bottom lift station (Holt Road, south side of city, and other gravity flow areas west of I-35) - Do not have to upsize the 8-inch line along Keaton Rd Cons: - Reduction in Duck Creek lift station capacity (up to 200 GPM, because the force main is longer, there is higher head loss) 223 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements Table 7.1 Table 7.2 Duck Creek & South Bottom Lift Stations: Option 1 Cost Estimate Description Unit Quantity Unit Cost Total Cost Upgrade South Bottom Lift Station (Additional 500 GPM pump, extending wet well, control panel adjustments, new concrete pad, etc) LS 1 $ 700,000 $ 700,000.00 12" along Duck Creek - Duck Creek force main to I-35 LF 610 $ 170 $ 103,700.00 12" along Keaton Rd - from Duck Creek to existing 18" Line LF 5,000 $ 170 $ 850,000.00 Total $ 1,653,700.00 Additional Recommendations Additionally, the upsizing of the lines in Table 7.3 below is recommended to reduce surcharging seen in the model at peak hour flows. Table 7.3 Existing System Additional Line Improvements Description Unit Quantity Unit Cost Total Cost 12" along S 5th St - from Diane Dr to First Baptist Church, and west along Houston St LF 2500 $ 170 $ 425,000.00 10" along S 5th St - from Houston St to Church St LF 570 $ 145 $ 82,650.00 12" along Bolivar St - S 5th St to N 1st St LF 1290 $ 170 $ 219,300.00 18" along N 1st St from Cherry St and crossing Railroad LF 1040 $ 180 $ 187,200.00 Duck Creek & South Bottom Lift Stations: Option 2 Cost Estimate Description Unit Quantity Unit Cost Total Cost 6-inch force main extension along Duck Creek/Austin St from Keaton Rd to Diane Dr, and down to existing manhole at Marcia Ln LF 3,000 $ 115 $ 345,000.00 Total $ 345,000.00 224 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 10" running NE from Willow St to Railroad LF 580 $ 145 $ 84,100.00 15" from RR Ave to Jones St LF 960 $ 175 $ 168,000.00 10" along Smith St and Kirkland St to E Willow St LF 970 $ 145 $ 140,650.00 Total $ 1,306,900.00 7.2 Future Considerations for Lake Ray Roberts Development Lake Ray Roberts Future Developments – Proposed Options The two options and the estimated costs are detailed below. Option 1: New Wastewater Treatment Plant independent of existing system. - Construct a new WWTP in the area east along FM 455 for development near Lake Ray Roberts. Pros: - Does not require long distance of force main piping to connect with the existing system Cons: - More involved site evaluation and construction than Option 2 - Requires permitting - Must meet new discharge requirements Option 2: New lift station and associated force main piping to connect to existing system - Construct a lift station and extended force main piping along FM 455 to connect to the existing collection system Pros: - Does not require permitting Cons: - Requires an extensive length of force main and gravity line to connect to existing system (approximately 15,000 feet total) - Depending on the amount of growth expected in the future, this could add a lot of additional flow in the existing system 225 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements Table 7.4 Table 7.5 Lake Ray Roberts Development: Option 2 Cost Estimate Description Unit Quantity Unit Cost Total Cost New Lift Station LS 1 $ 900,000 $ 900,000.00 12" force main along FM 455 LF 7000 $ 170 $ 103,700.00 15" line connecting force main to existing system LF 4300 $ 175 $ 752,500.00 Total $ 1,756,200.00 Lake Ray Roberts Development: Option 1 Cost Estimate Description Unit Quantity Unit Cost Total Cost New Wastewater Treatment Plant (this does not include engineering, permitting, land acquisition, loan fees, etc) LS 1 $ 5,150,000 $ 5,150,000.00 Total $ 5,150,000.00 226 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7.3 Future Improvements Involving New Lines for Growth Areas and Existing Line Upsizing 5-Year Improvements Please refer to section 4.2 for the locations of the growth areas for the five-year improvements. Line Improvements related to Future Development at Growth Areas Description Unit Quantity Unit Price Total Cost Area #1 – 8” Line LF 200 $ 120.00 $ 24,000.00 Area #2 – 6” Line LF 1200 $ 115.00 $ 138,000.00 Area #3 – 6” Line LF 500 $ 115.00 $ 57,500.00 Area #4 – 8” Line LF 1600 $ 120.00 $ 192,000.00 Area #5 and North– 10” Line LF 3300 $ 145.00 $ 478,500.00 Area #6 – 6” Line LF 1200 $ 115.00 $ 138,000.00 Area #7 – 10” Line LF 2100 $ 145.00 $ 304,500.00 Area #8 – 8” Line LF 1500 $ 120.00 $ 180,000.00 Area #9 – 6” Line LF 350 $ 115.00 $ 40,250.00 Line Improvements related to Upsizing of Existing Undersized or Surcharging Lines Description Unit Quantity Unit Price Total Cost 12" Line along Peach St - from N 4th St to N 2nd St, across and down to 15" line on Cherry St LF 2050 170 $ 348,500.00 12" running north from cul-de-sac at RR Ave to E Willow St LF 420 170 $ 71,400.00 15" pipes connecting east development along McReynolds to existing16" (3 sections) LF 1250 175 $ 218,750.00 Total $ 2,191,400.00 227 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 10-Year Improvements Please refer to section 4.2 for the locations of the growth areas for the ten-year improvements. Line Improvements related to Future Development at Growth Areas Description Unit Quantity Unit Price Total Cost Area #5 and North - 8" Line LF 3450 $ 120.00 $ 414,000.00 Area #7 - 8" Line LF 1800 $ 120.00 $ 216,000.00 Area #10 - 12" Line (connect to existing system) LF 15000 $ 170.00 $ 2,550,000.00 Area #10 - 8" Line LF 3300 $ 120.00 $ 396,000.00 Area #11 - 8" Line LF 1950 $ 120.00 $ 234,000.00 Line Improvements related to Upsizing of Existing Undersized or Surcharging Lines Description Unit Quantity Unit Price Total Cost 10" along Locust St from S 2nd to 1St St LF 400 $ 145.00 $ 58,000.00 15" pipe connecting small area near Pleasant Run to existing 16" line LF 225 $ 175.00 $ 39,375.00 8" line along Chapman Dr from s 5th to 4th St LF 250 $ 120.00 $ 30,000.00 Total $ 3,937,375.00 228 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7-7 20-Year Improvements Please refer to section 4.2 for the locations of the growth areas for the twenty-year improvements. Line Improvements related to Future Development at Growth Areas Description Unit Quantity Unit Price Total Cost Area #5 and North - 8" Line LF 2400 $ 120.00 $ 288,000.00 Area #7 - 8" Line LF 2100 $ 120.00 $ 252,000.00 Area #10 - 8" Line LF 525 $ 120.00 $ 63,000.00 Area #11 - 8" Line LF 1500 $ 120.00 $ 180,000.00 Line Improvements related to Upsizing of Existing Undersized or Surcharging Lines Description Unit Quantity Unit Price Total Cost 15" along FM 455 from RR to 1250' east of Green Valley Café LF 6850 175 $ 1,198,750.00 21" line on east side of RR from Chapman Dr to WWTP LF 4850 185 $ 897,250.00 12" from behind Dollar General to Peach St LF 1420 170 $ 241,400.00 15" from RR ave to Jones St LF 725 175 $ 126,875.00 8" along 2nd St from Plum to Peach 270 120 $ 32,400.00 8" along 3rd from Peach to Elm 440 120 $ 52,800.00 8" along Elm from 2nd to 1st 390 120 $ 46,800.00 Total $ 3,379,275.00 The costs estimated for the 5, 10, and 20 year improvements include only construction estimates and does not include engineering fees, administrative costs, funding fees, acquisition costs, construction supervision, etc. 229 Item 3. City of Sanger, Texas Wastewater Collection System Analysis and Capital Improvements 7-8 7.4 Summary of Proposed Improvements for Future Development 7.4.1 5-Year Improvements 1. Duck Creek & South Bottom lift station improvements 2. Collection system surcharge improvements 3. Line extensions and collection system improvements to service future development areas including areas 1, 2, 3, 4, 5, 6, 7, 8, and 9. 7.4.2 10-Year Improvements 1. New WWTP or new lift station for developments near Lake Ray Roberts 2. Line extensions and collection system improvements to service future development areas including areas 5, 7, 10, and 11. 3. Collection system surcharge improvements 7.4.3 20-Year Improvements 1. Line extensions and distribution system improvements to service future development areas including areas 5, 7, 10, and 11. 2. Collection system surcharge improvements 7.4.4 Impact Fee Analysis The impact fee was calculated by estimating the cost of each improvement required to provide sewer service to the extents of the Proposed Improvements for Future Development. The total costs of these improvements was then divided by the number of additional future connections to be served. This provides an average per connection cost for the improvements. The impact fee analysis is briefly described as follows: 𝐼𝑙𝑙𝑎𝑎𝑟 𝐹𝑎𝑎=𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑟𝑟 𝑙𝑎 𝑆𝑎𝑣𝑎𝑟 𝐼𝑙𝑙𝑟𝑙𝑣𝑎𝑙𝑎𝑙𝑟𝑟 𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑙𝑙𝑎𝑎𝑟𝑖𝑙𝑙𝑟 𝑆𝑎𝑟𝑣𝑎𝑎 (𝑆𝑙𝑖𝑟𝑟 𝑟𝑙 𝑎𝑎 𝐴𝑎𝑎𝑎𝑎) The resulting impact fee is $3,200 per connection and 50% of this fee is $1600. 230 Item 3. WATER DISTRIBUTION SYSTEM ANALYSIS AND CAPITAL IMPROVEMENTS for City of Sanger (Denton County, Texas) TCEQ Public Water System No. TX0610006 KSA Project Number SNG.004 Prepared by: 8866 Synergy Drive McKinney, Texas 75070 T: 972-542-2995 F: 888-224-9418 www.ksaeng.com TBPE Firm Registration No. F-1356 Revision Description By Date 0 Final Report Danny Hays, P.E. Shriram Manivannan, P.E. Emily Avery, E.I.T. 8/3/2022 231 Item 3. This Page Intentionally Left Blank! 232 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements i Table of Contents 1 Introduction ....................................................................................................................................... 1-1 1.1 Scope of work............................................................................................................................. 1-1 1.2 Work Plan ................................................................................................................................... 1-1 1.3 Limitations.................................................................................................................................. 1-2 1.4 Acknowledgements .................................................................................................................... 1-2 2 Existing Water System Facilities and Infrastructure .......................................................................... 2-1 2.1 Water System Background ......................................................................................................... 2-1 3 TCEQ Minimum System Capacity Requirements ............................................................................... 3-1 3.1 TCEQ Well Capacity, Storage and Pumping Requirements ........................................................ 3-1 3.2 Capacity Analysis of Existing Water Facilities ............................................................................ 3-2 3.3 TCEQ Adequacy of Service ......................................................................................................... 3-3 4 Projected Population and System Requirements .............................................................................. 4-1 4.1 Projected Population ................................................................................................................. 4-1 4.2 Projected System Requirements ................................................................................................ 4-2 5 Modeling Results ................................................................................................................................ 5-1 5.1 System Demands ........................................................................................................................ 5-1 5.2 Existing Conditions ..................................................................................................................... 5-1 5.3 Future Conditions....................................................................................................................... 5-9 6 Summary of Recommended Facility Improvements .......................................................................... 6-1 6.1 Well Capacity ............................................................................................................................. 6-1 6.2 Line Replacement Program and Looping of System .................................................................. 6-1 6.3 5-Year Improvements ................................................................................................................ 6-2 6.4 10-Year Improvements .............................................................................................................. 6-3 6.5 20-Year Improvements .............................................................................................................. 6-3 6.6 Summary of Proposed Improvements for Future Development ............................................... 6-4 7 Water Distribution Modeling Fundamentals ..................................................................................... 7-1 7.1 Historical Background ................................................................................................................ 7-1 7.2 Hydraulic Terminology and Fundamentals ................................................................................ 7-1 7.3 Hydraulic Simulation Model ....................................................................................................... 7-4 7.4 Applicable Definitions for TCEQ Minimum Capacity Requirements .......................................... 7-4 233 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements ii 234 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 1-1 1 Introduction 1.1 Scope of work The City of Sanger authorized KSA Engineers to update the 2010 Master Plan for the water and sanitary sewer systems. The scope included modeling of the existing systems, projecting future growth, modeling the future systems, identifying the improvements necessary to accommodate future growth, and analysis of water supply capacity. . To assist in navigation through this report, the following is a brief guide to the information contained within each chapter. • Chapter 2 provides a summary of City’s existing water distribution system infrastructure and facilities. • Chapter 3 outlines the evaluation of the City’s water supply and storage capacity against current Texas Commission on Environmental Quality (TCEQ) regulations under Chapter 30 of the Texas Administrative Code (TAC) section 290.45.. • Chapter 4 provides projected growth for the City of Sanger (5, 10 and 20 year) based on NCTCOG growth data and the evaluation of City’s water supply and storage capacity against TCEQ requirements. • Chapter 5 contains a discussion concerning the findings of the modeling of the existing system. • Chapter 6 is a summary containing a discussion centering on the recommended capital improvements including estimated costs of the recommended improvements. • Appendix I contains distribution modeling basis and assumptions as well as a brief information to basic hydraulic terminology and fundamentals. This chapter will provide insight to many of the terms used throughout the report. Appendix II contain several graphical exhibits that are referenced in the report. These exhibits show various maps of the water distribution system and the proposed capital improvements. 1.2 Work Plan A general work plan for performing the above scope of work, consisted of the following: A. Conduct a review of existing information related to the City of Sanger’s water supply and treatment history including the following: 1. TCEQ Drinking Water Watch Data; 2. Customer Meter Reading and Billing Data; and, 3. Available distribution system mapping. B. Create a WaterCAD computer module of the distribution system using all line sizes 2-inches and larger. Model is office calibrated, without field verification or calibration. C. Conduct steady state model simulations for average day, maximum day, peak hour, and TCEQ minimum 1.5 gpm per connection demands for existing conditions as well as for the future 5-, 10- and 20- year future conditions. D. Identify areas of low pressure within the distribution system on the basis the modeled simulations. E. Develop new water system infrastructure improvements to address modeled deficiencies; and, F. Prioritize improvement projects based on city needs and population projections through to year 2040. 235 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 1-2 1.3 Limitations References in this report to any specific commercial product, process or service by trade name, trademark, manufacturer, or otherwise does not necessarily constitute or imply its endorsement, recommendation, or favoring by the City of Sanger, KSA or other individuals or entities specifically mentioned in this report. The projected growth rates shown in this report are estimates based upon NCTCOG growth data or from growth patterns in nearby, similar sized cities. Actual growth rates could be higher or lower based upon a number of factors that are beyond the scope of this study. The design basis for the information presented in this report is preliminary in nature and therefore is subject to change. The facilities and components discussed should be confirmed with more specific data as design development of the capital improvements proceeds. Any project costs shown are opinions of probable construction cost only and are based upon standard construction practices, materials and installation. Costs are reflective of present day prices and are on the basis of conceptual schematics and alignments. Opinions presented do not include costs arising from property and/or easement acquisition, primary electrical service, etc. 1.4 Acknowledgements The cooperation and assistance of City of Sanger staff is gratefully acknowledged 236 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-1 2 Existing Water System Facilities and Infrastructure 2.1 Water System Background The City’s water system presently serves approximately 3,386 metered connections (City data), most of whom are residential customers. The distribution system consists of approximately 66 miles of water mains, ranging in diameter from 20-inches to 2-inches. Source water supply for the city’s public water system is primarily withdrawn from the Trinity aquifer via six active ground water wells. All information presented is from the TCEQ Drinking Water Watch database and data provided by the City staff. A map of the existing system and pipe diameters is shown on the next page. 237 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-2 2.1.1 Groundwater Facilities The groundwater system consists of six active groundwater wells, each with groundwater treatment facilities (chlorine dosed), and four high service pumping facility. The table below represents a tabulation of the various facilities that are contained within the groundwater system production system. Table 2.1 – Existing Groundwater Wells Well Number Location Year Drilled Tested Capacity (gpm) TCEQ Rated Capacity (gpm) 2 1st St and Cherry St ( 1955 80 75 5 Acker St 1982 165 200 6 McReynolds 1913 275 320 7 Utility Rd 2002 600 765 8 1st St and Cherry 2016 625 730 91 FM 455 and Keith Dr 2016 725 720 City Total Capacity (GPM) 2,470 2,810 Cowling Rd2 Cowling Rd (Contracted capacity) - 600 600 System Total Capacity (GPM) 3,070 3,410 System Total Capacity (MGD) 4.4208 4.9104 1Well 9 is currently not in service. 2Cowling Rd well is owned and operated by the Upper Trinity Regional Water District with a contracted capacity of 600 GPM. 2.1.2 Distribution System Facilities The distribution system consists of four high pump service stations, one elevated storage tank, one ground storage tank, and approximately 66 miles of transmission and distribution mains. The City of Sanger water distribution system includes galvanized steel, asbestos cement, and PVC pipes ranging in size from 20-inches to 2-inch in diameter. Water from the wells is pumped to the groundwater treatment facilities (chlorine dosed) located at each well site. At well sites with ground storage tanks, the water is distributed to the system via a high service pump station. At the elevated storage tank sites, water is chlorinated and then is directly pumped into the elevated storage tank. The tables below represent a tabulation of the various facilities that are contained within the distribution system. Table 2.2 – Existing Groundwater Wells Site Location Well Number Ground Storage Facility Elevated Storage Facility Pump Station Facility 1st St and Cherry St 2 & 8 2 GST Total - 1 Pump Acker St 5 1 GST 1 EST 2 Pumps McReynolds 6 - 1 EST 238 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-3 Utility Rd 7 1 GST 1 EST 3 Pumps FM 455 and Keith Dr 91 - - Cowling Road Cowling Rd 1 GST - 2 Pumps Table 2.3 – Distribution System Pumps Well Number Location Duty Pumps Total Capacity (gpm)1 2 1st St and Cherry St 150 5 Acker St (2 Pumps) 600 7 Utility Rd (3 Pumps) 1050 Cowling Rd Cowling Rd (2 Pumps) 1200 Collective Pump StationCapacity 3,000 1: Pump capacity data provided by City staff. Table 1.4 – Distribution Storage Tanks Location Type Capacity (gallons)1 1st St and Cherry St GST 100,000 1st St and Cherry St GST 300,000 Acker St GST 300,000 Acker St EST 500,000 McReynolds EST 200,000 Utility Rd GST 100,000 Walmart District EST 500,000 Cowling Rd GST 500,000 Total Capacity 2,300,000 1: Storage tank capacity provided by City staff. Table 2.5 – Summary of Existing Water Distribution Mains Pipe Diameter (inches) Approximate Total Length (miles) 2 5.29 4 0.54 6 18.82 12 8.04 16 1.84 20 0.29 Total 66.04 239 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 2-4 The above summary of existing water distribution mains only reflects the length of water mains placed into the water system model. The summary reflects all known water mains 2-inches in diameter and greater. 240 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-1 3 TCEQ Minimum System Capacity Requirements City of Sanger’s water supply and storage capacity evaluation was based on the current Texas Commission on Environmental Quality (TCEQ) regulations under Chapter 30 of the Texas Administrative Code (TAC) section 290.45. Minimum Water System Capacity Requirements listed in 30 TAC 290.45 are directly linked to the number of connections served and the daily demands of the water system. This can have significant impact on the analysis of an existing water system and its abilities to serve not only the connections and demands of the existing facility designs, but also the current and future numbers of connections served, or to be served, along with their respective daily demands. For the purposes of this master plan, the analysis of minimum system capacity requirements has been limited to the requirements for well capacity, total storage, elevated storage, and high service pumping. 3.1 TCEQ Well Capacity, Storage and Pumping Requirements The TCEQ rules for minimum system capacity requirements for community water systems are divided in to two categories dependent upon whether the system is served by groundwater or surface water. The groundwater system rules are further divided based upon the number of connections in the water system. The City of Sanger system is served by a ground water source, therefore the groundwater rules will be applied. A summary of the applicable rules are shown in Table 3.1 below. Table 3.1 – Applicable Rules From 30 TAC 290, Subchapter D TCEQ Groundwater System Rule Rule Text Well Capacity 290.45(b)(1)(D)(i) Two or more wells having a total capacity of 0.6 gpm per connection. Where an interconnection is provided with another acceptable water system capable of supplying at least 0.35 gpm for each connection in the combined system under emergency conditions, an additional well will not be required as long as the 0.6 gpm per connection requirement is met for each system on an individual basis. Each water system must still meet the storage and pressure maintenance requirements on an individual basis unless the interconnection is permanently open. In this case, the systems' capacities will be rated as though a single system existed Total Storage 290.45(b)(1)(D)(ii) Total storage capacity of 200 gallons per connection. Pump Capacity 290.45(b)(1)( D)(iii) Two or more pumps having a total capacity of 2.0 gpm per connection or that have a total capacity of at least 1,000 gpm and the ability to meet peak hourly demands with the largest pump out of service, whichever is less, at each pump station or pressure plane. For systems which provide an elevated storage capacity of 200 gallons per connection, two service pumps with a minimum combined capacity of 0.6 gpm per connection are required. If only wells and elevated storage are provided, service pumps are not required. Elevated Storage 290.45(b)(1)( D)(iv) An elevated storage capacity of 100 gallons per connection or a pressure tank capacity of 20 gallons per connection. If pressure tanks are used, a maximum capacity of 30,000 241 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-2 gallons is sufficient for up to 2,500 connections. An elevated storage capacity of 100 gallons per connection is required for systems with more than 2,500 connections. Alternate methods of pressure maintenance may be proposed and will be approved if the criteria contained in subsection (g)(5) of this section are met. 3.2 Capacity Analysis of Existing Water Facilities Capacity analysis of existing water system facilities and their ability to meet the TCEQ Minimum System Capacity Requirements were performed using connection and demand data specific to the City’s system. This information is presented in the following sections. The comparative analysis is based upon 3,386 active connections (provided by city staff). 3.2.1 Existing Well Production Capacity Analysis Analysis of existing well production capacity against TCEQ minimum system capacity requirements is presented in Table 3.2 below. Groundwater supplied to the system includes Wells 2, 5, 6, 7, 8, and the well at Cowling Road (owned and operated by the Upper Trinity Regional Water District). It should be noted that Well 9 is currently out of service; however, the tested capacity of Well 9 is included for the purposes of this evaluation. This analysis is conducted on the basis of the 3,386 existing active connections in the system. Table 3.2 – Required Well Capacity by Number of Connections Portion of System Existing Active Number of Connections Required Well Capacity (gpm)(1) Existing Tested Well Capacity (gpm) Entire System 3,386 2,032 2,345 gpm (tested, without Well #9 in service) 3,070 gpm (tested, with Well #9 in service) (1) Based upon a minimum capacity requirement of 0.6 gpm per connection. As evident from Table 3.2 the system meets the minimum requirement for well production capacity based upon the tested capacity of the wells. 3.2.2 Existing Total Storage Capacity Analysis Analysis of existing total storage capacity against TCEQ minimum system capacity requirements is presented in Table 3.3. This analysis is conducted based upon the number of existing active connections within the system. Table 3.3 – Required Total Storage by Number of Connections Portion of System Approximate Number of Connections Required Storage Capacity (gallons)(1) Existing Storage Capacity (gallons)(2) Entire System 3,386 677,200 2,500,00 (1) Based upon a minimum capacity requirement of 200 gallons per connection. (2) Includes only ground storage tanks, elevated storage tanks, and standpipes within the current system configuration. Based upon Table 4.3 the system meets the minimum requirement for total storage. 3.2.3 Existing Elevated Storage Capacity Analysis Analysis of existing elevated storage capacity against TCEQ minimum system capacity requirements is presented in Table 3.4. This analysis is conducted based upon the approximate number of existing active connections within the system. Table 2 – Required Elevated Storage by Number of Connections 242 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-3 Table 3.4 – Existing Groundwater Wells Portion of System Approximate Number of Connections Required Storage Capacity (gallons) Existing Storage Capacity (gallons)(3) Entire System 3,386 338,600 1,200,000 (1) Based upon a minimum capacity requirement of 100 gallons per connection. (2) Includes only elevated storage tanks, and standpipes within the current system configuration. Table 3.4 indicates the system exceeds the minimum required for elevated storage based upon the minimum required 100 gallons/connection. Existing High Service Pumping Capacity Analysis Analysis of existing high service pumping capacity against TCEQ minimum system capacity requirements is presented in Table 3.5. This analysis is conducted based upon the approximate number of existing active connections within the system.. Table 3.5 – Required High Service Pumping Capacity Portion of System Approximate Number of Connections Required Pumping Capacity Existing Pumping Capacity (gpm) Entire System 3,386 1000 3,000 Based upon Table 3.5, the system meets the minimum 1000 gpm total pumping capacity with the ability to meet peak hour demands with the largest pump out of service. The system also supplies over 200 gallons of elevated storage per connection, and it does meet the 0.6 gpm pumping capacity per connection requirement. 3.3 TCEQ Adequacy of Service Another consideration in planning for future growth is based upon a TCEQ regulation concerning adequacy of service. This regulation can be found in 30 TAC 291.93.(3) and reads as follows: “A retail public utility that possesses a certificate of public convenience and necessity that has reached 85% of its capacity as compared to the most restrictive criteria of the commission's minimum capacity requirements in Chapter 290 of this title shall submit to the executive director a planning report that clearly explains how the retail public utility will provide the expected service demands to the remaining areas within the boundaries of its certificated area. A report is not required if the source of supply available to the utility service provider is reduced to below the 85% level due to a court or agency conservation order unless that order is expected to extend for more than 18 months from the date it is entered in which case a report shall be required.” Based upon this 85% requirement Table 3.6 was created indicating adequacy of service for the City of Sanger water system as currently operated. 243 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 3-4 Table 3.6 – Adequacy of Service Requirements Minimum System Capacity Criteria System Capacity TCEQ Required Capacity(1) Percentage of Capacity Meets TCEQ minimum capacity requirements? Well Capacity 2,345 gpm (tested, without Well #9 in service) 3,070 gpm (tested, with Well #9 in service) 2,032 gpm 87% (tested, without Well #9 in service) 66% (tested, with Well #9 in service) Yes, however without Well #9 in service, system has surpassed 85% limit. It is recommended to bring Well #9 back in service. Total Storage 2,500,000 gallons 677,200 gallons 27% Yes Elevated Storage(2) 1,200,000 gallons 338,600 gallons 28% Yes Pumping Capacity(3) 3,000 gpm 2,031 gpm 60% Yes (1) Based upon the number of connections within the pressure zone served. (2) Criteria shown is based upon an elevated storage capacity of 100 gallons/connection. (3) Criteria shown is based upon a minimum of 2 gpm/connection or that have a capacity of 1000 gpm and can meet peak hourly demands with the largest pump out of service. With the system supplying more than 200 gallons of elevated storage per connection, the pumping capacity must provide 0.6 gpm per connection. 244 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-1 4 Projected Population and System Requirements 4.1 Projected Population The City of Sanger service area consists of the incorporated area of Sanger, Texas in Denton County. In order to develop future population growth for the city, the NCTCOG population projection growth rate of 3.2% CAGR was used to estimate the future population. This data can be seen in Table 4.1. Table 4.1 –Population Projections Year Sanger, Texas Population (Est.) 2019 8,800 2020 9,080 2025 10,629 2030 12,442 2040 17,048 Using the projected population for the City of Sanger, shown above in Table 4.1, a projected number of water system connections can be developed for the system. In order to establish the number of future connections the ratio of persons per connection must be calculated. For the purposes of this study the projected population values have been divided by 2.68 the estimated number of person per household per the City’s 2020 population and number of customer meters. Table 4.2 –Connection Projections Year Estimated Population Estimated Total Connections (Calculated per Ratio) 2020 (current) 9,080 3,386 2025 10,629 3,966 2030 12,442 4,643 2040 17,048 6,361 245 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-2 4.2 Projected System Requirements Capacity analysis of future system requirements (2025, 2030 and 2040) and their ability to meet the TCEQ Minimum System Capacity Requirements were performed using project population, connection and demand data specific to the City’s system. Table 4.3 –Connection Projections Projected System Needs 2020 (Current) 2025 2030 2040 Population 9,080 10,629 12,442 17,048 Active Connections 3,386 3,966 4,643 6,361 Well Capacity Assessment Existing Facilities System Capacity 3,070 gpm (tested, with Well #9 in service) 2,345 gpm (tested, without Well #9 in service) TCEQ Required Capacity 2,032 gpm 2,380 gpm 2,786 gpm 3,817 gpm Additional Capacity Needed None required None required Planning for new Well required Additional 750 gpm required Notes Bring Well #9 back into service Bring Well #9 back into service 85% limit reached, start planning for new well capacity Required capacity exceeded, install new well(s) Total Storage Capacity Assessment Current System Capacity 2,500,000 gal TCEQ Required Capacity 677,200 gal 793,200 gal 928,600 gal 1,272,200 gal Additional Capacity Needed None required None required None required None required 246 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-3 Elevated Storage Capacity Assessment Current System Capacity 1,200,000 gal TCEQ Required Capacity 338,600 gal 396,600 gal 464,300 gal 636,100 gal Additional Capacity Needed None required None required None required None required Notes Meets both 100 gal and 200 gal per connection requirement for EST capacity. Meets both 100 gal per connection and 200 gal per connection requirement for EST capacity. Meets both 100 gal and 200 gal per connection requirement for EST capacity. Meets 100 gal per connection, however does not meet 200 gal per connection (TAC Ch. 290.45 b.D.iii). Pumping Capacity Assessment Current System Capacity 3,000 gpm TCEQ Required Capacity 1,000 gpm 1,000 gpm 1,000 gpm 1000 gpm Additional Capacity Needed None required None required None required None required Notes Per TAC Ch. 290.45 b.D.iii, does not meet 200 gal per connection. Must supply 1000 gpm per connection with largest pumps out of service. 247 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 4-4 A summary of the number of connections the system can support before each capacity criteria requires design is shown in Table 4.4 below. The system has already passed the number of connections supported at 85% capacity for the wells and will need to either install a new well or bring Well #9 into service again. The next criteria that will require design is elevated storage. However, the amount of total storage is adequate through the next 30 years, per the population and corresponding total number of connections estimations. Table 4.4 – Estimated Number of Connections System Can Support Before Reaching 85% Capacity of TCEQ Requirements Minimum System Capacity Criteria 85% System Capacity – Design Required (gpm) No. of Connections Supported at 85% Cap Well Capacity(1) 2,610 4,350 Total Storage(2) 2,125,000 10,625 Elevated Storage(3) 1,020,000 10,200 Pumping Capacity(4) 2,550 (1) Criteria shown is based on 0.6 gpm per connection. (2) Criteria shown is based on 200 gallons/connection. (3) Criteria shown is based upon an elevated storage capacity of 100 gallons/connection. (4) Criteria shown is based upon a minimum of 2 gpm/connection. However, a system that has a capacity of 1000 gpm and can meet peak hourly demands with the largest pump out of service is also adequate per the TCEQ. 248 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-1 5 Modeling Results 5.1 System Demands The City of Sanger provides water service to approximately 3,386 metered connections. The magnitude and distribution of water demands were determined from analysis of city water records and used in development of the WaterCAD computer model of the distribution system. The following water demands are of particular interest in analysis of a water distribution system. • Average Daily Demand: The average amount of water used each day during a calendar year, i.e., annual water usage / 365 days (provided by City staff). • Maximum Daily Demand: Maximum daily demand is 2.4 times the average daily demand of the system per TAC CH 290.38.46. • Peak Hourly Demand: In the absence of specific system data the peak hourly demand is calculated using the maximum daily demand multiplied by a peak hour factor defined by the TCEQ. For systems that meet the minimum capacity requirement for elevated storage this factor is 1.25, and for systems that do not meet the minimum capacity requirement for elevated storage, or use hydro- pneumatic tanks, this factor is 1.82. • 1.5 gpm per Connection Demand: The required minimum demand established by the TCEQ for which a public water system must maintain a minimum system pressure of 35 psi. 5.1.1 Demand Allocation Table 5.1 – Connection Projections Number of Connections Average Day Flow GPM Maximum Day Flow GPM Peak Flow Rate GPM Demand per Connection 0.16 0.384 0.48 2020 3,386 542 1300 1625 2025 3,966 635 1523 1904 2030 4,643 743 1783 2229 2040 6,361 1018 2443 3053 5.2 Existing Conditions Static condition modeling simulations were conducted for the existing average day demand, existing maximum day demand, existing peak hour demand, and TCEQ 1.5 gpm per connection demand. 5.2.1 Average Day Demand Under the average daily demand scenario, no pressures below 35 psi were discovered other than those located within the pump station piping between the ground storage tank and the suction side of the high service pumps (1st &Cherry, Acker Rd, Utility Rd, and Cowling Rd pump stations). Pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under average day demand conditions (mention rule number). A pressure contour map of the results of this scenario is shown below. 249 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-2 This Page Intentionally Left Blank! 250 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - AVG DAY | 4/1/2022 - 8:52 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM AVERAGE DAY DEMAND EX H I B I T 1 251 Item 3. 252 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-3 5.2.2 Maximum Day Demand The maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed no pressures below 35. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 253 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-4 This Page Intentionally Left Blank! 254 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - MAX DAY | 4/1/2022 - 8:54 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM MAXIMUM DAY DEMAND EX H I B I T 2 255 Item 3. 256 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-5 5.2.3 Peak Hour Demand This demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 257 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-6 This Page Intentionally Left Blank! 258 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - PK HOUR | 4/1/2022 - 8:59 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM PEAK HOUR DEMAND EX H I B I T 3 259 Item 3. 260 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-7 5.2.4 TCEQ 1.5 gpm per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed no pressures below 35 psi. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 261 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-8 This Page Intentionally Left Blank! 262 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 EXISTING WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | EX - 1.5 GPM | 4/1/2022 - 9:00 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 EXISTING SYSTEM 1.5 GPM PER CONNECTION DEMAND EX H I B I T 4 263 Item 3. 264 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-9 5.3 Future Conditions Static condition modeling simulations were conducted for the future 5-year, 10-year, and 20-year average day demand, maximum day demand, peak hour demand, and TCEQ 1.5 gpm per connection demand scenarios. 5.3.1 Development of Future Water Demands and Growth Areas Water demand projections for future conditions (ie. 5-year, 10-year and 20-year projections) were developed using detailed comprehensive plan (supplied by City staff) and historical water demand information. Figure xx shows the location of the future developments per city comprehensive plan. Figure 5.1: Future development areas per comprehensive plan. Growth Areas identified in the comprehensive plan includes: #1 – FM 455 & I-35/Southwest Corner #2 – FM 455 Corridor (East of I-35) #3 – Downtown Sanger #4 – FM 455 & I-35/Northwest Corner 265 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-10 #5 – Light Industrial near Walmart Distribution Center #6 – I-35 Corridor (west of I-35 in Core of Sanger) #7 – Belz Road & I-35 (Northwest Corner) #8 – 5th Street Corridor (North of FM 455) #9 – Linda Tutt Learning Center/SISD Site #10 – Lake Ray Roberts #11 – FM 455 & Future Indian Lane Extension Based on discussions with the city staff with respect to growth projected for the city in the 5-year, 10-year and 20-year scenarios, the following water demands were projected for the future development areas, which were further used in the water distribution modeling analysis. Table 5.1 –Connection Projections Growth Area 2025 2030 2040 Number of Additional Connections Additional Average Day Flow GPM Number of Additional Connections Additional Average Day Flow GPM Number of Additional Connections Additional Average Day Flow GPM #1 29 4.64 #2 29 4.64 #3 29 4.64 #4 29 4.64 #5 174 27.84 118 18.93 301 48.13 #6 29 4.64 #7 232 37.12 136 21.6 258 41.26 #8 29 4.64 #9 29 4.64 #10 304 48.67 860 137.52 #11 118 18.93 301 48.13 Total 580 93 679 108 1719 275 266 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-11 5.3.2 5-Year Average Day Demand Under the proposed 5-year average daily demand scenario, no pressures below 35 psi were discovered. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 267 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-12 This Page Intentionally Left Blank! 268 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - AVG DAY | 4/1/2022 - 9:07 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM AVERAGE DAY DEMAND EX H I B I T 5 269 Item 3. 270 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-13 5.3.3 5-Year Maximum Day Demand The proposed 5-year maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed no pressures below 35. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 271 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-14 This Page Intentionally Left Blank! 272 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - MAX DAY | 4/1/2022 - 9:09 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM MAXIMUM DAY DEMAND EX H I B I T 6 273 Item 3. 274 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-15 5.3.4 5-Year Peak Hour Demand The proposed 5-year peak hour demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 275 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-16 This Page Intentionally Left Blank! 276 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - PK HOUR | 4/1/2022 - 9:11 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM PEAK HOUR DEMAND EX H I B I T 7 277 Item 3. 278 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-17 5.3.5 5-Year 1.5 GPM per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed no pressures below 35 psi. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 279 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-18 This Page Intentionally Left Blank! 280 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 5 - 1.5 GPM | 4/1/2022 - 9:14 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 4 5 5 DUCK CREEK RD KE A T O N R D 1 S T S T LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 5 YEAR PROPOSED SYSTEM 1.5 GPM PER CONNECTION DEMAND EX H I B I T 8 281 Item 3. 282 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-19 5.3.6 10-Year Average Day Demand Under the proposed 10-year average daily demand scenario, pressures above 100 psi were discovered east along FM 455 toward Lake Ray Roberts. This is due to a lower elevation in that area and relatively low demands. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 283 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-20 This Page Intentionally Left Blank! 284 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - AVG DAY | 4/1/2022 - 9:22 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM AVERAGE DAY DEMAND EX H I B I T 9 285 Item 3. 286 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-21 5.3.7 10-Year Maximum Day Demand The proposed 10-year maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed pressures above 100 psi discovered east along FM 455 toward Lake Ray Roberts. This is due to a lower elevation in that area and relatively low demands. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 287 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-22 This Page Intentionally Left Blank! 288 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - MAX DAY | 4/1/2022 - 9:23 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM MAXIMUM DAY DEMAND EX H I B I T 1 0 289 Item 3. 290 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-23 5.3.8 10-Year Peak Hour Demand The proposed 10-year peak hour demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 291 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-24 This Page Intentionally Left Blank! 292 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - PK HOUR | 4/1/2022 - 9:25 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM PEAK HOUR DEMAND EX H I B I T 1 1 293 Item 3. 294 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-25 5.3.9 10-Year 1.5 GPM per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed no pressures below 35 psi. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 295 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-26 This Page Intentionally Left Blank! 296 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 10 - 1.5 GPM | 4/1/2022 - 9:26 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 10 YEAR PROPOSED SYSTEM 1.5.GPM PER CONNECTION DEMAND EX H I B I T 1 2 297 Item 3. 298 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-27 5.3.10 20-Year Average Day Demand Under the proposed 20-year average daily demand scenario, pressures above 100 psi were discovered east along FM 455 toward Lake Ray Roberts. This is due to a lower elevation in that area and relatively low demands. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 299 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-28 This Page Intentionally Left Blank! 300 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - AVG DAY | 4/1/2022 - 9:27 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM AVERAGE DAY DEMAND EX H I B I T 1 3 301 Item 3. 302 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-29 5.3.11 20-Year Maximum Day Demand The proposed 20-year maximum daily demand scenario is based upon the average daily demand multiplied by a factor of 2.4 per the TAC CH 290.38.46. This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under maximum day demand conditions (TAC 290.44.d). A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 303 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-30 This Page Intentionally Left Blank! 304 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - MAX DAY | 4/1/2022 - 9:30 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM MAXIMUM DAY DEMAND EX H I B I T 1 4 305 Item 3. 306 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-31 5.3.12 20-Year Peak Hour Demand The proposed 20-year peak hour demand scenario is based upon the maximum daily system demand multiplied by a factor of 1.25. This factor is based upon the definition of peak hourly demand in 30 TAC 290.38(60). This modeling scenario revealed no pressures below 35 psi. This is an indication that the current system facilities meet the TCEQ criteria for minimum pressure requirements under peak hour demand conditions. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 307 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-32 This Page Intentionally Left Blank! 308 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - PK HOUR | 4/1/2022 - 9:37 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM PEAK HOUR DEMAND EX H I B I T 1 5 309 Item 3. 310 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-33 5.3.13 20-Year 1.5 GPM per Connection Demand This demand scenario is based upon the TCEQ requirement of maintaining a minimum of 35 psi with demands set at 1.5 gpm per connection (30 TAC 290.38(60). This demand is the highest demand for which the system will be modeled. This demand is a very conservative demand when compared to the average daily demand of 0.16 gpm per connection discussed in Section 3.2.1 of this report. This demand can also provide an indication of system performance under extreme demand events such as fire-flows. This modeling scenario revealed pressures below 35 psi, and therefore indicate a need for new pumping facilities to increase pressures. A pressure contour map of the results of this scenario is below. As noted previously, pressures below 35 psi on the suction side of pump station piping are common and expected and will be observed in all modeled demand scenarios. 311 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-34 This Page Intentionally Left Blank! 312 Item 3. MARK REVISION DATE KSA JOB NO.: LATEST REVISION: DESIGNED BY: DRAWN BY: SNG.004 PROPOSED WATER DISTRIBUTION SYSTEM SANGER, TEXAS SHEET NAME:PROJECT NAME: SE A L : TB P E F i r m R e g i s t r a t i o n N o . F - 1 3 5 6 SH E E T N O . \\KSA.NET\GATEWAY\PROJECTS\SNG004\MCK\010 MODELS OR RENDERINGS\WATER SYSTEM\ EXISTING WATER SYSTEM & IMPROVEMENTS - KSA UPDATED 2021.DWG | 20 - 1.5 GPM | 4/1/2022 - 9:40 AMDRAWING PATH\NAME | LAYOUT | PLOT DATE - TIME PROJECT TITLE: ---- - CITY XX, TEXAS 8866 Synergy Dr., McKinney, Texas 75070 T. 972-542-2995 F. 888-224-9418 www.ksaeng.com I H - 3 5 CHAPMAN DR IN D I A N L N KE A T O N R D BOLIVAR ST HOLT ST CO W L I N G R D RA I L R O A D A V E 2 N D S T 1 S T S T WILLOW ST FM 455 DUCK CREEK RD KE A T O N R D LAKEPARK DR I H - 3 5 JE N N I F E R C I R FM 455 20 YEAR PROPOSED SYSTEM 1.5.GPM PER CONNECTION DEMAND EX H I B I T 1 6 313 Item 3. 314 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 5-35 5.3.14 Modeling Summary Table 5.2 –Connection Projections Modeling Findings Existing System 2025 2030 2040 Population 9,080 10,629 12,442 17,048 Active Connections 3,386 3,966 4,643 6,361 Flow Demand Scenarios and Requirements Average Daily Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Maximum Daily Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Peak Hour Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure 1.5 GPM Per connection Demand Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Meets TCEQ criteria for minimum pressure Does not meet TCEQ criteria for minimum pressure Notes Higher pressures up to 105 psi are realized close to Lake Ray Roberts (lower elevation area east of the City), for Average Daily and Max Daily demand. Higher pressures up to 105 psi are realized close to Lake Ray Roberts (lower elevation area east of the City), for Average Daily demand. 315 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-1 6 Summary of Recommended Facility Improvements 6.1 Well Capacity Per Table 3.6, the City has reached the 85% of the available well capacity (TCEQ regulation concerning adequacy of service) without Well 9 in service under all conditions (existing and 5-year projection). It is recommended that Well 9 be reinstated to allow the system to continue to meet the TCEQ requirements. Per table 4.1, given the NCTCOG growth projections, it is expected that by year 2030 the available well capacity will have exceeded the 85% TCEQ regulation concerning adequacy of service and as such new wells will need to be installed for future development. 6.2 Line Replacement Program and Looping of System It is recommended that the City begin an annual program to replace existing undersized lines. Priority should be given to those lines under 2-inches and known 2-inch lines with more than 10 connections. Additionally, when opportunity presents, dead-end lines should be connected together to form loops within the system. Upsizing the 2-inch and under, and 4-inch lines with a 6-inch line is preferred, as that will enable the installation and connection of a fire hydrant on the line. Consideration should be given to the maximum number of connections allowed on any given pipe size. For reference the figure from 30 TAC 290.44(c) can be seen in Table 7.1. A more detailed description of the improvements in each area follows. Table 6.1 – TCEQ Maximum Connections per Line Size Maximum Number of Connections Minimum Line Size (inches) 10 2 25 2.5 50 3 100 4 150 5 250 6 >250 8 and larger To further help alleviate pressures in the system, it is also recommended to upsized pipes where the velocities are near or above 6 feet per second (fps). This line replacement and looping program should be the priority for the 5 year improvements. 6.3 5-Year Improvements 316 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-2 Please refer to section 5.3 for the locations of the growth areas for the five-year improvements. Description Unit Quantity Unit Cost Total Cost Facility Improvements Reinstate Well 9 LS 1 $100,000 $100,000 Line Improvements related to Future Development at Growth Areas Area #1 – 6” Line LF 200 $ 78.00 $ 15,600.00 Area #2 – 8” Line LF 1200 $ 83.00 $ 99,600.00 Area #3 – 6” Line LF 500 $ 78.00 $ 39,000.00 Area #4 – 8” Line LF 1600 $ 83.00 $132,800.00 Area #5 and North– 12” Line LF 3300 $ 123.00 $405,900.00 Area #6 – 6” Line LF 1200 $ 78.00 $ 93,600.00 Area #7 – 8” Line LF 2100 $ 83.00 $174,300.00 Area #8 – 6” Line LF 1500 $ 78.00 $117,000.00 Area #9 – 6” Line LF 350 $ 78.00 $ 27,300.00 Line Improvements related to Upsizing of Existing 2”, 3”, and 4” Lines E Willow (Railroad to Jones) LF 660 78 $ 51,480.00 Sims (S of Willow to Jones) LF 770 78 $ 60,060.00 Elm (4th to 1st) LF 742 78 $ 57,876.00 Marshall (5th to N of Wood) LF 890 78 $ 69,420.00 Wood (7th to 5th) LF 450 78 $ 35,100.00 Wood (Stemmons to 10th) LF 1190 78 $ 92,820.00 Church (7th to 5th) LF 460 78 $ 35,880.00 Church (Apartments to 10th) LF 600 78 $ 46,800.00 FM 455 (Indian Lane looping) – 16” LF 250 140 $ 35,000.00 Pecan (5th to 3rd) LF 550 78 $ 42,900.00 Pecan (10th to 7th) LF 1050 78 $ 81,900.00 Peach (5th to 2nd) LF 770 78 $ 60,060.00 Peach (10th to 7th) LF 720 78 $ 56,160.00 Plum (along 10th to 3rd) LF 1930 78 $150,540.00 Keith (FM 455 to ex. 6”) LF 1350 78 $105,300.00 5th & 6th (7th, turn to Chapman) LF 930 78 $ 72,540.00 Southland, Southmanor, LF 1860 78 $145,080.00 317 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-3 Southpark (West of Southmeadow) Hunters Ct (west of Freese) LF 100 78 $ 7,800.00 11th (Elm to Hughes) LF 740 78 $ 57,720.00 13th (Bolivar to Hughes) LF 420 78 $ 32,760.00 3rd (Austin to Jackilue) LF 330 78 $ 25,740.00 Total $2,528,036.00 6.4 10-Year Improvements Please refer to section 5.3 for the locations of the growth areas for the ten-year improvements. Description Unit Quantity Unit Cost Total Cost Facility Improvements for Lake Ray Roberts Proposed New 250 GPM Well(s) LS 1 $1,800,000 $1,800,000.00 Line Improvements related to Future Development at Growth Areas Area #5 and North– 12” Line LF 3450 123 $ 424,350.00 Area #7 – 8” Line LF 1800 83 $ 149,400.00 Area #10 – 12” Line LF 18,300 78 $ 1,427,400.00 Area #11 – 6” Line LF 1950 78 $ 152,100.00 Total $3,953,250.00 6.5 20-Year Improvements Please refer to section 5.3 for the locations of the growth areas for the twenty-year improvements. Description Unit Quantity Unit Cost Total Cost Facility Improvements for Lake Ray Roberts Proposed New 600 GPM Well(s) LS 1 $3,500,000 $3,500,000.00 Line Improvements related to Future Development at Growth Areas Area #5 and North – 12” Line LF 2400 123 $ 295,200.00 Area #7 – 8” Line LF 2100 83 $ 174,300.00 Area #10 – 6” Line LF 5250 78 $ 409,500.00 Area #11 – 6” Line LF 1500 78 $ 117,000.00 Total $4,496,000.00 6.6 Summary of Proposed Improvements for Future Development 318 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 6-4 The costs estimated for the 5, 10, and 20 year improvements include only construction estimates and does not include engineering fees, administrative costs, funding fees, acquisition costs, construction supervision, etc. 6.6 Summary of Proposed Improvements for Future Development 6.6.1 5-Year Improvements 1) Bring Well 9 back into service. 2) Line replacement program and looping per TCEQ guidelines and to facilitate improved fire protection. 3) Line extensions and distribution system improvements to service future development areas including areas 1, 2, 3, 4, 5, 6, 7, 8, and 9. 6.6.2 10-Year Improvements 1) Installation of new well(s), totaling 250 GPM to accommodate for future growth. 2) Line extensions and distribution system improvements to service future development areas including areas 5, 7, 10, and 11. 6.6.3 20-Year Improvements 1) Installation of new well(s), totaling 600 GPM to accommodate for future growth. 2) Line extensions and distribution system improvements to service future development areas including areas 5, 7, 10, and 11. 6.6.4 Impact Fee Analysis The impact fee was calculated by estimating the cost of each improvement required to provide water service to the extents of the Proposed Improvements for Future Development. The total costs of these improvements was then divided by the number of additional future connections to be served. This provides an average per connection cost for the improvements. The impact fee analysis is briefly described as follows: 𝐼𝑙𝑙𝑎𝑎𝑟 𝐹𝑎𝑎=𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑟𝑟 𝑙𝑎 𝑊𝑎𝑟𝑎𝑟 𝐼𝑙𝑙𝑟𝑙𝑣𝑎𝑙𝑎𝑙𝑟𝑟 𝑆𝑙𝑟𝑎𝑙 𝐶𝑙𝑙𝑙𝑎𝑎𝑟𝑖𝑙𝑙𝑟 𝑆𝑎𝑟𝑣𝑎𝑎 (𝑆𝑙𝑖𝑟𝑟 𝑟𝑙 𝑎𝑎 𝐴𝑎𝑎𝑎𝑎) The resulting impact fee is $3,690 per connection and 50% of this fee is $1,845. 319 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-1 Appendix I 7 Water Distribution Modeling Fundamentals 7.1 Historical Background Models are widely used in engineering projects of all types and the term “model” is used in many contexts. The “engineering model”; however, generally conforms to the following definition: A model is a representation of a physical system that may be used to predict the behavior of the system in some desired respect.1 Historically models were physical representations of a system that had been scaled for ease of handling in a laboratory setting. Much has been documented regarding the development of mathematical models and software for use in hydraulic network analysis. The history of water system analysis dates back to the 1930s. In the early years analysis was limited and engineers relied on hydraulic tables and handbooks to solve pipeline problems. These methods often resulted in over designed pipe sizes based upon conservative design. Analyses of entire distribution systems was unheard of during this time, as the methods involved were tedious, time consuming calculation loops.2 As advancement in computing technology grew, so did the technology behind hydraulic network analysis. Today, desktop computers running a variety of stand-alone and integrated software, hydraulic network analysis is conducted on many platforms both simple (database only) and complex (CAD/GIS graphics with links to database). This technology allows engineers to integrate system mapping, operations (SCADA), and billings into a single model database thus allowing for real time analysis. The table below shows the historical advances in water-distribution system analysis. Table 7.1 – Historical Development Summary of Network Modeling.3 Period Important Advances 1930s Hardy-Cross method 1940s McElroy analyzer 1950s In-house programs Mainframe computers 1960s University and other programs 1970s Wide program availability Microcomputers 1980s User-friendly features Emergence of software packages Advanced features and EPS modeling 1990s Links to other packages Integrated packages Water quality models 7.2 Hydraulic Terminology and Fundamentals Hydraulics is defined as the “science of the laws governing the motion of water and other liquids and of their practical applications in engineering”.4 Throughout this report several common hydraulic concepts, and their corresponding terminologies, are utilized in the presentation of the study’s findings. These common concepts include, but are not limited to, flow, velocity, pressure, hydraulic grade line, head and head loss. In 1 B.R. Munson, D.F. Young, and T.H. Okiishi, Fundamentals of Fluid Mechanics. 3rd ed. (Wiley, New York, 1998), p. 423. 2 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 7. 3 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 208 4 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 13 320 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-2 the sections to follow these hydraulic concepts are defined and their relationships to one another briefly described. 7.2.1 Flow 5 Flow is defined as the volume of water moving through a pipeline during a given amount of time. In this report the units of flow used are million gallons per day (MGD) and gallons per minute (gpm). The unit conversion between MGD and gpm is as follows: 1 MGD = 694 gpm. Flow is commonly described, in mathematical equations, by the letter Q. 7.2.2 Velocity 6 Velocity is defined as the distance traveled per unit time. In pipeline hydraulics, velocity is given in terms of feet per second (fps) and is commonly noted, in equations, by the letter V. The relationship between flow, velocity and pipe size is given by the equation. Q = AV (2-1) Where: Q = flow A = cross-sectional area of pipe V = velocity. Care must be taken to ensure that the terms of the equation above be expressed in consistent units. 7.2.3 Pressure 7 Pressure is defined as the amount of force action on a unit area. In pipe network hydraulics it is commonly given in terms of pounds per square inch (psi). Pressure is a force per area and as such the shape of a container, or tank, holding water does not affect the pressure at the bottom of the tank. Two types of measurable pressures are static and residual. Static pressure is the pressure that occurs when the flow in a pipe is zero or near zero. Residual pressure is the pressure in a pipe under flowing conditions. Flow in a pipe results in a pressure drop, commonly referred to as head loss. Static pressure in a water distribution system is generally created by the weight of water stored in an elevated storage tank or by the pressure added by a pump station. 7.2.4 Head 8 Head is defined as the measure of the energy of water and is commonly expressed in units of feet. In pipe network hydraulics there are three types of head: pressure, elevation and velocity. Pressure head reflects the energy resulting from water pressure as described in Section 3.2.3 above. The relationship between pressure and pressure head is as follows; every pound per square inch of pressure corresponds to 2.31 feet of pressure head. Elevation head reflects the potential energy of water that results from the water’s elevation relative to a reference point. In pipe networks this reference point is typically the sea level elevation of the location in question. For example, water 400 feet above sea level has an elevation head of 400 feet. 5 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 14 6 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 15 7 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), pp. 17-18 8 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), pp. 19-20 321 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-3 Velocity head reflects water’s energy of motion. It is a function of the velocity of the water flowing in the pipe and can be calculated with the following equation. VH = V2/2g = V2/64.4 (2-2) Where: VH = velocity head, in ft V = velocity, in fps g = gravitational constant = 32.2 ft/s2. The total head at any given point along a pipeline is the sum of the pressure head, elevation head and velocity head 7.2.5 Head Loss 9 Head loss is the amount of energy used when water moves between two points along a pipeline and in terms of pressure; head loss simply represents a decrease in pressure. Head loss is typically referred to in terms in feet of head per 1,000 feet of pipe; however other quantities of pipe length may be used. There are two basic types of head loss: friction loss and minor loss. Friction head loss results from the friction between the water flowing in a pipe and the pipe wall and is dependent upon the geometry of the pipeline (length and diameter), the velocity of water in the pipe and the roughness coefficient of the pipe material. The roughness coefficient is a value, typically between 20 and 150, that describes the roughness of the interior surface of the pipe. Typically, newer, smoother pipes have values in the range of 140 to 150, older pipes in good conditions have values ranging from 100 to 120, while an old pipe in very poor condition could have values as low as perhaps 20 to 60. In the hydraulic network model selected for this project friction head loss is determined by the Hazen-Williams equation. Minor losses are energy losses that result from sudden changes in flow through a pipe as a result of a change in direction, pipe size or as a result of flow through a valve or other water system appurtenance. Minor losses in hydraulic network modeling are typically insignificant for most models unless the network contains small pipes, long distances between junctions or specific valves that create high head losses. 7.2.6 Hydraulic Grade Line 10 The hydraulic grade line (HGL), or hydraulic gradient, is probably the most important term used in pipeline and pipe network hydraulics. The hydraulic gradient is used so that all points in a pipe network, regardless of ground elevation, can be related to one another or to any other common point. The HGL is often referred to as simply the grade or grade line and is given in units of feet. Each point on the HGL is related to the head value for the corresponding point in the pipe network and is calculated as the sum of the pressure head and elevation head for that point. Because of the relationship between pressure head and pressure, the HGL is used to calculate the pressure at a point in the pipe network with the following equation. P = (HGL-EH)/2.31 (2-3) Where: P = pressure, in psi HGL = hydraulic grade line, in feet EH = elevation head, in feet. 9 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), pp. 20-22 10 L. Cesario, Modeling, Analysis, and Design of Water Distribution Systems. (American Water Works Association, Denver, 1995), p. 22 322 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements 7-4 Points in a water distribution system that establish the HGL for any given area or pressure zone include; the high water line of an elevated storage tank or other reservoir, the discharge pressure from a pump station, and the downstream side of any pressure-regulating valves. 7.3 Hydraulic Simulation Model Hydraulic modeling of water-distribution systems is conducted by iteratively solving a set of mathematical equations that characterize the pipe network of the distribution system. The hydraulic model used by KSA, WaterCAD, is a hydraulic simulator that solves a set of equations for each tank, pipe and node in the water distribution system. 7.4 Applicable Definitions for TCEQ Minimum Capacity Requirements There are several definitions that are applicable to the analysis of minimum system capacity requirements for storage and pumping requirements, they are as follows. Connection – A single family residential unit or each commercial or industrial establishment to which drinking water is supplied from the system. As an example, the number of service connections in an apartment complex would be equal to the number of individual apartment units. When enough data is not available to accurately determine the number of connections to be served or being served, the population served divided by three will be used as the number of connections for calculating system capacity requirements. Conversely, if only the number of connections is known, the connection total multiplied by three will be number used for the population served. For the purposes of this definition, a dwelling or business which is connected to a system that delivers water by a constructed conveyance other than a pipe shall not be considered a connection if: a. the water is used for purposes other than those defined as human consumption; b. the executive director determines that alternative water to achieve the equivalent level of public health protection provided by the drinking water standards is provided for residential or similar human consumption, including, but not limited to, drinking and cooking; or c. the executive director determines that the water provided for residential or similar human consumption is centrally treated or is treated at the point of entry by a provider, a pass through entity, or the user to achieve the equivalent level of protection provided by the drinking water standards.11 Elevated Storage Capacity – That portion of water which can be stored at least 80 feet above the highest service connection in the pressure plane served by the storage tank.12 Maximum Daily Demand – In the absence of verified historical data or in cases where a public water system has imposed mandatory water use restrictions within the past 36 months, maximum daily demand means 2.4 times the average daily demand of the system.13 Peak Hourly Demand – In the absence of verified historical data, peak hourly demand means 1.25 times the maximum daily demand (prorated to an hourly rate) if a public water supply meets the commission’s minimum requirements for elevated storage capacity and 1.85 times the maximum daily demand (prorated to an hourly rate) if the system uses pressure tanks or fails to meet the commission’s minimum elevated storage capacity requirement.14 Additional definitions related to public water systems can be found in 30 TAC 290.38 11 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 12 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 13 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 14 Rules and Regulations for Public Water Systems, Title 30 Texas Admin. Code § 290, Subchapter D. 323 Item 3. City of Sanger, Texas Water Distribution System Analysis and Capital Improvements Exhibits 324 Item 3. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Ramie Hammonds, Development Services Director AGENDA ITEM: Conduct a public hearing on the Replat of Lot 1, Block A of the Kwik Car Addition, and Lot 2, Block A of the Porter Addition, being 0.6748 acres located within the City of Sanger, generally located along Chapman Drive approximately 234 feet west of the intersection of I-35 and Chapman Drive. SUMMARY:  The applicant is proposing to create 1 commercial lot of 0.6748, from 2 previously platted tracts.  Lot 2-R1 has approximately 80 feet of frontage on Chapman Dr.  There was no right-of-way dedication required.  Staff mailed out 9 notices and at the time of this report has not received any responses.  The property is located in the City of Sanger.  The Planning and Zoning Commission recommend APPROVAL on 12-12-22 with the condition all comments were addressed prior to City Council approval. FISCAL INFORMATION: Budgeted: N/A Amount: N/A GL Account: N/A RECOMMENDED MOTION OR ACTION: N/A ATTACHMENTS: Location Map 325 Item 4. W CHAPMAN DR I-35 EXCHANGE DR 903N S TEMM ONSFWY 901 I35 S ER V 1403 WCHAPMAN DR 1401 WCHAPMAN DR 1406FM 455 /Project Name: Kwik Car Addn1401 W Chapman DrProject: 22SANZO N-0060 0 100 20050 Fe et DISCLA IMER:This map wa s g en e ra te d by GI S da ta p ro vid edby the S a ng er GIS De pa rtme nt . Th e City o f Sanger do es n ot gu a ra n te e the c orrec tne ss oraccuracy o f a n y fe a tu re s o n th is ma p. Th ese ma pproducts are fo r illust ra tio n pu rpo se s o n ly an dare not suit ab le fo r site -s pe cific d e cision ma king .GIS dat a is su bje ct to co nst an t cha n ge s, an dmay not b e co mple te , a ccu rat e o r cu rren t.Date: 11/20 /2 02 2 3 :4 4:3 0 P MDoc Name : 2 2 SA NZON-0 06 0 _K wikCarA dd nCity L imi ts Exhi bi ts SubjectArea 326 Item 4. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Ramie Hammonds, Development Services Director AGENDA ITEM: Consideration and possible action on the Replat of Lot 1, Block A of the Kwik Car Addition, and Lot 2, Block A of the Porter Addition, being 0.6748 acres located within the City of Sanger, generally located along Chapman Drive approximately 234 feet west of the intersection of I-35 and Chapman Drive. SUMMARY:  The applicant is proposing to create 1 commercial lot of 0.6748, from 2 previously platted tracts.  Lot 2-R1 has approximately 80 feet of frontage on Chapman Dr.  There was no right-of-way dedication required.  Staff mailed out 9 notices and at the time of this report has not received any responses.  The property is located in the City of Sanger.  The Planning and Zoning Commission recommend APPROVAL on 12-12-22 with the condition all comments were addressed prior to City Council approval. FISCAL INFORMATION: Budgeted: N/A Amount: N/A GL Account: N/A RECOMMENDED MOTION OR ACTION: Staff recommends DENIAL. Comments for this site have not been fully addressed. See comments labeled Exhibit A for specific conditions of denial. ATTACHMENTS: Location Map Replat Application Letter of Intent Exhibit A Comments 327 Item 5. W CHAPMAN DR I-35 EXCHANGE DR 903N S TEMM ONSFWY 901 I35 S ER V 1403 WCHAPMAN DR 1401 WCHAPMAN DR 1406FM 455 /Project Name: Kwik Car Addn1401 W Chapman DrProject: 22SANZO N-0060 0 100 20050 Fe et DISCLA IMER:This map wa s g en e ra te d by GI S da ta p ro vid edby the S a ng er GIS De pa rtme nt . Th e City o f Sanger do es n ot gu a ra n te e the c orrec tne ss oraccuracy o f a n y fe a tu re s o n th is ma p. Th ese ma pproducts are fo r illust ra tio n pu rpo se s o n ly an dare not suit ab le fo r site -s pe cific d e cision ma king .GIS dat a is su bje ct to co nst an t cha n ge s, an dmay not b e co mple te , a ccu rat e o r cu rren t.Date: 11/20 /2 02 2 3 :4 4:3 0 P MDoc Name : 2 2 SA NZON-0 06 0 _K wikCarA dd nCity L imi ts Exhi bi ts SubjectArea 328 Item 5. 329 Item 5. AJ Peil SCF RC Funding IV LLC 902 Carnegie Center; Suite 520 Princeton, NJ 08648 609 - 436-0625 apeil@essentialproperties.com SCF RC Funding IV LLC By: Essential Properties, L.P., its Manager / By: Essential Properties OP G.P., LLC, its General Partner 10/26/2022 Peter M. Mavoides, President & CEO Grease Monkey International, LLC 5575 DTC Parkway, Ste 100 Greenwood Village, CO 80111 1-800-822-7706 shage@fullspeedautomotive.com 303-308-5906 Sami Hage 12/13/2022 330 Item 5. Spry Surveyors Memo To: City of Sanger From: David Lewis Date: 11-14-2022 Re: Letter of Intent – 1401 W. Chapman Drive 22SANZON-0060 Subdividers name and address: SCF RC Funding IV LLC 902 Carnegie Center Blvd. Suite 250 Princeton, NJ, 08540-6530 Contact information for person preparing the submitted documents: David Lewis Spry Surveyors 8241 Mid-Cities Blvd., Suite 102 North Richland Hills, TX 76182 Office: 817-776-4049 Email: david@sprysurveyors.com Designated point of contact for future correspondence: David Lewis The intent of plat application: The Purpose of this replat is to combine two existing lots, the remainder of Lot 1, Block A, Kwik Kar Addition and all of Lot 2, Block A, Porter Addition, into a single commercial lot. Description of property location, acreage, intend use: Existing Kwik Kar (oil change/auto care) located at 1401 W. Chapman (Lot 1, Block A, Kwik Kar Addition, less TXDOT R.O.W. dedication), combining with vacant property to the north (Lot 2, Block A, Porter Addition), into a single commercial lot, total acreage 0.6748. Reason for replat is future expansion of the existing facility. Request that the plat be review and considered by the City of Sanger 331 Item 5. 940.458.2059 | 201 Bolivar St. |PO Box 1729 | Sanger, TX 76226 | www.sangertexas.org facebook.com/SangerTexas @CityofSanger DATE: 13/30/2022 1st REVIEW COMMENTS – Replat Plat (Kwik Car Addition) The request is for a Replat of the Kwik Car Addition Lot 1, Block A, and the Porter Addition Lot 2, Block A, creating one lot of the Kwik Car Addition platting Lot 1R, Block A, being approximately 0.6478 acres, prepared by Spry Surveyors, LLC, submitted on 11/16/2022. Below are the comments that should be addressed before City Council approval. Resubmit the revised plat along with a response letter addressing all comments. Planning Provide the following 1. Show centerline of existing streets. Dimensions from centerline to edges of existing and proposed right-of way on both sides of centerline. 2. Provide a signed and notarized copy of private restrictions (if any), that is filed for record in the office of the County Clerk. 3. List complete date of preparation and subsequent revisions. 4. Add all standard plat notes from checklist. 5. List the address and phone number of utility providers. Informational Comments 1. The property is within the City of Sanger. 2. The Final Plat will be scheduled for Planning and Zoning (P&Z) Commission meeting on Monday, December 12, 2022, and for the City Council meeting on Tuesday, January 3, 2023. 332 Item 5. 3803 Parkwood Blvd. Suite 800 Frisco, Texas 75034 (214) 618-4570 Fax (214) 739-0095 November 28, 2022 AVO 37449.004 Ms. Ramie Hammonds Development Services Director/Building Official City of Sanger 201 Bolivar Street P.O. Box 1729 Sanger, Texas 76266 Re: Kwik Kar – RePlat First Review Dear Ms. Hammonds, Halff Associates, Inc. was requested by the City of Sanger to provide a first review of the Kwik Kar Replat located at 1401 W. Chapman Drive and is within the City of Sanger City limits. The replat was prepared by Spry Surveyors, LLC and is dated November 14, 2022. A preliminary review of the document was performed, and the following comments apply: 1. The existing Plat for Lot 1R (Cab U Page: 76) shows a 20’ Building Line from the 30’ access easement to the south. This existing Building line does not appear to be necessary since Building lines are from the property line and the 30’ access & Utility easement will prevent a building from being constructed in this area. 2. The existing Plat for Lot 1R (Cab U Page: 76) shows a 25’ Building Line from the eastern 30’ driveway, Utility and Signage Easement. This Building line as shown on the existing plat is required for a parcel with a side yard adjacent to roadway right of way. This is not the case. Building Setback to be shown as 10’ from the property line. 3. Provide 10’ Building line along the western property line. 4. It appears the 24’ Access Easement is not being used. Existing curbs and grading will not allow for connection. Abandon the 24’ Access Easement on this plat. The Surveyor/Owner shall revise the plans to address the above-stated comments. If you have any questions or need additional information, please do not hesitate to call me at (817) 764-7480. Sincerely, HALFF ASSOCIATES, INC. TBPELS Firm No. 312 Steven D. Templer, P.E. Attachments: markups 333 Item 5. Ab a n d o n e x i s t i n g 2 4 ' ac c e s s e a s e m e n t si n c e i t i s n o t b e i n g ut i l i z e d . 10 ' B . L . P e r S e c t i o n 23 . 3 10 ' B . L . P e r S e c t i o n 23 . 3 20 ' B . L . i s s h o w n i n pr e v i o u s p l a t ( C a b U Pa g e : 7 6 ) . D o e s n o t ap p e a r n e c e s s a r y b a s e d on t h i s r e v i e w . 25 ' B . L . i n p r e v i o u s p l a t (C a b U P a g e : 7 6 ) d o e s no t a p p e a r t o b e ap p l i c a b l e . P r o v i d e 1 0 ' B. L . a s p e r s e c t i o n 2 3 . 3 . 334 Item 5. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Shani Bradshaw, Director of Economic Development, and Ryan Nolting, Parks & Recreation Superintendent AGENDA ITEM: Consideration and possible action on awarding a bid to North Rock, LLC for the Porter Park softball field renovations. SUMMARY:  November 7, 2022, City Council authorized staff to issue a Request for Proposal 2023-02 for the Porter Park softball field renovations.  December 6, 2022, Bid Openings were held; only 2 bids were received.  One of the bids was incomplete. The other was evaluated by staff and consultant, and deemed to be satisfactory. Therefore, the staff recommends awarding the bid to North Rock, LLC. FISCAL INFORMATION: Budgeted: YES Amount: GL Account: RECOMMENDED MOTION OR ACTION: Staff recommends approval. ATTACHMENTS: RFP 2023-02-Porter Park Issue for Bid RFP 2023-02-North Rock Construction LLC Bid 335 Item 6. Parkhill.com October | 2022 Parkhill Project # 03815622 PROJECT MANUAL CITY OF SANGER Request for Proposal Porter Park Softball Field Renovations RFP # 2023-02 Sanger, Texas 336 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 TABLE OF CONTENTS PAGE - 1 10/22 TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Advertisement for Proposals Background Scope of Work Bidder Qualifications Proposal Schedule Selection Process Award Submittal Response Guidelines Awarded Contractor Requirements Solicitation Standard Terms and Conditions Submittal Forms Proposal Submittal Check List Bid Proposal Qualifications Statement Historically Underutilized Business (HUB) Questionnaire EXHIBIT A – TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01 10 00 Summary 01 20 00 Price and Payment Procedures 01 30 00 Administrative Requirements 01 33 00 Submittal Procedures 01 40 00 Quality Requirements 01 42 00 References 01 50 00 Temporary Facilities and Controls 01 57 23 Temporary Stormwater Pollution Control 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements DIVISION 02 - EXISTING CONDITIONS 02 41 19 Selective Demolition DIVISIONS 03 - 28 Not Used DIVISION 31 - EARTHWORK 31 10 00 Site Clearing 31 20 00 Earth Moving 31 22 16.10 Fine Grading for Athletic Field 10/21/2022 337 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 TABLE OF CONTENTS PAGE - 2 10/22 DIVISION 32 - EXTERIOR IMPROVEMENTS 32 13 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 17 23.95 Pavement Markings and Signs 32 31 13 Chain Link Fences and Gates 32 33 00 Site Furnishings 32 92 00 Turf and Grasses DIVISIONS 33 - 48 Not Used EXHIBIT B - PLANS 10/21/2022 338 Item 6. 1 Table of Contents ADVERTISEMENT FOR PROPOSALS ..................................................................................................... 2 BACKGROUND .......................................................................................................................................... 3 SCOPE OF WORK ....................................................................................................................................... 3 BIDDER QUALIFICATIONS ..................................................................................................................... 3 PROPOSAL SCHEDULE ............................................................................................................................ 3 SELECTION PROCESS .............................................................................................................................. 4 AWARD ....................................................................................................................................................... 5 SUBMITTAL RESPONSE GUIDELINES .................................................................................................. 5 AWARDED CONTRACTOR REQUIREMENTS ...................................................................................... 6 SOLICITATION STANDARD TERMS AND CONDITIONS ................................................................... 7 SUBMITTAL FORMS ............................................................................................................................... 27 PROPOSAL SUBMITTAL CHECK LIST ................................................................................................ 28 BID PROPOSAL ........................................................................................................................................ 29 QUALIFICATIONS STATEMENT........................................................................................................... 40 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) QUESTIONNAIRE ...................................... 48 EXHIBIT A – TECHNICAL SPECIFICATIONS EXHIBIT B – PLANS 339 Item 6. 2 CITY OF SANGER ADVERTISEMENT FOR PROPOSALS City of Sanger is soliciting proposals for the construction of the following project: PORTER PARK SOFTBALL FIELD RENOVATIONS Proposals must be delivered to City of Sanger at 502 Elm Street, Sanger, Texas 76266, no later than 12:00 PM local time, Tuesday, December 6, 2022, and then publicly opened and read aloud at 2:00 p.m. in the Conference Room, located at 502 Elm Street, Sanger, Texas 76266. Electronic (PDF) Plans, Specifications and Contract Documents are available at no cost through the office of Parkhill. Contact the office of Parkhill to secure Electronic (PDF) Plans, Specifications, and Contract Documents: Parkhill 255 N. Center Street, Suite 200 Arlington, Texas 76011 817.649.3216 ircarrasco@parkhill.com Questions regarding distribution of Contract Documents and design related questions for this project shall be directed to Parkhill (attention Iridian Carrasco). Email questions to Iridian Carrasco at ircarrasco@parkhill.com. All questions concerning this project shall be submitted by 5:00 PM on Wednesday, November 30, 2022. Any questions submitted after this time and date will not be addressed. This project generally consists of: Demolition, earthwork, fencing, moving home plate and bases, softball infield surfacing, foul poles, scoreboards, concrete curb at backstop, concrete sidewalk replacement, ADA striping, turfgrass and irrigation. Bidders must submit a bidder's bond with their proposal as a guarantee that the Bidder will enter into a contract for the project with the Owner within ten (10) days of Notice of Award of the contract. The security must be payable to the Owner in the amount of five percent (5%) of the bid submitted. Contractor must execute the contract, bonds and certificates of insurance on the forms provided in the Contract Documents. Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the contract documents. Performance, Payment and Maintenance Bonds, bound to the City of Sanger are required, each in an amount of not less than one-hundred percent (100%) of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supplying labor or furnishing materials. City of Sanger reserves the right to adopt the most advantageous interpretation of the bids submitted in the case of ambiguity or lack of clearness in stating proposal prices, to reject any or all bids, and/or waive formalities. Bids may not be withdrawn within ninety (90) days from date on which bids are opened. Advertising Dates: November 13, 2022 November 20, 2022 340 Item 6. 3 BACKGROUND John Porter Sports Park is an existing park with three softball fields located at 2201 South Stemmons in Sanger, Texas. The project purpose is to move home plate, pitcher’s rubber, bases, infield limits, and outfield fence back towards the existing backstop to allow for regulation softball play at each existing softball field. Also within scope are three new scoreboards, a new curb at backstop, new foul poles, minor sidewalk replacement, ADA parking striping and ADA signage modification. SCOPE OF WORK Scope of work is outlined and detailed in the construction documents and specifications provided and generally consists of the following: Demolition, earthwork, fencing, moving home plate and bases, softball infield surfacing, foul poles, scoreboards, concrete curb at backstop, concrete sidewalk replacement, ADA striping, turfgrass and irrigation. BIDDER QUALIFICATIONS · Bidder must be engaged in the business of construction for a minimum of five (5) years. · Bidders must have successfully completed at least five (5) projects of similar scope. This qualification must be demonstrated through references provided in the bidder’s response. · Bidder must have a good reputation in the business of construction and not currently engaged in any legal disputes regarding projects. · Bidder must be in good financial standing, not in any form of bankruptcy, current in payment of all taxes and fees such as state franchise fees. City reserves the right to request a copy of CONTRACTOR’s audited or un-audited financial statement. PROPOSAL SCHEDULE 1. Request for Proposals Issued November 13, 2022 2. Documents made Available November 14, 2022 3. Deadline for Submitting Questions November 30, 2022 4. Bid Submittal Due at 12:00 PM December 6, 2022 5. Bids Opened and Read Aloud at 2:00 PM 6. City Council Approval December 6, 2022 January 3, 2023 7. Start of Construction January 10, 2023 8. Construction Completion March 10, 2023 341 Item 6. 4 SELECTION PROCESS The selection process will not be fee-based only, but will be weighted heavily on other important issues critical to the success of this Project. The following are key issues in the Owner's selection decision, not necessarily in order of priority: City reserves the right to reject any and all CSP(s). A. Selection and Evaluation Criteria: · The Bidder’s price, including general conditions and general requirements · The Bidder’s successful and cost-effective experience and expertise with demolition, construction and reconstruction projects of similar size, scope and quality. · The Bidder’s past performance and demonstrated capability on similar projects with this or other local municipality and on construction of publicly funded projects. · The Bidder’s proposed project personnel as shown in a project organizational chart and including their qualifications and experience as evidenced by their resumes. · The Bidder’s recent experience with project cost estimates, as well as project budget and schedule adherence. · The Bidder’s safety record supported by accurate verifiable data. · The Bidder’s reference letter indicating the quality of previous work on similar projects and satisfaction from past customers. B. Consideration may also be given to any additional information and comments at the selection phase if it reflects on the Bidder’s qualifications to perform. C. Scoring (100 Point Scale) · 35 points – Bidder and Individual Qualifications o Bidder’s number of years in business, size and staffing. o Bidder’s experience on demolition, construction and reconstruction of similar scope, size and quality. o Bidder’s safety record and successful completion of municipal projects. o Experience of proposed personnel on similar projects and as a project team. · 35 points – Capability and Capacity to Perform Work o Workload and availability to meet schedule. o Project management plan, including project organization chart. o Proposed project schedule. · 15 points – Budget and Fees o Project price. o Cost estimating detail and accuracy. o Base fee. o Fee adjustments. · 15 points – References o Meeting schedules and deadlines. o Controlling cost and meeting budgets. o Communication and cooperation. 342 Item 6. 5 AWARD The CITY will attempt to award the Contract within 30 days after the opening of bids. The award, if made, shall be to the bidder with the best value for the City; but in no case shall the award be made until after investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. If awarded the Contract, the bidder shall execute the Contract and finalize/provide the required bonds and evidence of insurance within 3 days after receipt of the awarded Contract. SUBMITTAL RESPONSE GUIDELINES Bidder response to this Request for Proposals shall include: · Completed and signed Proposal Check List. · Bid Proposal Form filled in with unit prices, extended prices, and total. Prices must be held firm for a period of ninety (90) days. · Qualifications Statement. All information should be accurate and up-to-date. Reference information provided must include correct phone and email contact. · Bid Affirmation form reviewed and signed. · Completed Historically Underutilized Business Questionnaire. If CONTRACTOR is not a certified HUB or DBE mark "NO," sign and include with your bid.\ Bidder must verify that they (1) do not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. · Bidder must verify that it will not boycott Israel during the term of the contract. Bidder must verify that it will not do business with Iran, Sudan or a foreign terrorist organization while providing services to the City. · All proposals shall be accompanied by a Bid Bond in the amount of five (5) percent of the total anticipated construction costs from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner, payable without recourse to the Owner, as a guarantee that the bidder will enter into a contract. Bids without a Surety-issued bid bond will not be considered. All bid bonds will be returned to the respective bidders within thirty (30) days after the bids are opened, except those which the Owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within fifteen (15) days. 343 Item 6. 6 AWARDED CONTRACTOR REQUIREMENTS · CONTRACTOR shall execute contract, applicable bonds, Certificate of Insurance, a Form 1295 Certificate of Interested Parties and provide to CITY in the time frame required by this document. · CONTRACTOR shall sign the necessary agreements entering into the required Contract with CITY. No Contract shall be binding on CITY until all authorized signatures required by law have been affixed and the executed Contract delivered to CONTRACTOR. · The successful CONTRACTOR is required to provide all bonding information to his/her subcontractors and suppliers upon request; also all subcontractors shall provide proof of insurance and workman’s compensation documents to the general contractor. · CONTRACTOR must provide proof of current certificate of insurance meeting the requirements as outlined in this specification throughout the duration of the project. · Prior to beginning construction, the successful CONTRACTOR shall: o Submit a Construction Schedule. o Provide a 24-hour emergency telephone contact. o Submit a schedule of values. 344 Item 6. 7 SOLICITATION STANDARD TERMS AND CONDITIONS 1. INSTRUCTIONS: These standard terms apply to all solicitations. 2. BEST INTEREST: City reserves the right to reject any or all responses and to waive formalities. City also reserve the right to purchase through State awarded contracts or other intergovernmental agreements when it is in the best interest of the City. 3. PRICING: Price(s) quoted must be held firm for ninety (90) days to allow for evaluation unless otherwise noted in this document. 4. SILENCE OF SPECIFICATION: The apparent silence of these specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. 5. F.O.B.: All shipping shall be F.O.B. Destination. 6. SPLIT AWARD: City of Sanger reserves the right to award a separate contract to separate CONTRACTORs for each item/group or to award one contract for the entire bid. 7. WITHDRAWAL OF RESPONSE TO SOLICITATION: A response may not be withdrawn or cancelled by CONTRACTOR for a period of ninety (90) days following the date designated for the receipt without approval by the City. 8. ERROR-QUANTITY: Submittals must be made on units of quantity specified, extend, and show total(s). In the event of discrepancies in extension, the unit price shall govern. 9. LATE SUBMITTALS: Submittals received after the submission deadline shall be returned unopened and will be considered void and unacceptable. City of Sanger is not responsible for lateness from any carrier for any reason. 10. TAXES: City of Sanger is exempt from Federal Manufacture's Excise, and State Sales taxes. TAX MUST NOT BE INCLUDED IN PRICING. Tax exemption certificates will be executed by the City and furnished upon request. 11. ADDENDA: Any interpretations, corrections or changes to these specifications will be made by addenda. Sole issuing authority of the addenda shall be vested in Parkhill. Addenda will be mailed to all who are known to have received a copy of this solicitation. It is the responsibility of proposers to ensure they have received and understand any issued addenda. 12. PROTEST: Protests shall be submitted in writing and filed with the City Manager no less than three business days prior to the City Council meeting at which the award appears on the agenda. A written response will be prepared by the Purchasing Manager in consultation with the end user department and City Attorney.If the protesting CONTRACTOR does not agree with the staff recommendation, they may appeal to the City Council. Protesting CONTRACTORs must contact the City Secretary in order to be acknowledged and heard by City Council at the first available Council meeting. 13. PAYMENT TERMS: Payment terms are Net 30 unless otherwise specified by the City in this document. 14. PATENT RIGHTS: CONTRACTOR agrees to indemnify and hold the City harmless from any claim involving patent right infringement or copyrights on goods supplied. 15. FUNDING: City of Sanger is a home-rule municipal corporation operated and funded on an annual basis for Oct. 1 to Sept. 30. City reserves the right to terminate, without liability to the City, any contract for which funding is not available. 16. ASSIGNMENT: CONTRACTOR shall not sell, assign, transfer, or convey this contract in whole or in part, without the prior written consent of the City. 17. VENUE/CHOICE OF LAW: Venue for any dispute shall be Denton County, Texas. This agreement will be governed and construed according to the laws of the State of Texas. 18. COMPLIANCE WITH LAWS: Contractor shall be fully responsible for its employees, including meeting all state and federal requirements for minimum wage, income taxes withholding, workers' compensation, insurance, and all city, state, and federal requirements governing employer/employee relations and shall require its subcontractors on this project to provide this same certification to the City. 19. RIGHT OF REVIEW: CONTRACTOR covenants and agrees that the City, upon reasonable notice to 345 Item 6. 8 CONTRACTOR, may review any of the work performed by CONTRACTOR under this Contract. 20. DELIVERY TIMES: Deliveries will be acceptable only during normal working hours at the designated City Municipal Facility. 21. STANDARD WARRANTY: Any standard manufacturer’s warranty shall be provided and submitted to the City of Sanger upon request. 22. PACKAGING: Unless otherwise indicated, items will be new, unused, and in first class condition in containers suitable for damage-free shipment and storage. 23. ORDERS AND INVOICING: A Purchase Order Number is required for all purchases. All invoices must identify the purchase order number, include the bid unit pricing by item, identify the ordering department/user, and include contact phone and email. 24. CONFLICT OF INTEREST: The successful CONTRACTOR hereby covenants and agrees that during the Contract period that CONTRACTOR and any of CONTRACTOR’s associates and employees will have no interest nor acquire any interest, either direct or indirect, which will conflict in any manner with the performance of the services called for under this Contract. All activities, investigations and other efforts made by CONTRACTOR pursuant to this Contract will be conducted by employees or associates of CONTRACTOR. CONTRACTOR further covenants and agrees that it understands that the Code of Ordinances of the City of Sanger prohibits any officer or employee of the City from having any financial interest, either direct or indirect, in any business transaction with the City. Any violation of this paragraph which occurred with the actual or constructive knowledge of CONTRACTOR will render this contract voidable by the City. a. FORM CIQ – is required when a conflict exists in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. This form may be obtained from the Texas Ethic Commission’s website. 25. CONFIDENTIAL WORK: Any reports, designs, plan, information, project evaluations, data or any other documentation given to or prepared or assembled by CONTRACTOR under this contract shall be kept confidential and may not be made available to any individual or organization by CONTRACTOR without the prior written approval of the City except as may be required by law. 26. WARRANTY, HOLD HARMLESS, AND INDEMNITY: CONTRACTOR warrants that the commodities it delivers to the City shall be delivered in a good and workmanlike manner, and that any items delivered to the City under this contract will be fit for the particular purpose for which it was furnished. CONTRACTOR shall defend, indemnify, and hold the City whole and harmless against any and all claims for damages, costs, and expenses to persons or property that may arise out of, or be occasioned by, the execution or performance of this Contract or any of CONTRACTOR's activities or any act of commission or omission related to this Contract of any representative, agent, customer, employee, sub-CONTRACTOR or invitee of CONTRACTOR or any representative, agent, employee, or servant of the City. If an item is covered by a manufacturer's warranty, it is the responsibility of CONTRACTOR to obtain the information for City and to get the manufacturer to honor the warranty. 27. PROPRIETARY INFORMATION: Any material or information that is considered proprietary in nature must be clearly marked as such and will be treated as confidential by the City of Sanger to the extent permitted under the Open Records Act. 28. WAIVER OF ATTORNEYS FEES: CONTRACTOR and City expressly covenant and agree that in the event of any litigation arising between the parties to this contract, each party shall be solely responsible for payment of its attorneys and that in no event shall either party be responsible for the other party's attorney's fees regardless of the outcome of the litigation. 346 Item 6. 9 29. CHANGE ORDERS: No Oral statement of any person shall modify or otherwise change or affect the terms, conditions, or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the City of Sanger. Any additional work requested through change order shall be at the same unit costs submitted by CONTRACTOR at the time of bidding the project. 30. TERMINATION: City may, at its option and without prejudice to any other remedy to which it may be entitled at law or in equity, terminate the right for CONTRACTOR to accept further orders under this Contract, in whole or in part, by giving at least thirty (30) days prior written notice thereof to CONTRACTOR with the understanding that no further orders may be accepted after the date specified in such notice. City shall equitably compensate CONTRACTOR, in accordance with the terms of this Contract for the commodities properly ordered prior to the date specified in such notice following inspection and acceptance of same by the City. CONTRACTOR shall not, however, be entitled to lost or anticipated profits should the City choose to exercise its option to terminate. 31. TERMINATION FOR DEFAULT: The CITY reserves the right to enforce the performance of this purchase order in any manner prescribed by law or deemed to be in the best interest of CITY in the event of breach or default. The CITY reserves the right to terminate the purchase order immediately in the event CONTRACTOR fails to: (1) meet delivery schedules, or (2) otherwise perform in accordance with this contract and incorporated documents. Breach of contract or default authorizes CITY to award to another CONTRACTOR, purchase elsewhere and charge the full increase in cost and handling to the defaulting CONTRACTOR. 32. PERFORMANCE OF WORK: CONTRACTOR or CONTRACTOR’s associates and employees shall perform all the work called for in this Contract. CONTRACTOR hereby covenants and agrees that all of CONTRACTOR’s associates and employees who work on this project shall be fully qualified to undertake same and competent to do the work described in this Contract, and the services performed shall be performed in a good and workmanlike manner, and that the finished product shall be fit for the particular use(s) contemplated by this agreement. 33. OWNERSHIP OF DOCUMENTS: CONTRACTOR acknowledges that City owns all notes, reports, or other documents, intellectual property or documentation produced by CONTRACTOR pursuant to this agreement or in connection with its work which are not otherwise public records. CONTRACTOR acknowledges that City shall have copyright privileges to those notes, reports, documents, processes and information. CONTRACTOR shall provide City a copy of all such notes, reports, documents, and information (except to the extent that they contain confidential information about third parties) at City expense upon written request. 34. DRUG FREE WORKPLACE: CONTRACTOR hereby covenants and agrees that during the contract period that CONTRACTOR and any of CONTRACTOR’s associates and employees shall be in compliance with CITY’S drug free workplace policy. 35. INSPECTION: All goods and services will be subject to inspection and testing by CITY prior to acceptance. Goods rejected and goods supplied in excess of quantities ordered may be returned to CONTRACTOR at its expense. If any of the goods or services are found at any time to be defective in material or workmanship, or otherwise not in conformity with the requirements of this purchase order, including any applicable drawings and specifications, then CITY, in addition to such other rights and remedies it may have by contract or by law or equity, at its sole discretion may reject and return such goods at CONTRACTOR's expense, require CONTRACTOR to inspect the goods and remove nonconforming goods and/or require CONTRACTOR to replace nonconforming goods or services with conforming goods or services. 36. PACKAGING: All goods must be packaged in the manner as specified by CITY and shipped in the manner and by the route and carrier designated by CITY. If CITY does not specify the manner in which the goods must be packaged, CONTRACTOR shall package the goods so as to avoid any damage in transit. If CITY does not specify the manner of shipment, route or carrier, CONTRACTOR shall ship the goods at the lowest possible transportation rates, consistent with CONTRACTOR's obligation to meet the delivery schedule set forth in this Order. 37. AUDIT: CITY reserves the right to audit the records and performance of contractor during the contract and for three years thereafter. 38. INSURANCE: CONTRACTOR shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the 347 Item 6. 10 performance of the work hereunder by the vendor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be paid by the vendor and included in any bids. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: a. Insurance Services Office Commercial General Liability coverage "occurrence" form CG 00 01 (04 13). "Claims Made" form is unacceptable. Policy will include coverage for: i. Premises - Operations ii. Broad Form Contractual Liability iii. Products and Completed Operations iv. Use of Contractors and Subcontractors v. Personal Injury vi. Broad Form Property Damage vii. Explosion Collapse and Underground (XCU) Coverage (when applicable, Fire Damage, Medical Expense. NOTE: The aggregate loss limit applies to each project. b. Automobile Liability - as required by the State of Texas, covering all owned, hired, or non-owned vehicles. Automobile Liability is only required if vehicle(s) will be used under this contract. c. Workers' Compensation insurance as required by the Labor Code of the State of Texas, including Employers' Liability Insurance. d. Professional Liability Insurance. e. Builders' Risk Insurance. f. Excess Liability Insurance - For projects exceeding $1,000,000. g. Bid/Payment/Performance Bond to cover the project. MINIMUM LIMITS OF INSURANCE/BOND Insurance Type Limit Commercial General Liability $1,000,000 Per Occurrence $2,000,00 Aggregate Automobile Liability $1,000,000 Combined Single Limit Worker’s Compensation / Employer’s Liability Statutory $1,000,000 Professional Liability $1,000,000 Per Occurrence $2,000,00 Aggregate Builders’ Risk Completed Value of Structure Excess Liability $5,000,000 for Projects exceeding $1M Bid Bond 5% of Anticipated Construction Cost Payment Bond 100% of Contract Sum Performance Bond 100% of Contract Sum Maintenance Bond 100% of Contract Sum (2 yr.) OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain the following provisions: 1. General Liability and Automobile Liability Coverages a. City, its officers, officials, employees, Boards and Commissions and volunteers are to be added as "Additional Insured" as respects liability arising out of activities performed by or on behalf of the vendor, products and completed operations of the vendor, premises owned, occupied or used by CONTRACTOR. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers. It is understood that the business auto policy under "Who is an Insured" automatically provides liability coverage in favor of the City. b. The vendor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the vendor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its officers, officials, employees, Boards and Commissions or volunteers. d. The vendor's insurance shall apply separately to each insured against whose claim is made or suit is brought, except to the limits of the insured's liability. 2. Workers' Compensation and Employer's Liability Coverage - The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the vendor for the City. 3. Professional Liability – A claims made policy is acceptable coverage which must be maintained during the course of the project and up to two (2) years after completion and acceptance of the project by the City. 4. All Coverages - Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either 348 Item 6. 11 party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given the City. ACCEPTABILITY OF INSURERS All insurance shall be issued by responsible insurance companies eligible to do business in the State of Texas and having an A.M. Best Financial rating of A-VI or better. VERIFICATION OF COVERAGE Contractor shall furnish the City of Sanger with certificates of insurance affecting coverage required. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates of Insurance must be submitted on a form approved by the Texas Department of Insurance. Certificates of Insurance similar to the ACCORD form are acceptable. City will not accept Memorandums of Insurance or Binders as proof of insurance. City reserves the right to require complete, certified copies of all required insurance policies at any time. 39. CERTIFICATE OF INTERESTED PARTIES 1295 FORM: At time of contract execution CONTRACTOR must provide a signed 1295 Form received directly from the State of Texas. https://www.ethics.state.tx.us/whatsnew/elf_info_form12 95.htm. 349 Item 6. 12 SPECIAL TERMS AND CONDITIONS FOR CONSTRUCTION 1. CONTRACTOR’S DUTY AND SUPERINTENDENT: CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep a full-time competent superintendent (with five (5) years minimum supervisory experience & work resume), and any other assistants on the project during its progress. The superintendent shall represent CONTRACTOR in his absence and all directions given to him shall be as binding as if given to CONTRACTOR. City shall have the right to have the Superintendent furnished by CONTRACTOR removed pursuant to the contract documents if, in the City’s sole judgment, such superintendent is not fulfilling his or her obligations under this contract, including, but not limited to, said superintendent’s failure or inability to properly interpret and implement the plans and the specifications, to effectively expedite the work and supervise all employees utilized in connection therewith, to ensure adequate communication with, and a minimum inconvenience to, the public, or to cooperate with utilities, railroads, other contractors or agencies working on the project or near the project. Failure of CONTRACTOR to replace the superintendent when requested by the City shall be cause for the City to withhold partial payments. CONTRACTOR is and at all times shall remain an independent CONTRACTOR, solely responsible for the manner and method of completing this work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, CITY being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, CONTRACTOR shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Design construction drawings and specifications as well as any additional information concerning the work to be performed passing from or through CITY, shall not be interpreted as requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularity the agreement of the parties as to the work CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by CITY, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety of means and methods of CONTRACTOR in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by CITY, or any of his representatives, whether called to CONTRACTOR’S attention or not shall in no way relieve CONTRACTOR from responsibility to complete all work in accordance with said plans and specifications. 350 Item 6. 13 2. CONTRACTOR’S UNDERSTANDING: It is understood and agreed that CONTRACTOR, by careful examination, is satisfied as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of CITY, or any of its representatives either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 3. CHARACTER OF WORKERS: CONTRACTOR agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever CITY shall inform in writing that any worker(s) on the project are, in his opinion, incompetent, unfaithful or disorderly, such worker(s) shall be discharged from the project and shall not again be employed for this project without CITY’S written consent. 4. FIELD OFFICES: The installation of field offices shall be permitted only at such places as approved by CITY. In addition, all sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to CITY. CONTRACTOR shall be responsible for obtaining for all necessary Permits. CONTRACTOR shall not be required to provide a field office for CITY's Field Representative; however, CONTRACTOR’S Superintendent shall be available on the job site at all times when portions of the work are in progress. 5. SANITATION: Necessary sanitary conveniences for use by workers on the project shall be properly secluded from public observation and shall be constructed and maintained by CONTRACTOR in such manner and at such points as approved by CITY. Onsite sanitary convenience facilities and their use shall be strictly enforced. 6. SHOP DRAWINGS: CONTRACTOR shall submit to DESIGN TEAM and CITY, with such promptness as to cause no delay in work or in that of any other CONTRACTOR, digital files (PDF), unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and DESIGN TEAM shall review them with reasonable promptness, making desired comments. CONTRACTOR shall make any revisions required by DESIGN TEAM; file revised copies and furnish other copies as may be needed. The DESIGN TEAM review of such drawings or schedules shall not relieve CONTRACTOR from responsibility for deviations from drawings or specifications, unless CONTRACTOR has, in writing, called DESIGN TEAM’S attention to such deviations at the time of submission, nor shall it relieve CONTRACTOR from responsibility for errors of any sort in shop drawings or schedules. It shall be CONTRACTOR’S responsibility to fully and completely review all shop drawings to ascertain their effect on CONTRACTOR’S ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by DESIGN TEAM shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that DESIGN TEAM does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR’S performance hereunder. 7. PRELIMINARY APPROVAL: The DESIGN TEAM shall not have the power to waive the obligations of this contract for the furnishing by CONTRACTOR of good new material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of DESIGN TEAM to discover, object to or condemn any defective work or material shall release CONTRACTOR from the obligations to fully and properly perform the contract, including without limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that DESIGN TEAM shall, 351 Item 6. 14 upon request of CONTRACTOR, inspect and accept or reject any material furnished, and in event the material has been once accepted by DESIGN TEAM, such acceptance shall be binding on CITY unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re-examination, by CITY, prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re-examination and replacement shall be borne by CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and shall be paid for by CITY; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should CONTRACTOR proceed with such work without requesting prior inspection or approval CONTRACTOR shall bear all expense of taking up, removing, and replacing this work if so directed by CITY. 8. DEFECTS AND THEIR REMEDIES: It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by CITY as unsuitable or not in conformity with the specifications, CONTRACTOR shall, after receipt of written notice thereof from CITY, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 9. CHANGES AND ALTERATIONS: CONTRACTOR further agrees that CITY may make such changes and alterations as CITY may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance, Payment and Maintenance Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price (as applicable). In case CITY shall make such changes or alterations which make useless any work already done or material already furnished or used in said work, then CITY shall compensate CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such changes due to actual expenses incurred in preparation for the work as originally planned. 10. KEEPING OF PLANS, SPECIFICATIONS AND RECORD DRAWINGS ACCESSIBLE: The CITY OR DESIGN TEAM shall furnish CONTRACTOR with three (3) sets of plans and specifications, if desired, at no expense to CONTRACTOR. Additional sets of plans may be purchased from DESIGN TEAM. CONTRACTOR shall maintain, at the Job Site, one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, and Change Orders, in good order and marked to record all changes made during construction, and updated daily. These shall be referred to as record drawings, and shall be available to CITY and DESIGN TEAM at all times with the latest revisions noted thereon. The As-Built drawings, marked to record all changes made during construction, shall be delivered to CITY upon completion of the Project, with a letter signed by CONTRACTOR stating that the record plans submitted show all changes made during construction. CONTRACTOR shall review the updated record drawings with CITY AND DESIGN TEAM, at the time of the monthly application for payment submittal. Failure of CONTRACTOR to maintain the record drawings shall be grounds for the withholding of that month’s application for payment submittal, until the record drawings are properly updated and reviewed. CONTRACTOR shall have a Registered Professional land Surveyor (RPLS) tie "as-built" locations of all valves, blow offs, manholes, inlets, bends, tees, crosses, P.C.’s, P.T.’s, and at every five hundred (500) feet along straight lines and curves on proposed mains. Horizontal and vertical data must be collected for each tie. Ties shall be made at the top of pipe and all control points and bench marks used in the survey shall be consistent with the plans and reported. Such work will be performed prior to backfill and the results furnished to the City. The points 352 Item 6. 15 shall be recorded and reviewed monthly on the "as-built" drawings. CONTRACTOR shall also provide an ASCII file containing point number, northing coordinate, easting coordinate, elevation, and point description for each tie and control point used in the survey. The ASCII file shall be submitted with the monthly invoice on Digital Video Disc (DVD) and at the end of the project with the "as- built" drawings in electronic format on a DVD accompanied with a hard copy print of the file. Construction As Built Surveying shall only be performed if called out as a bid item or listed as subsidiary to another bid item. 11. OWNERSHIP OF DRAWINGS: All drawings, specifications and copies thereof furnished by CITY OR DESIGN TEAM shall not be reused on other work and, with the exception of the signed contract sets, are to be returned to CITY on request, at the completion of the work. All models (if any) are the property of CITY. 12. ADEQUACY OF DESIGN/CONSTRUCTION: It is understood that CITY believes it has employed a competent team of engineers and designers. It is, therefore, agreed that DESIGN TEAM shall be responsible for the adequacy of the design, sufficiency of the Contract documents, the safety and integrity of the completed structure and the practicability of the operations of the completed project; provided CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by CITY and DESIGN TEAM. CONTRACTOR is bound to perform his services to the standards of the industry. If CONTRACTOR determines the design to be inadequate, he shall notify CITY and DESIGN TEAM prior to construction the items he feels are inadequate. CONTRACTOR shall comply with the requirements of the Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by CITY. The burden of proof of such compliance shall be upon CONTRACTOR to show compliance with said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 13. RIGHT OF ENTRY: The CITY reserves the right to enter the property or location on which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of observing or inspecting the work, or for the purpose of constructing or installing such collateral work as said CITY may desire. 14. COLLATERAL CONTRACTS: The CITY agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work or damage said CONTRACTOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. 15. DISCREPANCIES AND OMISSIONS: It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, DESIGN TEAM AND OR/CITY shall define which is intended to apply to the work. 16. EQUIPMENT, MATERIALS AND CONSTRUCTION AREA: CONTRACTOR shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means and methods of construction, and any and all part of the work, whether CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 17. DAMAGES: In the event CONTRACTOR is damaged in the course of the completion of the work by the act, neglect, omission, mistake or default of CITY, or of any other CONTRACTOR employed by CITY upon the work, thereby causing loss to CONTRACTOR, CITY agrees that he will reimburse to the extent allowable by law CONTRACTOR for such loss. In the event CITY is damaged in the course of the work by the act, negligence, omission, mistake or default of CONTRACTOR, or should CONTRACTOR unreasonably delay the progress of the work being done by others on the job so as to cause loss for which CITY becomes liable, then CONTRACTOR shall reimburse CITY for such loss. 353 Item 6. 16 18. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC: CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction", Latest Edition of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of CONTRACTOR, acting at his discretion as an independent contractor. 19. PERFORMANCE, PAYMENT AND MAINTENANCE BONDS: Unless otherwise specified, it is further agreed by the parties to this Contract that CONTRACTOR will execute separate performance, payment and maintenance bonds, each in the sum of one hundred (100) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and further guaranteeing to make all necessary repairs, reconstruction and renewal of any part of said construction, and to furnish the labor and materials to make good and to repair any defective condition growing out of or on account of the breakage or failure of any substance or the improper function of any part of the constructed work, and reimburse the Owner for the costs of all design services required to be furnished by the Owner which are directly attributable to the restoration of the constructed work, and it is agreed that this Contract shall not be in effect until such performance, payment and maintenance bonds are furnished to and approved by CITY. Unless otherwise approved in writing by CITY, the Surety Company underwriting the bonds shall be licensed to do business in the State of Texas and be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in CONTRACTOR’S proposal. 20. LOSSES FROM CAUSES: Unless otherwise specified, all loss or damage to CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by CONTRACTOR at his own cost and expense. 21. PROTECTION OF ADJOINING PROPERTY: The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. CONTRACTOR agrees to indemnify, save and hold harmless CITY and DESIGN TEAM against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract; but any such indemnity shall not apply to any claim or any kind arising out of the existence or character of work. 22. PROTECTION AGAINST CLAIMS OF SUB- CONTRACTORS, WORKERS, MATERIAL MEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES: CONTRACTOR agrees that he will indemnify and save CITY and DESIGN TEAM harmless from all claims growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by CITY, CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If CONTRACTOR fails so to do, then CITY may withhold from CONTRACTOR’S unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to 354 Item 6. 17 CONTRACTOR shall be resumed in full, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon CITY by either CONTRACTOR or his Surety. 23. PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION: CONTRACTOR shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee or CITY. CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save CITY, and DESIGN TEAM harmless from any loss on account thereof. If the material or process specified or required by CITY and/or DESIGN TEAM is an infringement, CONTRACTOR shall be responsible for such loss unless he promptly gives such information to CITY. 24. LAWS AND ORDINANCES: CONTRACTOR shall at all times observe and comply with all Federal, State and local laws, ordinances and regulations, which in any manner affect the contract or the work, and with the execution of this contract shall indemnify and save harmless CITY and DESIGN TEAM against any claim arising from the violation of any such laws, ordinances, and regulations whether by CONTRACTOR or his employees, except where such violations are called for by the provisions of the Contract Documents. If CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify CITY and DESIGN TEAM in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If CONTRACTOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to CITY and DESIGN TEAM, he shall bear all costs arising therefrom. In case CITY is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which CITY may enter into contract, shall be controlling, and shall be considered as part of this contract, to the same effect as though embodied herein. 25. ASSIGNMENT AND SUBLETTING: CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of CITY, and that no part or feature of the work will be sublet to anyone objectionable to DESIGN TEAM or CITY. CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve CONTRACTOR from his full obligations to CITY as provided by this Agreement. 26. INDEMNIFICATION: CONTRACTOR with the execution of this contract shall defend, indemnify and hold harmless CITY and DESIGN TEAM and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, rising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgment, cost or expense: A. Is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and B. Is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of CONTRACTOR under this Paragraph shall not extend to the liability of CITY or DESIGN TEAM, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the failure to give directions or instructions by DESIGN TEAM, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. In the performance of this contract, CONTRACTOR agrees to assume liability for doing or failing to do anything that may result in the death of or bodily injury to any person and loss of or damage to any property. CONTRACTOR agrees to provide all necessary safeguards and to take all proper precautions against the 355 Item 6. 18 occurrence of accidents, injuries or damages to any persons or property and to be responsible for and to indemnify and save harmless CITY and DESIGN TEAM from all loss or damage to any or all claims rising by reason of accidents, injuries or damage to any persons, including the employees and agents of CONTRACTOR, and sub-contractor, or CITY or any property in connection with work pursuant to this contract, regardless of the degree of supervisory capacity any agent employee of CITY might have, and from all fines, penalties or loss incurred by reason of the violation of any law, regulation or ordinance. CONTRACTOR further agrees to defend, at CONTRACTOR’S expense, any and all suits or actions, civil or criminal arising out of such claims or matters. 27. TIME AND ORDER OF COMPLETION: It is the meaning and intent of this contract, unless otherwise herein specifically provided, that CONTRACTOR shall be allowed to prosecute his work at such time and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, that the order and the time of prosecution shall be such that the work shall be completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when CITY is having other work done, either by contract or his own force, CITY may direct the time and manner of constructing the work done under this contract, so that conflicts will be avoided and the construction of the various works being done for CITY shall be harmonized. CONTRACTOR shall submit, at such times as may reasonably be requested by CITY OR DESIGN TEAM, schedules which shall show the order in which CONTRACTOR proposes to carry on the work, with dates at which CONTRACTOR will start multiple parts of the work, and estimated dates of completion of the multiple parts. 28. EXTENSION OF TIME: Should CONTRACTOR be delayed in the completion of the work by any act or neglect of CITY, or by other contractors employed by CITY, or by changes ordered in the work, or by strikes, lockouts, fires and unusual delays by common carriers, or unavoidable causes beyond CONTRACTOR’S control, or by any cause which DESIGN TEAM shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension, to be determined by DESIGN TEAM, provided however, that CONTRACTOR shall give DESIGN TEAM notice in writing of the cause of such delay within thirty (30) days of the event. The CITY shall have thirty (30) days from the time CONTRACTOR submits his request for the extension of time to respond in writing as to the approval or denial. If the extension is denied, the requirement for Failure to Complete Work on Time will be enforced as specified in the contract. 29. HINDRANCES AND DELAYS: CONTRACTOR shall make no claims for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of CITY) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of CITY, then such expense as in the judgment of DESIGN TEAM is caused by CITY; CITY shall pay such stoppage of said work to CONTRACTOR. 30. QUANTITIES AND MEASUREMENTS: No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 31. ESTIMATED QUANTITIES: This agreement, including the specifications and plans, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. Where payment is based on the unit price method, CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise on account of 356 Item 6. 19 any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the specifications and plans; provided, however, that in case the actual quantity of any major item should become as much as twenty-five (25%) percent more than or twenty-five (25%) percent less than the estimated or contemplated quantity for such items, then either party to this Agreement upon demand, shall be entitled to a revised consideration upon the portion of the work above or below twenty-five (25%) percent of the estimated quantity. A "Major Item" shall be construed to be any individual bid item included in the proposal that has a total cost equal to or greater than five (5) percent of the NOT TO EXCEED TOTAL AMOUNT OF BID or any item that exceeds twenty-five thousand dollars ($25,000). Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this Agreement, as provided under "Extra Work." 32. PRICE OF WORK: In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations herein contained, CITY agrees to pay CONTRACTOR the prices set forth in the Proposal, which has been made a part of this request for bid document. CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for well and truly performing the same and the whole thereof in the manner and according to this Agreement. 33. PARTIAL PAYMENTS: Except as otherwise provided by the Contract, between the 25th day and the last day of each month CONTRACTOR shall make an estimate of the value of the work done during the month under the specifications. CONTRACTOR shall prepare the estimate on a form approved by CITY. CONTRACTOR shall forward the estimate required above to CITY and DESIGN TEAM by not later than the last day of the month. The monthly estimate may include acceptable nonperishable materials delivered to and stored at the work site or an insured storage facility accessible to CITY; payment for such stored materials shall be allowed on the same percentage basis of the value as provided hereinafter. The monthly estimate shall also provide such supporting documentation as CITY and DESIGN TEAM or the other applicable provisions of the specifications may require. The CITY and DESIGN TEAM shall verify that CONTRACTOR'S estimate matches the total value of work done and acceptable non-perishable materials delivered to the work site or insured storage facility, based upon the bid proposal prices and quantities measured or verified by CITY and DESIGN TEAM. In the event of a discrepancy between quantities of work as shown in CONTRACTOR'S estimate and measured quantities as shown in CITY and DESIGN TEAM’S verification, CITY and DESIGN TEAM’S determination or measurement shall be final, and CONTRACTOR'S estimate shall be adjusted to reflect the quantities of work as shown by DESIGN TEAM and CITY’s verification. Payment shall be made by CITY about thirty (30) days after receipt of the estimate from CONTRACTOR. The payment shall be for the total amount of the approved estimate; less a retainage of ten (10) percent of the completed work for contracts under four hundred thousand ($400,000). It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault and neglect on the part of CONTRACTOR and CITY, then CITY may - upon written recommendation of DESIGN TEAM - pay a reasonable and equitable portion of the retained percentage to CONTRACTOR, or CONTRACTOR at CITY'S option, may be relieved of the obligation to fully complete the work and, thereupon, CONTRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." CITY shall not be liable for interest on any late or delayed payment caused by any claim or dispute, any discrepancy in quantities as described above, any failure to provide supporting documentation or other information required with the estimate or as a precondition to payment under the Contract, or due to any payment CITY has a right to withhold under the Contract. No pay estimate requests shall be considered unless submitted with the following items as one complete package: 357 Item 6. 20 · Updated Construction Schedule · SWPPP Reports (Storm Water Pollution Prevention Program) if required · All test reports for the month (or payment period duration) · Updated as-built drawings reviewed by City Inspector Note: A check list of these items shall be accompanied by a given pay estimate and shall be initialed by the City Inspector prior to processing. (Please see Attachment 1 of these bid documents). CONTRACTOR shall submit to CITY and DESIGN TEAM a Schedule of Values for each Lump Sum item of work for review and approval 20 days before the work is scheduled to be performed. CONTRACTOR shall itemize in the Schedule of Values the actual costs to CONTRACTOR to perform the various parts of the Lump Sum item work which shall include a reasonable overhead and profit cost item. Partial payment for Lump Sum items shall be made based on the value and percentage of the work in the bid item completed, as approved by DESIGN TEAM and CITY and as reflected in the Schedule of Values. CONTRACTOR shall furnish to DESIGN TEAM and CITY such detailed information as DESIGN TEAM and CITY may request to assist in the review of monthly estimates. It is understood that the monthly estimates shall be approximate only, and all monthly estimates and partial payments shall be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not in any respect be taken as an admission of DESIGN TEAM and CITY of the amount of work done or of its quality or sufficiency nor as an acceptance of the work or the release of CONTRACTOR of any of its responsibility under the Contract. 34. USE OF COMPLETED PORTIONS: The CITY shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the fact that the time for completing the entire project or such portions may not have expired, such taking possession and use shall not be deemed as acceptance of any work completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the project, CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as DESIGN TEAM may determine. CONTRACTOR shall notify CITY and DESIGN TEAM when, in CONTRACTOR’S opinion, the contract is "substantially completed" and when so notifying CITY and DESIGN TEAM, CONTRACTOR shall furnish to CITY and DESIGN TEAM in writing a detailed list of unfinished work. The CITY and DESIGN TEAM will review CONTRACTOR’S list of unfinished work and will add thereto such items as CONTRACTOR has failed to include. The "substantial completion" of the structure or facility shall not excuse CONTRACTOR from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 35. FINAL COMPLETION AND ACCEPTANCE: After CONTRACTOR has given CITY and DESIGN TEAM written notice that the work has been completed, DESIGN TEAM and CITY shall inspect such work; if the work is found to be satisfactorily completed in accordance with the Contract Documents, DESIGN TEAM shall notify CITY to start processing project final reconciliation documents. After these documents have been executed by all parties, it shall be the duty of CITY to issue a letter of acceptance within 10 days from the date when final reconciliation documents have been executed or advise CONTRACTOR in writing of the reason for non-acceptance. 36. FINAL PAYMENT: Upon notification by CONTRACTOR of the completion of the project, DESIGN TEAM shall proceed to make final inspections of all work performed and materials furnished under the terms of this agreement and certify the same to CITY with the "CONTRACTOR’S Affidavit of Final Payment and Release". The balance due CONTRACTOR, under terms of this Agreement, provided CONTRACTOR has fully performed contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by CONTRACTOR. Neither the Letter of Acceptance nor the final payment nor any provision in the Contract Documents, shall relieve CONTRACTOR of the obligation for fulfillment of any warranty, which may be required. 37. PAYMENT WITHHELD: The CITY may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect itself from loss on account of: · Defective work not remedied. · Claims filed or reasonable evidence indicating probable filing of claims. · Failure of CONTRACTOR to make payment properly to sub-contractors or for material or labor. · Damage to another contractor. · Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. · Reasonable indication that the work will not be completed within the contract time. 358 Item 6. 21 When CONTRACTOR provides a Surety Bond satisfactory to CITY, which will protect CITY in the amount withheld, payment shall be made for amounts withheld because of them. 38. DELAYED PAYMENTS: Should CITY fail to make payment to CONTRACTOR of the sum named in any partial or final statement, when payment is due, CITY shall be re-notified in writing to pay CONTRACTOR with copy of the invoice. In the event payment not be promptly made, as provided under "Partial Payments," to CONTRACTOR at any time thereafter CONTRACTOR may treat the contract as abandoned by CITY and recover compensation, as provided under "Abandonment of Contract," unless such payments are withheld in accordance with the provisions of "Payment Withheld." 39. MATERIALS ON HAND: The CITY and DESIGN TEAM shall determine and specify in the bid documents which items (if any) warrant materials on-hand consideration. Only Approved materials purchased and stored more than thirty days before use may be considered for materials on-hand. Prior to the reimbursement of materials on-hand, CONTRACTOR shall furnish CITY with paid invoices for such materials including other supporting documents CITY may deem necessary. Upon receipt of such invoices, CITY will revise the corresponding pay items to reflect a line item for labor and another for material. The total price of these two-line items shall equal the total price of the whole item. The maximum material unit cost shall not exceed 60% of the total unit price of labor and material. CONTRACTOR shall have complete fiscal responsibility as to the safety of the materials on-hand including storage costs and shall protect such materials against theft and other calamities. Contractor shall make arrangements for the storage of the materials on-hand with installation made in a timely manner. Legitimate citizens’ complaints shall be accommodated by CONTRACTOR. Measurement and payment for labor costs of such materials shall be made as materials are consumed. Measurement and payment for both material and labor cost shall be made per items 33 – 38 above. 40. CHANGE ORDERS: Without invalidating this Agreement, CITY may, at any time, order additions, deletions or revisions to the work; such changes will be authorized by Change Order to be prepared by DESIGN TEAM for execution by CITY and CONTRACTOR. The Change Order shall set forth the basis for any change in contract price, as hereinafter set forth for "Extra Work", and any change in contract time, which may result from the change. In the event CONTRACTOR shall refuse to execute a Change Order which has been prepared by DESIGN TEAM and executed by CITY, DESIGN TEAM may, in writing, instruct CONTRACTOR to proceed with the work as set forth in the Change Order and CONTRACTOR may make claim against CITY for "Extra Work" involved therein, as hereinafter provided. Any increase in the original contract by more than twenty fire percent (25%) shall trigger additional bidding requirements. 41. MINOR CHANGES: The DESIGN TEAM may authorize minor changes in the work by field order not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract price. If CONTRACTOR believes that any minor change or alteration authorized by DESIGN TEAM involves Extra Work and entitles him to an increase in the Contract price, CONTRACTOR shall make written request to DESIGN TEAM for a written Change Order. In such case, CONTRACTOR, by copy of his communication to DESIGN TEAM or otherwise in writing shall advise CITY of his request to DESIGN TEAM for a written Change Order and that the work involved may result in an increase in the Contract price. Any request by CONTRACTOR for a change in Contract price shall be made prior to beginning the work covered by the Proposed Change. 359 Item 6. 22 42. VARIANCE FROM SPECIFIC COMPLIANCE: CONTRACTOR may seek a Change Order allowing variance from specific requirements of the contract documents in situations where portions of the project are already on hand, constructed or installed and found to be at variance with specific contract requirements and where destructive removal or similar radical measures are the only way to obtain specific compliance. In such event, CONTRACTOR shall, at his own expense, secure services of a Texas Licensed Professional other than any DESIGN TEAM members to analyze, test, study and otherwise evaluate the circumstances and to summarize his findings, recommendations and conclusions in writing under his professional seal. CONTRACTOR shall submit such summary to DESIGN TEAM, along with his request either for: (1) full acceptance of the variance "as is", if it is conclusive in the opinion of CITY and DESIGN TEAM that the finished product fully meets the intended purpose and use and is not generally diminished in quality, or; (2) proposed modifications to render the item acceptable, or; (3) proposed price credit to be allowed provided the item is acceptable for its intended use, even though of measurably diminished quality, (or combinations thereof). DESIGN TEAM shall review such information and submit to CITY with comments, and a Change Order shall be executed if both CONTRACTOR and CITY mutually agree upon the matter. All code and life safety minimum specifications shall be met. No variances will be allowed. Any code, life safety or other construction deficiency shall be proved, removed and replaced. 43. EXTRA WORK: It is agreed that the basis of compensation to CONTRACTOR for work either added or deleted by a Change Order or for which a claim for Extra Work is made shall be determined by one or more of the following methods: Method (A)-By agreed unit prices; or Method (B)-By agreed lump sum; or No claim for Extra Work of any kind will be allowed unless ordered in writing by DESIGN TEAM and approved by CITY. In case any orders or instructions, either oral or written, appear to CONTRACTOR to involve Extra Work for which he should receive compensation or an adjustment in the construction time, he shall make written request to DESIGN TEAM for written order authorizing such Extra Work. 44. ARBITRATION: There are no provisions for "arbitration" in this contract. 45. TIME OF FILING CLAIMS: It is further agreed by both parties hereto that all questions of dispute or adjustment presented by CONTRACTOR shall be in writing and filed with DESIGN TEAM within thirty (30) days after DESIGN TEAM has given any directions, order, instruction or any event to which CONTRACTOR desires to take exception. The DESIGN TEAM shall reply within thirty (30) days to such written exceptions by CONTRACTOR and render his final decision in writing. It is further agreed that final acceptance of the final payment shall be a bar to any claims by either party, except where noted otherwise in the Contract Documents. 46. ABANDONMENT BY CONTRACTOR: The work, or any portion of the work under contract, shall be suspended immediately on written order of CITY declaring CONTRACTOR to be in default. A copy of such notice shall be served on CONTRACTOR’S Surety. The contract may be terminated by CITY for any good cause or causes, among others of which special reference is made to the following: A. Failure of CONTRACTOR to start the work within ten (10) days from date specified in the written work order issued by CITY to begin the work; B. Substantial evidence that the progress of the work being made by CONTRACTOR is insufficient to complete the work within the specified working time; C. Failure of CONTRACTOR to provide sufficient and proper equipment, materials or construction forces for properly executing the work; D. Substantial evidence or notification that CONTRACTOR has abandoned the work or discontinuance of the performance of the work or any part thereof and failure to resume performance within a reasonable time after notice to do so; E. Substantial evidence that CONTRACTOR has become insolvent or bankrupt, or otherwise financially unable to carry on the work; F. Deliberate failure on the part of CONTRACTOR to observe any requirements of these specifications or to comply with any orders given by DESIGN TEAM as provided for in these specifications; G. Failure of CONTRACTOR to promptly make good any defects in materials or workmanship, or any 360 Item 6. 23 defects of any nature, the correction of which has been directed in writing by CITY; H. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on CITY in the construction of work under contract; I. Repeated and flagrant violations of safe working procedures; J. The filing by CONTRACTOR of litigation against CITY prior to final completion of the work. K. Failure of CONTRACTOR to maintain proper financial responsibility and to maintain the required bonding, insurance or payments to suppliers and subcontractors. L. Failure of CONTRACTOR to provide a Project Superintendent and accompanying staff as required for successful carrying out of the work extents and duration. When the work is suspended for any of the causes itemized above, or for any other cause or causes, CONTRACTOR shall discontinue the work or such part thereof as CITY shall designate, whereupon the Surety may either at its option assume the Contract or that portion thereof which CITY has ordered CONTRACTOR to discontinue and perform the same or, with the written consent of CITY, sublet the same, provided, however, that the Surety shall exercise its option within two weeks after the written notice to discontinue the work has been served upon CONTRACTOR and upon the Surety or its authorized agents. The Surety in such event shall assume CONTRACTOR’S place in all respects and shall be paid by CITY for all work performed by it in accordance with the terms of the Contract, but in no event shall such payments exceed the Contract amount, regardless of the cost to the Surety to complete the work. All monies remaining due CONTRACTOR at the time of their default shall thereupon become due and payable to the Surety as the work progresses, subject to all terms of the Contract. In case the Surety does not, within the hereinabove specified time, exercise its obligation to assume the Contract or that portion thereof which CITY has ordered CONTRACTOR to discontinue, then CITY shall have the power to complete by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary; and CONTRACTOR hereto agrees that CITY shall have the right to take possession of or use any or all of the materials, tools, equipment, supplies and property of every kind provided by CONTRACTOR for the purpose of their work and to procure other tools, equipment and materials for the completion of the same and to charge to the account of CONTRACTOR the expense of said contract for labor, materials, tools, equipment and expenses incident thereto. The expense so charged shall be deducted by CITY out of such monies as may be due or may at any time thereafter become due CONTRACTOR under and by virtue of the Contract or any part thereof. The CITY shall not be required to obtain the lowest bid for the work of completing the Contract, but the expenses to be deducted shall be the actual cost of such work. In case such expense is less than the sum which would have been payable under the contract if the same had been completed by CONTRACTOR, then in such case CITY may pay CONTRACTOR the difference in the cost, provided that CONTRACTOR shall not be entitled to any claim for damages or for loss of anticipated profits. In case such expense shall exceed the amount which would have been payable under the contract if the same had been completed by CONTRACTOR, CONTRACTOR and their Surety shall pay the amount of the excess to CITY on notice from CITY for excess due including any costs incurred by CITY, such as inspection, legal fees and liquidated damages. When any particular part of the work is being carried on by CITY by contract or otherwise under the provisions of this section, CONTRACTOR shall continue the remainder of the work in conformity with the terms of the Contract and in such manner as not to hinder or interfere with the performance of workmen employed as above provided by CITY or Surety. 47. ABANDONMENT BY CITY: In case CITY shall fail to comply with the terms of this Contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by CONTRACTOR, then CONTRACTOR may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that would have not been included in payments to CONTRACTOR and have not been wrought into the work. And thereupon DESIGN TEAM shall make an estimate of the total amount earned by CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR, (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this Contract, and a reasonable sum to cover the cost of any provisions made by CONTRACTOR to carry the whole work to completion and which cannot be utilized. The DESIGN TEAM shall then make a final statement of the balance due CONTRACTOR by deducting from the above estimate all previous payments by CITY and all other sums that may be retained by CITY under the terms of this Agreement and shall certify same to CITY who shall pay to CONTRACTOR on or before thirty (30) days after the date of the notification by 361 Item 6. 24 CONTRACTOR the balance shown by said final statement as due CONTRACTOR, under the terms of this Agreement. 48. FAILURE TO COMPLETE WORK ON TIME: If CONTRACTOR fails to complete the Contract in the number of calendar days bid or the calendar date specified in the Bid, the time charge will be made for each calendar day thereafter. The time set forth in the proposal for the completion of the work is an essential element of the Contract. For each calendar day under the conditions described in the preceding paragraph that any work shall remain incomplete after the expiration of the calendar days allowed, the amount per day given in the following schedule will be deducted from the money due or to become due CONTRACTOR, not as a penalty, but as liquidated damages for the added expense of CITY staff, DESIGN TEAM and inspection involvement: FOR AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES $25,000 or less $ 150 $25,001 to $100,000 $ 250 $100,001 to $1,000,000 $ 500 $1,000,001 to $10,000,000 More than $10,000,000 $ 1,000 $2,500 In the alternative, if the actual damages are capable of being determined, those damages shall be deducted from the amounts due CONTRACTOR instead of the liquidated damages amount, and a notation of such damages shall be made at the time of payment, if not agreed upon earlier. 49. REJECTED MATERIALS: All materials which have been rejected or condemned by CITY, DESIGN TEAM or inspector shall be immediately removed from the work site at CONTRACTOR’S expense. 50. MATERIALS AND WORKMANSHIP: No material which has been used by CONTRACTOR for any temporary purpose whatsoever is to be incorporated in the permanent structure. Where materials or equipment are specified by a trade or brand name, it is not the intention of CITY to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality of performance, and to 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 CITY and DESIGN TEAM. 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 specification in connection with a material, manufactured article or process, unless a substitute shall be approved in writing by CITY and DESIGN TEAM, CITY and DESIGN TEAM shall have the right to require the use of such specifically designated material, article or process. 51. STORAGE: Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience to the public and in a manner satisfactory to CITY and DESIGN TEAM or per project specifications. 52. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at CONTRACTOR’S expense. Defective materials shall be immediately removed from the site of the work. Work done without proper inspection or any extra or unclassified work done without written authority and prior agreement in writing as to prices, shall be done at CONTRACTOR’S risk, and will be considered unauthorized, and at the option of DESIGN TEAM, may not be measured and paid for, and may be ordered removed at CONTRACTOR’S expense. 53. ACCESS TO CONSTRUCTION SITE: It is CONTRACTOR’S responsibility to provide all-weather access to the construction site at no extra pay unless noted otherwise under separate items. CONTRACTOR shall provide all-weather access to City inspectors, Materials testing staff and Emergency response vehicles and personnel throughout the construction period. CONTRACTOR shall restore all disturbed construction areas to pre-construction condition or better at no extra pay. 54. PROJECT CLEAN-UP: CONTRACTOR shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as need or directed by CITY and/or DESIGN TEAM as the work progresses. If, in the opinion of CITY and/or DESIGN TEAM it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: · Removing the trash, paper, rubbish and debris resulting from operations · Sweeping streets clean of dirt or debris · Alleviating any dust nuisance in the work area · Storing excess material in appropriate and organized manner 362 Item 6. 25 · Keeping trash of any kind off of property not in the work area If CITY and/or DESIGN TEAM does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) the appropriate bid item(s) will be reduced by 25%. Upon completion of the work and before final acceptance and final payment shall be made, CONTRACTOR shall completely clean and remove from the site of the work all equipment, construction materials, surplus and discarded materials, temporary structures and debris of every kind. CONTRACTOR shall leave the site of the work in a neat and orderly condition equal to that which originally existed, or as called for in the Contract Documents. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to CITY and/or DESIGN TEAM, and at CONTRACTOR’S sole cost. 55. CLEANUP FOR FINAL ACCEPTANCE: CONTRACTOR shall make a final cleanup of all parts of the work before final acceptance by CITY and DESIGN TEAM. This cleanup shall restore the site of the work to an orderly manner true to original grade and appearance. Impacts shall not be made to adjacent private or public property without written permission filed with CITY. 56. WATER FOR CONSTRUCTION: At the expense of CITY, the water required for construction may be obtained by CONTRACTOR from the water system of CITY by making arrangements with the City of Sanger’s Parks and Recreation Department (940.458.2718). 57. PROJECT MAINTENANCE: CONTRACTOR shall maintain and keep in good repair the improvements covered by the Contract Documents during the life of the Contract and for a period of one year after completion and acceptance of the project by the City of Sanger. During such time he shall, at his own expense, furnish all labor, materials, tools and equipment required and shall make such repairs and renewals or shall perform such work or reconstruction as may be necessary by any structural or functional defect or failure resulting from neglect, faulty workmanship or faulty materials in any part of the work performed by him. Notice to CONTRACTOR that repairs, renewals or reconstruction is required under this provision of the Contract may be made in the form of any written or electronic correspondence, signed by CITY or DESIGN TEAM. CONTRACTOR is responsible to take immediate action to fix or repair any utility outage or hazardous condition due to construction failure within four (4) hours after notification. In case CONTRACTOR is not able to fulfill this responsibility, CITY will take the necessary action to correct the problem. The cost of such action(s) will be paid by CONTRACTOR. 58. PROTECTION OF SITE, EXISTING STRUCTURES AND UTILITIES: CONTRACTOR shall protect all existing conditions including, but not limited to, structures, walks, pipelines, sprinkler systems, trees, shrubbery, lawns, utilities, facilities and other improvements during the progress of his work and shall remove from the site all debris and unused materials at CONTRACTORS’ expense. 59. LOCATION AND PROTECTION OF EXISTING STRUCTURES AND UTILITIES: In the preparation of plans and specifications, DESIGN TEAM has endeavored to indicate the location of existing underground utility lines, which are known. No attempt has been made to show minor lines or service lines; however, it is not guaranteed that all major lines or structures have been shown on the plans. Prior to the start of construction, CONTRACTOR shall communicate with local representatives of the utility companies, including, but not limited to, Gas Company, Telephone Company, Electric Company, Cable Company, and any other public and private utility companies, and advise said representatives of the route of the proposed construction in order to obtain the assistance of the utility companies in the location of and in the avoidance of the conflicts with utility lines. CONTRACTOR shall uncover and determine the elevation and location of all conflicts well ahead of any excavation. Where excavation endangers adjacent structures and utilities, CONTRACTOR shall, at his own expense, carefully support and protect all such structures and/or utilities so that there will be no failure or settlement. Where it is necessary to move services, poles, guy wires, pipelines, or other obstructions, CONTRACTOR shall notify and cooperate with the structure and/or utility OWNER. In case damage to any existing structure or utility occurs, whether failure or settlement, CONTRACTOR shall restore the structure or utility to its original condition and position at the sole expense of CONTRACTOR. All costs of temporarily or permanently supporting or relocating conflicting structures or utilities shall be borne by CONTRACTOR. Prior to commencing construction, CONTRACTOR shall furnish the utility owners of such known utilities with copies of the plans showing the proposed construction. As the construction commences and progresses, it shall be CONTRACTOR’S responsibility to make arrangements with the utility owners of such utilities to uncover them or otherwise confirm their location if there appears to be any probability of conflict with the proposed project under construction. The cost of uncovering and locating such utilities shall be borne by CONTRACTOR unless the utility 363 Item 6. 26 company involved takes care of it or unless payment to CONTRACTOR for such work is specifically provided in the Contract Documents. If any such existing utilities are in direct physical conflict with the proposed project being constructed, CONTRACTOR may be compensated for extra work if approved by CITY that CONTRACTOR is required to perform to resolve such conflict. CONTRACTOR will not be allowed extra compensation on the basis of inconveniences resulting from working near such utilities that are close to, but not in direct conflict with the project, however. CONTRACTOR shall also be responsible for notifying the owner of such utility or any damages resulting from work by CONTRACTOR. 60. CONSTRUCTION MEANS AND METHODS: CONTRACTOR shall abide by all applicable federal, state and local laws governing construction and related activities. All construction work shall meet Occupational Safety and Health Administration (OSHA) standards that are in effect at the time of Bid Opening. 61. PROPERTY LINES AND MONUMENTS: CONTRACTOR shall protect all property corner markers and when such markers or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of CONTRACTOR by a Surveyor Registered in the State of Texas. 62. BARRICADES AND DANGER SIGNALS: Where the work is carried on in or adjacent to any street, alley or public place, CONTRACTOR shall furnish, erect, maintain, and remove such barricades, fences, lights, control signs and other danger signals; shall provide such watchmen and shall take such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall conform to the Texas Manual on Uniform Traffic Control Devices, Latest Edition. From sunset to sunrise, CONTRACTOR shall furnish and maintain sufficient lights at each barricade. A sufficient number of barricades or linear feet of fencing shall be erected to keep vehicles from being driven on or into any work under construction. CONTRACTOR shall furnish watchmen in sufficient number as required to protect the work when/where applicable. All items associated with traffic control shall be included at no extra pay unless specified otherwise in the Contract Documents. CONTRACTOR must notify the Parks and Recreation Department (940.458.2718) prior to the removal and/or installation of any permanent signs. CONTRACTOR will be held responsible for all damage to the work due to the failure of barricades, signs, lights and watchmen to protect it, and whenever evidence is found of such damage, CITY and/or DESIGN TEAM may order the damaged portion immediately removed and replaced by CONTRACTOR at his cost and expense. CONTRACTOR’S responsibility for the maintenance of barricades, signs and lights and for providing watchmen shall not cease until CITY has accepted the project. 63. TESTING OF MATERIALS: The CITY shall provide geotechnical and structural testing for all projects unless specified otherwise. CONTRACTOR shall be responsible for notifying CITY’s testing firm at least 24 hours prior to any required testing. CONTRACTOR shall coordinate all testing activities with CITY and its inspector and shall facilitate testing firm staff throughout the construction period. The inspector shall be present during all testing. All pipe, fittings, and other construction materials shall be inspected for defects and conformance to City of Sanger Standards prior to placement, installation, or erection. All testing results will be submitted to CONTRACTOR, DESIGN TEAM and CITY within 5 days of testing. The CITY and DESIGN TEAM shall make final decision as to the validity of all testing results. CONTRACTOR shall be responsible for ensuring that materials to be tested are in compliance with all plans and specifications prior to testing. All materials found not to be in compliance with the plans and specifications before and after testing shall be removed and replaced at CONTRACTOR’S expense along with all necessary retesting costs incurred. 364 Item 6. 27 SUBMITTAL FORMS 365 Item 6. 28 PROPOSAL SUBMITTAL CHECK LIST Interested parties MUST submit one (1) proposal marked as original, one (1) copy, and one (1) flash drive (a single consolidated electronic file) that includes all of the following items listed below for consideration. The submission should be in the order stated below. ITEM CHECK LIST 1 Proposal Submittal Check List 2 Bid Proposal Form 3 Bid Bond 4 Qualifications Statement 5 Certificate of Insurance and Indemnification 6 Historically Underutilized Business Questionnaire 7 NO BOYCOTT Verification Form 8 Proposed Construction Schedule By my signature I affirm all items as listed above have been completed and submitted as part of my firm’s proposal. Authorized Signature Title Print/Type Name Date 366 Item 6. 29 BID PROPOSAL BIDDER: _________________________________________ ADDRESS: _________________________________________ ___________________________________ ___________________________________ PHONE: _________________________________________ PRIMARY CONTACT: _____________________________ PROJECT IDENTIFICATION: JOHN PORTER SPORTS PARK SOFTBALL FIELD RENOVATIONS Parkhill Project No. 8156.22 1. The undersigned Bidder proposes and agrees, if this Proposal is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Proposal and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those terms and conditions dealing with the disposition of Proposal guaranty. This Proposal will remain subject to acceptance for 90 calendar days after the day of opening Proposals. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within three (3) calendar days after the date of Owner's Notice of Award. 3. In submitting this Proposal, Bidder represents, as more fully set forth in the Agreement, that: (a) Bidder has examined copies of all the Contract Documents and of the following Addenda (receipt of which is hereby acknowledged): Dated Received Number No. 1 No. 2 (b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 367 Item 6. 30 (c) Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site or which otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. (d) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (e) Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (f) Bidder has given Architect/Engineer written notice of all conflicts, errors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. (g) This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Proposal; Bidder has not solicited or induced any person, firm or corporation to refrain from submitting a Proposal; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4. Bidder will complete the Work for the price(s) shown in the following schedule of bid items (Table 1) and within 80 calendar days. 5. Bidder hereby agrees to commence work within ten (10) days after the date of written notice to proceed being provided, and to substantially complete the work on which the Bidder has bid within 80 consecutive calendar days as part of this Proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. All such time restrictions are subject to extensions of time as are provided by the Solicitation Standard Terms Conditions and Special Terms and Conditions. 368 Item 6. 31 6. Bidder agrees that the implementation of the Owner’s right to delete any portion of the improvements shall not be considered as waiving or invalidating any conditions or provisions of the contract or bonds. Bidder shall perform the Work as altered and no allowances shall be made for anticipated profits. 7. The right is reserved, as the interest of the Owner may require, to reject any and all Proposals and to waive any informality in the Proposals received. 8. Since the Work on this Project is being performed for a governmental body and function, the Owner will issue to Contractor a certificate of exemption for payment for the State Sales Tax on materials incorporated into this Project. Bidder will complete Work per Contract Documents for the following price(s): Item No. Description Spec Section No. Estimated Quantity Unit Bid Unit Price Bid Price General Items 1. General conditions 1 LS $ $ 2. Erosion control SWPPP plan 01 57 23 1 LS $ $ 3. Clearing/grubbing/demo – Removal of old infield extents 31 10 00; 31 22 16.10 1 LS $ $ 4. Concrete sidewalk demo 31 10 00 543 SF $ $ 5. Existing scoreboard removal 02 41 19 3 EA $ $ 6. Existing foul pole removal 02 41 19 6 EA $ $ 7. Chain link outfield fence removal 02 41 19; 31 10 00 1 LS $ $ 8. Erosion control 01 50 00; 01 57 23 1 LS $ $ Subtotal Softball Field 9. Light re-aiming 01 70 00 1 LS $ $ 10. 6” depth topsoil and compost 31 22 16.10 110 CY $ $ 11. Turfgrass (solid sod) 31 22 16.10; 32 92 00 660 SY $ $ 12. Irrigation modifications 32 84 00 1 LS $ $ 13. Infield fine grading and reconditioning 31 22 16.10 1 LS $ $ 14. 6’ ht. chain link fence 32 31 13 1130 LF $ $ 15. Fence top protection 32 33 00 1 LS $ $ 16. Home plates, base plates and pitcher’s rubbers 32 33 00 1 LS $ $ 17. Foul pole 32 33 00 6 EA $ $ 18. Scoreboard 32 33 00 3 EA $ $ 369 Item 6. 32 Item No. Description Spec Section No. Estimated Quantity Unit Bid Unit Price Bid Price 19. Concrete curb at backstop wall 32 13 13 365 LF $ $ 20. Sidewalk 32 13 13 543 SF $ $ 21. Restripe ADA parking and update ADA signage 32 17 23.95 1 LS $ $ Subtotal Owner Contingency 22. Owner contingency 1 LS $ 36,000.00 $ 36,000.00 TOTAL OF ALL UNIT BASE BID ITEMS $ Bid Deduct Alternate One: Reuse existing outfield fencing Total Deduct Alternate One $ BID ITEM SUMMARY Bid Item 1: General Conditions 1. The Work under this item shall include the establishment of facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. 2. The cost of all General Conditions will be measured as a lump sum item and will encompass General Conditions costs for the entire project. Bid Item 2: Erosion Control SWPPP Plan 1. The Work under this item shall be in accordance with Section 01 57 23 "Temporary Stormwater Pollution Control" in addition to notes provided in Plans. Required items include the following: i) Maintenance, inspection, and repair as needed for the duration of the job. ii) TCEQ requirements. iii) SWPPP Plan, any other BMP indicated in plans of specifications, and any items not listed in proposed as required by City of Sanger. 2. Measurement and payment shall be made on the basis of lump sum item for all materials, labor, and incidentals necessary to complete the Work. Bid Item 3: Clearing / Grubbing / Demo – Removal of Old Infield Extents 1. The work under this item shall be in accordance with Sections 31 10 00 "Earth Moving" and 31 22 16.10 "Fine Grading for Athletic Field" in addition to details and notes provided in the Plans. 2. Removal items include (but are not limited to) the following: i) Removal of full depth of infield surfacing in locations to be converted to turf sod. 3. Measurement and payment shall be made on the basis of lump sum item for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 4: Concrete Sidewalk Demo 1. The work under this item shall be in accordance with Sections 02 41 19 "Selective Demolition" and 31 10 00 "Site Clearing" in addition to details and notes provided in the Plans. 2. Removal items include (but are not limited to) the following: i) Concrete sidewalk. 3. Measurement and payment shall be made on the basis of square feet for all labor and incidentals necessary to complete the Work. 370 Item 6. 33 Bid Item 5: Existing Scoreboard Removal 1. The work under this item shall be in accordance with Section 02 41 19 “Selective Demolition” in addition to plans, details and notes provided in Drawings. 2. Removal items include (but are not limited to) the following: i) Scoreboard. ii) Post. iii) Footing. 3. Measurement and payment shall be made on the basis of each scoreboard for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 6: Existing Foul Pole Removal 1. The work under this item shall be in accordance with Section 02 41 19 “Selective Demolition” in addition to plans, details and notes provided in Drawings. 2. Removal items include (but are not limited to) the following: ii) Foul Pole. iv) Posts. v) Footings. 3. Measurement and payment shall be made on the basis of each foul pole for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 7: Remove Existing Chain Link Outfield Fence 1. All Work associated with this item shall be in accordance with Section 02 41 19 “Selective Demolition” and Section 31 10 00 "Site Clearing" in addition to plans and notes provided in Drawings. 2. Removal items include (but are no limited to) the following: i) Removal of rails, posts, caps, fittings, and footings. ii) Price shall include filling in post footings and providing solid sod over abandoned footings. 3. Measurement and payment shall be made on the basis of lump sum bid price for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 8: Erosion Control 1. All Work associated with this item shall be in accordance with Sections 01 50 00 "Temporary Facilities and Controls" and 01 57 23 "Temporary Stormwater and Pollution Control" in addition to plans, details and notes provided in the Drawings. 2. Measurement and payment shall be made on the basis of lump sum item for all materials, labor and incidentals necessary to complete the Work. Bid Item 9: Light Re-aiming 1. All Work associated with this item shall be in accordance with Section 01 70 00 "Execution and Closeout Requirements" in addition to manufacturer requirements. 2. Light re-aiming shall include aiming all existing softball field light poles to new field locations to achieve optimum playable light levels. 3. Measurement and payment shall be made on the basis of lump sum price for labor and incidentals necessary to complete the Work at all three fields. Bid Item 10: Topsoil (6” Topsoil and Compost) 1. All Work associated with this item shall be in accordance with Sections 31 22 16.10 "Fine Grading for Athletic Field" and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of cubic yard bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. 371 Item 6. 34 Bid Item 11: Turfgrass (solid sod) 1. All Work associated with this item shall be in accordance with Section 32 92 00 "Turf and Grasses" in addition to plans and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of square yard bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. Bid Item 12: Irrigation System Modifications 1. All Work associated with this item shall be in accordance with Section 32 84 00 "Planting Irrigation" in addition to plans, details and notes provided in Drawings. 2. Irrigation repair items include (but are not limited to) the following: i) Relocate or provide new rotor heads and piping necessary to provide full irrigation coverage at the adjusted infield extents. ii) Ensure that full irrigation system is operation with proper coverage at fields. 3. Measurement and payment shall be made on the basis of a lump sum, bid price for "Irrigation System." This price is full compensation for furnishing and installing all components; flushing and testing water lines; furnishing and operating equipment; and labor, tools, and incidentals necessary to complete the work at all three fields. Bid Item 13: Infield Fine Grading and Reconditioning 1. All Work associated with this item shall be in accordance with Sections 31 22 16.10 "Fine Grading for Athletic Field" in addition to plans and notes provided in Drawings. 2. Infield Reconditioning for this item include (but are not limited to) the following: i) Removal of existing infield materials as instructed in Section 31 22 16.10. ii) Fine grading of existing infield materials to meet grades identified in grading plan and as required to provide a fully surface draining infield. iii) Installation of new infield reconditioner and stabilizer per manufacturer specifications. 3. Measurement and payment shall be made on the basis of lump sum bid price for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 14: 6’ Ht. Chain Link Fence 1. All Work associated with this item shall be in accordance with Sections 32 31 13 "Chain Link Fences and Gates" in addition to plans, details and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of a linear foot bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. Bid Item 15: Fence Top Protection 1. All Work associated with this item shall be in accordance with Section 32 33 00 "Site Furnishings" in addition to plans, details and notes provided in Drawings. 2. Fence top protection is to be installed on all existing foul line fencing and foul line gates, and proposed outfield fence. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. Bid Item 16: Home Plates, Base Plates, & Pitchers Rubber 1. All Work associated with this item shall be in accordance with Sections 32 33 00 "Site Furnishings" in addition to plans and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of lump sum bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. 372 Item 6. 35 Bid Item 17: Foul Pole 1. All Work associated with this item shall be in accordance with Section 32 33 00 "Site Furnishings" in addition to plans, details and notes provided in Drawings. 2. Foul Pole includes (but are not limited to) the following: i) Pole. ii) Footing. 3. Measurement and payment shall be made on the basis of a per pole bid price for all labor and incidentals necessary to complete the Work. Bid Item 18: Scoreboard 1. All Work associated with this item shall be in accordance with Section 32 33 00 "Site Furnishings" in addition to plans, details and notes provided in Drawings. 2. Scoreboard includes (but are not limited to) the following: i) Scoreboard. ii) Pole. iii) Hardwired control units. iv) Contractor provided delegated design concrete footing sealed by professional Engineer who is licensed in the State of Texas. 3. Measurement and payment shall be made on the basis of a per scoreboard bid price for all materials, delegated design, labor and incidentals necessary to complete the Work. Bid Item 19: Concrete Curb at Backstop Wall 1. All Work associated with this item shall be in accordance with Section 32 13 13 "Concrete Paving" in addition to plans, details and notes provided in Drawings. 2. Concrete curb includes (but are not limited to) the following: i) Concrete curb. ii) All reinforcing and dowels as detailed. 3. Measurement and payment shall be made on the basis of a linear foot bid price for all materials, labor and incidentals necessary to complete the Work. Bid Item 20: Sidewalk 1. All Work associated with this item shall be in accordance with Section 32 13 13 "Concrete Paving" in addition to plans, details and notes provided in Drawings. 2. Sidewalk includes (but are not limited to) the following: i) Concrete sidewalk. ii) All reinforcing and dowels as detailed. 3. Measurement and payment shall be made on the basis of a square foot bid price for all materials, labor and incidentals necessary to complete the Work. Bid Item 21: Restripe ADA Parking and Update ADA Signage 1. All Work associated with this item shall be in accordance with Section 32 17 23.95 "Pavement Markings and Signs" in addition to plans, details and notes provided in Drawings. 2. Restriping and ADA signage includes (but are not limited to) the following: i) Removal of existing ADA universal markings. ii) Restriping ADA stalls. iii) Adding ADA “Fine” sign to existing ADA parking sign poles. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work. 373 Item 6. 36 Bid Deduct Alternate 1: Reuse existing outfield fence to new outfield fence location 1. All Work associated with this item shall be in accordance with Section 32 31 13 "Chain Link Fences and Gates" in addition to plans, details and notes provided in Drawings. 2. Moving existing outfield fence includes (but are not limited to) the following: i) Reuse and reinstall existing top rails. ii) Reuse and reinstall existing chain link mesh. iii) Install new corner and line posts. iv) Install new concrete fence post footings. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work. UNIT PRICE BID Bidder agrees that, in case additional work or materials installation is authorized by the Owner, the following unit prices will be used in adjusting the contract price. These unit prices shall include all overhead, profit, taxes, material, labor, etc., for a complete installation. Unit prices for adjusting the contract price for less work or materials installation will be ninety (90%) percent of these amounts. 5-inch conc. paving on compacted subgrade, complete and in place, per sq. ft. $ Concrete curb on backstop wall, complete and in place, per linear. ft. $ 6-foot Ht. chain link fence, complete and in place, per linear. ft. $ 6-inch depth topsoil with compost, complete and in place, per square foot $ Solid sod, as specified, complete and in place, per sq. ft. $ Rotor irrigation zone modifications, complete and in place, per square ft. $ 2-inch electric irrigation valve, complete and in place, per each. $ 2-inch brass ball valve, complete and in place, per each. $ 374 Item 6. 37 9. Each bidder shall include the following information in this Proposal: · Anticipated cost of materials to be incorporated in the construction of this Project. · Anticipated cost of labor, profit, and all other costs for this Project. Cost of Materials Incorporated into this Project Cost of Labor, Profit, etc. Owner's Contingency Total Amount Base Bid Base Bid $___________ $____________ $___________ $___________ Cost of Materials Incorporated into this Project Cost of Labor, Profit, etc. Total Amount Deduct Alternate One Bid Deduct Alternate One $___________ $____________ $___________ 10. Each Bidder is required to provide a list of proposed subcontractors, the type of Work to be completed by each such subcontractor and the approximate percentage of contract labor to be completed by each subcontractor. Owner reserves the right to accept or reject any subcontracts and/or amount subcontracted. Schedule of Subcontracts Subcontractor’s Name Type of Work % of Work 1. ____________________________ __________________________ _________ 2. ____________________________ __________________________ _________ 3. ____________________________ __________________________ _________ 4. ____________________________ __________________________ _________ 5. ____________________________ __________________________ _________ Total % of Work Subcontracted _________ If additional space is necessary to provide a complete listing, please attach such additional pages as may be required. 375 Item 6. 38 11. In connection with the major items of materials to be furnished and installed, the particular supplier of equipment and materials, which the undersigned proposed to furnish will be listed in the schedule of Major Material Suppliers found below. Schedule of Major Materials Supplier’s Name Major Items of Materials to be Furnished and Installed 1. _________________ _____________________________________________ 2. _________________ _____________________________________________ 3. _________________ _____________________________________________ 4. _________________ _____________________________________________ 5. _________________ _____________________________________________ If additional space is necessary to provide a complete listing, please attach such additional pages as may be required. 12. The successful bidder shall furnish a Performance Bond and Payment Bond, on the forms which are attached hereto, in the amount of 100 percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the OWNER. In addition, the undersigned will furnish a Maintenance Bond in the amount of 100 percent of the contract sum covering defects of material and workm anship for two (2) calendar years following the Owner's approval and acceptance of th e construction. 13. The work, proposed to be done, shall be accepted when fully completed in accordance with the plans and specifications, to the satisfaction of the Engineer and the Owner. 14. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted as correct and final. NOTE: Unit and lump sum prices must be shown in words and figures for each item listed in this Proposal, and in the event of discrepancy, the words shall prevail. In case of ambiguity or lack of clearness in stating prices in the Proposal, the Owner reserves the right to accept the most advantageous construction thereof to the Owner or to reject the bid. This is a Proposal of _____________________________________, a corporation organized and existing under the laws of the State of _______________________, or a limited partnership organized and existing under the laws of the State of _______________________, or a 376 Item 6. 39 partnership, consisting of _____________________________________________ or an Individual doing business as ___________________________________________________. Seal and Authorization _________________________________________ (If a Corporation) (Signed) _________________________________________ (Title) _________________________________________ (Street Address) _________________________________________ (City and State) _________________________________________ (Telephone Number) _________________________________________ (Date) 377 Item 6. 40 QUALIFICATIONS STATEMENT CONTRACTOR shall show that he has experience with similar projects that require working at a similar scale and within similar timeframes which will require planning work efforts and means and methods accordingly. CONTRACTOR shall submit a complete list of ALL Municipal and Similar Non-Municipal current and completed projects for the past three (3) years for review. This list shall include the names of project superintendents and project scale, cost, and schedule information. General Contact Information Respondent Name and Title: ______________________________________________ Company: __________________________________________ Company Address: ______________________________________________________ Telephone Number: _________________________ Fax Number: ______________________ Email Address: ______________________________________________ Federal Tax ID: ______________________________________________ Previous Company Names Used or Companies Acquired Within the Previous 10 Years: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Liability Insurance Provider and Limits of Coverage: Workers Compensation Insurance Provider: Surety (Performance and Payment): Address: Contact and Phone: 378 Item 6. 41 Superintendent and Backup Superintendent: Attach Work Resume on separate sheet(s). The superintendent shall be able to communicate in English and not operate any equipment and have not had any verified job safety violations in the past five years. Attach additional sheet(s) to verify safety record as required. Any variations shall be reviewed by CITY for approval or denial. A job site shall be shut down if proper supervision is not provided. Superintendent Name Backup Superintendent Name Safety Record – List ALL Verified Violations for Superintendent and Backup Superintendent with explanation, date and action taken to correct future safety violations: Superintendent Backup Superintendent Total Number of Employees to be Associated with this Job: Managerial Administrative Professional Skilled Semi-Skilled Other Percentage of work anticipated to be done by Bidder’s Employees (Based on Dollars Bid): Percentage of work anticipated to be done by Bidder’s Subcontractors (Based on Dollars Bid):_______________________ 379 Item 6. 42 Type(s) of work to be done by Bidder’s Employees (examples: demolition, masonry, structural steel, drywall, carpentry, millwork, finishes, flooring, framing, concrete paving, structural concrete, waterlines, sanitary sewer lines, storm pipe, storm inlets, excavation, etc.) ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Number of Years in Business as a Contractor on Above Types of Works:_______ Information and Type(s) of Work to be done by Sub-Contractors: Include name, address, phone number, references and similar work experience of each sub-contractor. Use additional sheets if needed. Type of Work Sub-Contractor Previous Projects: List of completed projects of similar type work for the past five (5) years. (Use additional sheets if necessary.) 1. Project: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 380 Item 6. 43 2. Project: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 3. Project:______________________________________________________________ Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person:___________________________ Phone:_________________________ 381 Item 6. 44 4. Project: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 5. Project:______________________________________________________________ Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 382 Item 6. 45 Current Projects: List active projects of similar type work: 1. Project:______________________________________________________________ Percent Complete: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 2. Project: Percent Complete: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 383 Item 6. 46 3. Project: Percent Complete: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: References: Use a separate sheet if needed. Trade references (List Company, Address, Contact Person, and Phone): Bank References (List Institution, Address, Contact Person, and Phone) Municipal References (List Municipality, Address, Contact Person, and Phone) 384 Item 6. 47 Claims and Suits (if the answer to any of the following questions is yes, please attach details): 1. Has your organization ever failed to complete any work awarded to it? 2. Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your organization or officers? 3. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? 4. Within the last five (5) years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? The undersigned agrees that the information provided is accurate and complete. Authorized Signature Title Print/Type Name Date 385 Item 6. 48 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) QUESTIONAIRE A Historically Underutilized Business (HUB) is a for-profit entity that has not exceeded the size standards prescribed by 34 TAC §20.23, and has its principal place of business in Texas, and is at least 51% owned by an Asian Pacific American, Black American, Hispanic American, Native American, American woman and/or Service Disabled Veteran, who reside in Texas and actively participate in the control, operations and management of the entity's affairs. 1. Is your business a certified historically underutilized business (HUB) or Disadvantaged Business Enterprise (DBE)? Yes No 2. Please provide the certifying agency name: Certifying Agency:__________________________ 3. I have included a copy of my certification as an attachment to my proposal: Yes No By my signature I affirm the information provided on this form is accurate to the best of my knowledge. Authorized Signature Title Print/Type Name Date 386 Item 6. 49 NO BOYCOTT VERIFICATION FORM I, ________________________________________________, the undersigned representative of (Individual’s Name) _____________________________________________________________________________, (Business or Company) Hereinafter referred to as "Company", does hereby verify that the company named above, under the provisions of the laws of the United States and the State of Texas: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract. 3. Does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. 4. Does will not business with Iran, Sudan or a foreign terrorist organization while providing services to the City. By my signature I affirm the information provided on this form is accurate to the best of my knowledge. Authorized Signature Title Print/Type Name Date 387 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 10 00 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Work covered by Contract Documents. 2.Contractor use of site and premises. 3.Owner occupancy. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A.Identification: Porter Park Softball Field Renovations. B.Location: Sanger, Texas. C.Without force or effect, Work of Project consists of demolition, earthwork, fencing, infield surfacing, foul poles, scoreboards, concrete sidewalk replacement, ADA striping, turfgrass, and irrigation. 1.3 CONTRACTOR USE OF SITE AND PREMISES A.Limit use of site and premises to allow: 1.Owner occupancy. 2.Use of site and premises by public. B.Construction Operations: Limited to softball fields. Contractor shall keep existing perimeter concrete trails and playground open to general public. C.Time Restrictions for Performing Work: Weekdays 7 a.m. to 6 p.m., unless otherwise approved by Owner. 1.Utility Outages and Shutdown: Coordinate and schedule utility outages/shutdown 2.Allowed only at previously-agreed-upon times. 3.Schedule at least 1 week before outage/shutdown. 4.Submit outage/shutdown request to Architect and Owner itemizing dates, times, and durations of early requested outage/shutdown. 1.4 OWNER OCCUPANCY A.Owner will occupy premises during construction to conduct normal operations. B.Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. 03815622 10/22 SUMMARY 01 10 00 - 1 388 Item 6. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 SUMMARY 01 10 00 - 2 389 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 20 00 - PRICE AND PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Material allowances. 2.Contingency allowance. 3.Inspection and testing allowances. 4.Schedule of Values. 5.Application for Payment. 6.Change Procedures. 7.Alternates. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 60 00 "Product Requirements" for product substitutions. 1.2 CONTINGENCY ALLOWANCE A.Include stipulated sum of $36,000.00 for use upon Owner's instruction. B.Costs Not Included in Contingency Allowance, but included in Contract Sum/Price: Bonds, project insurance (workers comp, auto, general liability, builders risk and other insurances required by Owner/Contractor agreement), overhead, profit, and other expenses contemplated for stated allowance amounts. C.Funds will be drawn from Contingency Allowance only by Change Order. D.At closeout of Contract, funds remaining in Contingency Allowance will be credited to Owner by Change Order. 1.3 SCHEDULE OF VALUES A.Submit typed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. B.Submit Schedule of Values in duplicate within 15 days after date of Owner-Contractor Agreement. C.Format: Utilize Table of Contents of this Project Manual. Identify each line item with number and title of major specification Section . Identify site mobilization, general conditions, bonds, and insurance as separate line items. D.Include within each line item, a directly proportional amount of Contractor's overhead and profit. E.Revise schedule to list approved Change Orders, with each Application for Payment. 1.4 APPLICATIONS FOR PAYMENT A.Submit notarized application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B.Content and Format: Utilize Schedule of Values for listing items in Application for Payment. 03815622 10/22 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 390 Item 6. City of Sanger Porter Park Softball Field Renovations C.Deposits on Material, Equipment or Products: 1.Material/Equipment Deposits: Owner will not pay for deposits for material, equipment or products that may be required of Contractor in order to start the fabrication process of work that will eventually be incorporated into the Project but are not actually on the Project site. All material, equipment or products must be on the Project site and properly stored before Owner will make payment to Contractor. 2.The Owner will make payment for materials, equipment or products that are properly delivered and stored on the Project site for subsequent incorporation into the Project as authorized in Owner-Contractor Agreement. 3.Owner may consider payment of materials, equipment or products that are properly stored, secured and insured in a third party warehouse within a fifty (50) mile radius of the Project site that are in accordance with the requirements and authorized in Owner-Contractor Agreement. D.Payment Period: As defined in Owner-Contractor agreement. E.A complete application for payment includes one copy of waiver of liens from each subcontractor, Construction progress schedule, and submittal schedule, all which are required to process the Application for Payment. 1.5 CHANGE PROCEDURES A.Architect will advise of minor changes in Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by Owner/Contractor Agreement by issuing Architect's Supplemental Instructions on Architect's Standard Supplemental Instruction form. B.Architect may issue a Construction Change Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications and a change in Contract Time for executing change. Contractor will prepare and submit an estimate within seven days. C.Contractor may propose a change by submitting request for change to Architect. Include reason for change and effect on Contract Sum/Price, Contract Time, and subcontractors. Document requested substitutions in accordance with Section 01 60 00 "Product Requirements." D.Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Architect. E.Unit Price Change Order: For pre-determined unit prices and quantities, Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre-determined, execute Work under a Construction Change Directive. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. F.Construction Change Directive: Architect may issue a directive, on AIA Form G713 Construction Change Directive signed by Owner, instructing Contractor to proceed with a change in Work, for subsequent inclusion in a Change Order. Document will describe changes in Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. G.Time and Material Change Order: 1.Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of the Contract. 2.Architect will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. 3.Maintain detailed records of work done on Time and Material basis. 4.Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in Work. 03815622 10/22 PRICE AND PAYMENT PROCEDURES 01 20 00 - 2 391 Item 6. City of Sanger Porter Park Softball Field Renovations H.Change Order Forms: AIA G701 Change Order. I.Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in Conditions of the Contract. J.Change Order: Furnish an itemized breakdown, in form acceptable to Architect of costs and supporting information including but not limited to quantities and material prices. Tier subcontracted work performed at labor rates, employer payments, and rental rates. Itemize breakdown detail shall be same for subcontractor work. Provide complete supporting information for profit and overhead or markups used when requested. Consider the following items a part of overhead or Contractor's and subcontractor's mark-up and do not include as separate cost item: Labor for Superintendents, Assistant Superintendents, home office personnel, timekeepers, and maintenance mechanics at any level of contracting; individual pieces of equipment, hand tools or instruments having a new value of $500.00 or less, whether or not consumed by use; on site and main offices; modification to record Contract Documents; nor guarantee period costs. 1.6 MEASUREMENT AND PAYMENT - UNIT PRICES A.Authority: Measurement methods are delineated in individual Specification Sections. B.Take measurements and compute quantities. Architect will verify measurements and quantities. C.Payment Includes: Full compensation for required labor, products, tools, equipment, plant, transportation, services, and incidentals; erection, application or installation of an item of Work; insurance, overhead, and profit. D.Defect Assessment: Replace Work, or portions of Work, not conforming to specified requirements. If Owner agrees that it is not practical to remove and replace Work, Architect will direct an appropriate remedy or adjust payment. 1.7 ALTERNATES A.Alternates quoted on Bid Forms will be reviewed and accepted or rejected by Owner. Accepted Alternates will be identified in Owner-Contractor Agreement. B.Coordinate related work and modify surrounding work as required. C.Schedule of Alternates: 1.Deduct Alternate No. 1: Move existing outfield fence to new 225-foot outfield fence location identified on Drawings. Contractor shall reuse top and bottom rails and mesh. Contractor shall install new fence posts, clips, and concrete footings. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 PRICE AND PAYMENT PROCEDURES 01 20 00 - 3 392 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 30 00 - ADMINISTRATIVE REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Project Information Management. 2.Coordination. 3.Survey. 4.Electronic drawing file (digital data) request. 5.Submittal schedule. 6.Preconstruction meeting. 7.Request for information. 8.Site mobilization meeting. 9.Progress meetings. 10.Preinstallation meetings. 11.Cutting and patching. 12.Alteration Project procedures. B.Related Sections: 1.Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT INFORMATION MANAGEMENT A.Project Website: 1.Use Newforma Info Exchange; https://projects.team-psc.com/UserWeb/Login to send and receive Project information. 2.Contact Architect to setup name and password information. 3.If this Project is not listed when logged in, contact Architect to add this Project to your account. B.Project information includes, but is not limited to, the following: 1.Product Submittals. 2.Requests for Information (RFI). 3.Applications for Payment. 4.Schedules. 5.Construction Change Requests (CCRs). 6.Closeout Documents. 7.Construction Document Files. a.Weather Days. b.Electronic File Requests. c.Correspondence. d.Test Reports. e.Meeting Minutes. f.Field Reports. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 393 Item 6. City of Sanger Porter Park Softball Field Renovations 1.3 COORDINATION A.Coordinate scheduling, submittals, and Work to assure efficient and orderly sequence of installation of construction elements. 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 in service, such equipment. C.Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D.In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. E.Items which require electrical connections shall be coordinated with anufacturer's stated Electrical Requirements for: 1.Voltage. 2.Phase. 3.Ampacity. 4.Number and size of wires. 5.Wiring diagrams. 6.Starter size, details, and location. 7.Control devices and details. F.Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion . G.After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 SURVEY A.Employ surveyor registered in the State of Texas to locate survey control and reference points. B.Protect survey control and reference points. C.Control datum for survey is that shown on Drawings. D.Verify set-backs and easements, and confirm Drawing dimensions and elevations. E.Provide field surveying services. Establish elevations, lines, and levels, utilizing recognized surveying practices. F.Submit registered site drawing and certificate signed by registered surveyor that elevations and locations of Work are in conformance with Contract Documents. 1.5 ELECTRONIC DRAWING FILE (DIGITAL DATA) REQUEST A.During Procurement Phase: 1.Bidders and Proposers may purchase a Digital Data file. Digital Data file will be provided in software release currently used by Primary Designer. File will be provided via Primary Designer's Project website. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 2 394 Item 6. City of Sanger Porter Park Softball Field Renovations 2.AutoCAD drawing files (.dwg) are available for purchase from Primary Designer upon request. Cost of files are indicated below plus applicable tax. a.1 - 3 Sheets: $100.00 per sheet. b.4 - 6 Sheets: $400.00 flat fee. c.7 - 9 Sheets: $500.00 flat fee. 3.Prior to delivery of file(s), purchaser shall sign a Digital Data Licensing Agreement. Payment for Digital Data file(s) shall occur upon delivery of file to purchaser. 4.Digital Data file(s) shall be used only for preparing Bids and Proposals required by this Project and shall not be used in any other form, in whole or in part. B.Upon Award of Contract: 1.Contractor shall sign a Digital Data Licensing Agreement (AIA C106-2013) for the release of electronic files. Upon Contractor submitting the executed Agreement to the Primary Designer, the Primary Designer will provide Contractor one (1) electronic copy of the AutoCAD (.dwg) file(s), and Portable Document Format (.pdf) file(s) within 5 working days. Files and Formats to be as follows: a.Landscape: Overall master file in AutoCAD format. 1)Overall Site Plan with grading, flatwork, irrigation, and planting plans. 2)All details, detail annotation and references are omitted and not part of the AutoCAD file. 2.Conformed Construction Documents: If Conformed Construction Documents are required by Owner/Primary Designer Agreement, they will be provided in PDF. Conformed Construction Documents are the Drawings and Specifications modified to include any Addenda issued before execution of the Contract. a.To the extent Conformed Construction Documents are provided to Contractor, the following provisions shall apply: 1)The Conformed Construction Documents and related information contained therein, are provided for Contractor's convenience only, and does not relieve Contractor from the requirements of the Contract Documents. Specifically, to the extent that any discrepancy or conflict exists between the Issue for Bid documents, including any Addenda issued prior to execution of the Contact or Modifications issued after the execution of the Contact on the one hand, and the Conformed Construction Documents on the other; the Issue for Bid documents, Addenda, and Modifications shall control unless otherwise specified in writing by the Primary Designer. 2)Contractor shall not use such drawings, documents, or other data, in whole or in part, for any purpose or project other than this Project in the preparation of Shop Drawings and other submittals. 3)Contractor acknowledges that such drawings, documents, and other data are subject to change or modification. Contractor shall be responsible for updating any drawings, documents, or other data obtained prior to use by them for any purpose. 4)Any Conformed Construction Documents, including any Drawings, Specifications, documents, or other data related thereto are provided "as is" without representation or warranty by Primary Designer, either expressed or implied. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 3 395 Item 6. City of Sanger Porter Park Softball Field Renovations 5)Contractor acknowledges that Conformed Construction Documents provided by Primary Designer are as a courtesy to Contractor, at their specific request, and accordingly, CONTRACTOR HEREBY AGREES TO RELEASE, HOLD HARMLESS, DEFEND AND INDEMNIFY PRIMARY DESIGNER AND OWNER FROM ANY AND ALL CLAIMS, DEMANDS, OR CAUSES OF ACTION, WHICH CONTRACTOR OR ANY THIRD PARTY MAY HAVE BY REASON OF ANY INJURY OR DAMAGE SUSTAINED BY CONTRACTOR OR THIRD PARTY ARISING OUT OF OR IN ANY WAY RELATED TO THE USE OF SUCH CONFORMED CONSTRUCTION DOCUMENTS. 1.6 SUBMITTAL SCHEDULE A.Prepare submittal schedule in accordance with General Conditions of the Contract for Construction. B.Include in submittal schedule all submittals and samples required by all section of this Project Manual and any additional submittals required by Contractor to construct the Project. C.Submit submittal schedule for Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. Failure to submit submittal schedule with the first Application for Payment will be cause for not processing Application for Payment. 1.7 PRECONSTRUCTION MEETING A.Architect will schedule a meeting after Notice to Proceed. B.Attendance Required: 1.Owner. 2.Architect. 3.Contractor. 4.Major subcontractors. C.Agenda: 1.Submission of executed bonds and insurance certificates. 2.Distribution of Contract Documents. 3.Submission of list of subcontractors, list of products, Schedule of Values, submittal schedule, and progress schedule. 4.Designation of personnel representing each party in Contract and Architect. 5.Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 6.Review Notice to Proceed (NTP) and Substantial Completion Dates. 7.Surface drainage requirements (SWPPP). 8.Scheduling: a.Use of premises by Owner and Contractor. b.Owner's requirements and occupancy. c.Survey and building layout. d.Security and housekeeping procedures. e.Construction progress meetings. f.Procedures for testing. g.Procedures for maintaining record documents. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 4 396 Item 6. City of Sanger Porter Park Softball Field Renovations h.Requirements for start-up of equipment. i.Inspection and acceptance of equipment put into service during construction period. 9.Scheduling activities of Construction Material Testing (CMT) lab. D.Record minutes and distribute copies within 3 days after meeting to participants with two copies to Architect and those affected by decisions made. 1.8 REQUEST FOR INFORMATION A.Request for information (RFI) requests from subcontractors or material suppliers will not be considered. All RFI's must be submitted by Contractor. B.RFI's must be submitted to Architect via software as indicated in paragraph 1.2.A C.Information indicated on RFI shall be complete before submission. If Architect determines that request can be answered with information provided, Architect will assign an RFI tracking number. Requests determined by Architect not to be an RFI will be returned to Contractor electronically and deleted from Architect's electronic tracking software without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. D.RFIs may contain more than one item when items are related issues. Otherwise, only one item shall be addressed on each RFI request. E.Allow seven (7) days for Architect's response to each RFI. F.Response to RFI will be issued to Contractor and Owner per Section 01 33 00 "Submittal Procedures." G.Responses from Architect are not changes unless issued with a change per Section 01 20 00 "Price and Payment Procedures." 1.9 PROGRESS MEETINGS A.Schedule and administer meetings throughout progress of Work at minimum bi-monthly intervals. B.Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C.Attendance Required: 1.Owner. 2.Job superintendent. 3.Major subcontractors. 4.Suppliers. 5.Architect as appropriate to agenda topics for each meeting. D.Agenda: 1.Review minutes of previous meetings. 2.Review of Work progress. 3.Field observations, problems, and decisions. 4.Identification of problems which impede planned progress. 5.Review of submittals 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. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 5 397 Item 6. City of Sanger Porter Park Softball Field Renovations E.Record minutes, and distribute copies within 3 days to Architect, participants, and those affected by decisions made. 1.10 PREINSTALLATION MEETING A.When required in individual specification Sections, convene a preinstallation meeting at site prior to installing Work. B.Require attendance of parties directly affecting, or affected by, Work. C.Notify Architect 4 days in advance of meeting date. D.Prepare agenda and preside at meeting. 1.Review conditions of installation, preparation and installation procedures. 2.Review coordination with related work. E.Record minutes, and distribute copies within three days after meeting to participants, with 3 copies to Architect. 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 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, of correct characteristics, and in correct location. 3.2 PREPARATION A.Clean substrate surfaces prior to applying next material or substance. B.Seal cracks or openings of substrate prior to applying next material or substance. C.Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A.Employ skilled and experienced installer to perform cutting and patching. B.Submit request in advance of cutting or altering elements which affects: 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. 5.Work of Owner or separate contractor. C.Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1.Fit several parts together, to integrate with other Work. 2.Uncover Work to install or correct ill-timed Work. 3.Remove and replace defective and non-conforming Work. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 6 398 Item 6. City of Sanger Porter Park Softball Field Renovations 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 which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E.Cut rigid materials using masonry saw or core drill. F.Restore Work with new products in accordance with requirements of Contract Documents. G.Fit Work tight to pipes, sleeves, ducts, conduit, 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 an assembly, refinish entire unit. J.Identify any hazardous substance or condition exposed during Work to Architect for decision or remedy. 3.4 ALTERATION PROJECT PROCEDURES A.Materials: As specified in product Sections; match existing products and work for patching and extending work. B.Employ skilled and experienced installer to perform cutting and patching. C.Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D.Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition unless otherwise specified. E.Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. F.Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. G.When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Architect for review. H.Where a change of plane of 1/4-inch or more occurs, submit recommendation for providing a smooth transition for Architect review. I.Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. J.Finish surfaces as specified in individual product Sections. END OF SECTION 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 7 399 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 33 00 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Submittal procedures. 2.Resubmittal requirements. 3.Construction progress schedules. 4.Proposed products list. 5.Shop drawings. 6.Product data. 7.Samples. 8.Design data. 9.Test reports. 10.Certificates. 11.Manufacturers' instructions. 12.Manufacturers' field reports. 13.Erection drawings. 14.Construction photographs. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 40 00 "Quality Requirements" for manufacturers' field services and reports; Testing Laboratory Services. 4.Section 01 70 00 "Execution and Closeout Requirements" for Contract warranty, manufacturer's certificates, and closeout submittals. 1.2 SUBMITTAL PROCEDURES A.Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B.Produce copies and distribute in accordance with this Article. C.Use Project website to submit record documents as described in Section 01 70 00 "Execution and Closeout Requirements." D.Transmit each submittal separately with Contractor's standard transmittal letter including Contractor's name, address, and phone number. Each submittal shall contain only one Specification Section. E.Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. F.Identify Project, Contractor, subcontractor, or supplier; pertinent drawing sheet and detail number(s), and Specification Section number appropriate to submittal. G.Apply Contractor's stamp, signed or initialed certifying that review, verification of products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with requirements of Work and Contract Documents. H.Schedule submittals to expedite Project, and deliver to Architect. Coordinate submission of related items. 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 1 400 Item 6. City of Sanger Porter Park Softball Field Renovations I.For each submittal for review, allow 15 days excluding delivery time to and from Contractor. J.Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. Information, comments, field verifications, responses, or other notations marked on submittals by Contractor shall be done in blue or green colors only. K.Allow space on submittals for Contractor and Architect's review stamps. L.Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. M.Submittals not requested will not be recognized or processed. N.Format: 1.Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for same submittal will not be accepted. 2.Submittals in any other format, including .ZIP files, will be rejected. 3.Hard copies will not be accepted. 4.To ensure each page is legible, .PDF pages of drawings shall be same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5.Uploaded submittals to Project website. O.Submittal procedures described in this Article applies to construction progress schedule, products list, shop drawings, product data, samples (actual samples and digital files of same), design data, test reports, certificates, manufacturer's instructions and field reports, erection drawings, and any other type of submittal submitted to Architect. 1.3 RESUBMITTAL REQUIREMENTS A.Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B.Mark as RESUBMITTAL. C.Re-use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re-submittal. 1.4 CONSTRUCTION PROGRESS SCHEDULES A.Submit initial progress schedule for Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. B.Revise and resubmit as required. C.Submit revised schedule with each Application for Payment, identifying changes since previous version. D.Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E.Indicate product/material manufacturer's lead-time for delivery to site. Include as a separate line for each product/material. F.Indicate estimated percentage of completion for each item of Work at each submission. 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 2 401 Item 6. City of Sanger Porter Park Softball Field Renovations G.Dates reviewed submittals will be required from Architect. Indicate decision dates for selection of finishes. Submit separate schedule of submittal dates for following: 1.Shop drawings. 2.Product data. 3.Samples. 4.Owner furnished products. 5.Products identified under Allowances. H.Determine appropriate lead times to allow for manufacturing and delivery of products/material for incorporation into Work. Indicate product/material manufacturer's lead-time for manufacturing and delivery to site. Include as a separate line for each product/material. Failure to timely submit and process submittals, and ordering of products/materials for delivery to site will not be grounds for approval of substitutions for other products/materials. I.Revisions to Schedules: 1.Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2.Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3.Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SHOP DRAWINGS A.Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B.Printable Image Size: Minimum 8-1/2 by 11 inches and maximum 30 by 42 inches. C.Draw details to a minimum scale of 1/2-inch equal to 1 foot. D.Draw site plans to same scale indicated on Contract Drawings. E.Draw other plans to a minimum scale of 1/8-inch equal to 1 foot. F.Construction Documents (electronic or paper format) issued by Architect cannot be used in any shape, form, or fashion in creation and development of shop drawings, except that electronic files containing floor plans or site plans which have been acquired from Architect may be used as backgrounds for Contractor, subcontractors, sub-subcontractors, and material suppliers in shop drawing process. G.In creation and publication of shop drawings, under no circumstances shall Design Professional's seal or title block of drawing be reproduced. Shop drawings must be original works from Contractor, subcontractors, sub-subcontractors, and material suppliers. 1.6 PRODUCT DATA A.Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B.Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C.Include notation of special coordination requirements for interfacing with adjacent work and building utilities where applicable. D.After review, distribute in accordance with "Submittal Procedures" Article above and provide copies for Record Documents described in Section 01 70 00 "Execution and Closeout Requirements." 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 3 402 Item 6. City of Sanger Porter Park Softball Field Renovations 1.7 SAMPLES A.Submit samples to illustrate functional and aesthetic characteristics of product, with integral parts and attachment devices. Accompany physical sample with color digital image (photo or scanned .PDF) of sample. Coordinate sample submittals for interfacing work. B.Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect's selection. C.Where variations in color, pattern, or texture are inherent in material or product, submit multiple samples to indicate approximate range or variations. D.Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E.Submit number of samples specified in individual Specification Sections; one of which will be retained by Architect. F.Reviewed samples which may remain as part of Work are indicated in individual Specification Sections. G.Samples will not be used for testing purposes unless specifically stated in individual Specification Sections. 1.8 DESIGN DATA A.Submit for Architect'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. 1.9 TEST REPORTS A.Submit for Architect's knowledge as Contract Administrator or for Owner. B.Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.10 CERTIFICATES A.When specified in individual Specification Sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Architect. B.Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C.Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.11 MANUFACTURER'S INSTRUCTIONS A.When specified in individual Specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing. B.Identify conflicts between manufacturers' instructions and Contract Documents. C.Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 4 403 Item 6. City of Sanger Porter Park Softball Field Renovations 1.12 MANUFACTURER'S FIELD REPORTS A.Submit reports for Architect's benefit as Contract Administrator or for Owner. B.Submit report within 30 days of observation to Architect for information. C.Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.13 ERECTION DRAWINGS A.Submit drawings for Architect's benefit 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. C.Data indicating inappropriate or unacceptable Work may be subject to action by Architect or Owner. 1.14 CONSTRUCTION PHOTOGRAPHS A.Each month submit photographs to Architect with Application for Payment. B.Photographs: 1.Format: JPEG file extension; color. 2.Subject: a.Take 10 site photographs from differing directions indicating relative progress of Work, 5 days maximum prior to submitting pay request. C.Identify photographs with date, time, orientation, and Project identification. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 5 404 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 40 00 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Quality control and control of installation. 2.Tolerances. 3.References. 4.Mockup requirements. 5.Testing and Inspection services. 6.Manufacturers' field services. 7.Examination. 8.Preparation. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 33 00 "Submittal Procedures" for submission of manufacturers' instructions and certificates. 4.Section 01 60 00 "Product Requirements" for requirements for material and product quality. 1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION 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.Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D.Comply with specified standards as a minimum quality for Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E.Perform Work by persons qualified to produce workmanship of specified quality. F.Verify field measurements are as indicated on shop drawings or as instructed by manufacturer. G.Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 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' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C.Adjust products to appropriate dimensions; position before securing in place. 03815622 10/22 QUALITY REQUIREMENTS 01 40 00 - 1 405 Item 6. City of Sanger Porter Park Softball Field Renovations 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 on date of Notice to Proceed, except where a specific date is established by Code. C.Obtain copy of standards when required by Specification Section. D.Neither contractual relationship, duties, nor responsibilities of parties in Contract nor those of Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.5 TESTING AND INSPECTION SERVICES A.Owner will appoint, employ, and pay for specified services of an independent firm to perform inspection and testing. B.The independent firm will perform inspections, tests, and other services specified in individual Specification Sections and as required by Architect or Owner. C.Testing, inspections and source quality control may occur on or off Project site. Perform off-site testing as required by Architect or Owner. D.Submit independent testing laboratory firm's reports to Architect. Reports to include observations and results of tests and will indicate compliance or non-compliance with Contract Documents. E.Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, provide safe access to Project site, and provide assistance by incidental labor as requested. 1.Notify Owner, and independent firm 48 hours prior to expected time for operations requiring services. 2.Pay for additional samples and tests required for Contractor's use. F.Employment of independent testing agency or laboratory does not relieve Contractor from performing Work to Contract requirements. G.Re-testing and/or re-inspection required because of non-conformance to specified requirements will be charged to Contractor by deducting re-testing and/or re-inspection charges from Contract Sum/Price. 1.6 MANUFACTURERS' 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, and startup of equipment, as applicable, and to initiate instructions when necessary. B.Submit qualifications of observer to Architect 30 days in advance of required observations. Observer subject to approval of Architect. C.Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D.Refer to Section 01 33 00 "Submittal Procedures," "Manufacturer's Field Reports" Article. 03815622 10/22 QUALITY REQUIREMENTS 01 40 00 - 2 406 Item 6. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A.Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B.Verify 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 utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A.Clean substrate surfaces prior to applying next material or substance. 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. END OF SECTION 03815622 10/22 QUALITY REQUIREMENTS 01 40 00 - 3 407 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 42 00 - REFERENCES PART 1 - GENERAL 1.1 DEFINITIONS A.General: Basic Contract definitions are included in the Conditions of the Contract. B."Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C."Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D."Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E."Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F."Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G."Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H."Provide": Furnish and install, complete and ready for the intended use. I."Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.2 INDUSTRY STANDARDS A.Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B.Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. 1.For standards referenced by applicable building codes, comply with dates of standards as listed in building codes. C.Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1.Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 03815622 10/22 REFERENCES 01 42 00 - 1 408 Item 6. City of Sanger Porter Park Softball Field Renovations 1.3 ABBREVIATIONS AND ACRONYMS A.Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." B.Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Abbreviations and acronyms not included in this list shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1.AASHTO - American Association of State Highway and Transportation Officials; www.transportation.org. 2.ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.org. 3.AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 4.AI - Asphalt Institute; www.asphaltinstitute.org. 5.AIA - American Institute of Architects (The); www.aia.org. 6.AISC - American Institute of Steel Construction; www.aisc.org. 7.AISI - American Iron and Steel Institute; www.steel.org. 8.ANSI - American National Standards Institute; www.ansi.org. 9.ASCE - American Society of Civil Engineers; www.asce.org. 10.ASTM - ASTM International; www.astm.org. 11.AWS - American Welding Society; www.aws.org. 12.CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.org. 13.CRSI - Concrete Reinforcing Steel Institute; www.crsi.org. 14.ECA - Electronic Components Association; (See ECIA). 15.ECAMA - Electronic Components Assemblies & Materials Association; (See ECIA). 16.ECIA - Electronic Components Industry Association; www.ecianow.org. 17.EIA - Electronic Industries Alliance; (See TIA). 18.IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org. 19.IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org. 20.IESNA - Illuminating Engineering Society of North America; (See IES). 21.NRMCA - National Ready Mixed Concrete Association; www.nrmca.org. 22.NSPE - National Society of Professional Engineers; www.nspe.org. C.Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1.ICC - International Code Council; www.iccsafe.org. 2.ICC-ES - ICC Evaluation Service, LLC; www.icc-es.org. 03815622 10/22 REFERENCES 01 42 00 - 2 409 Item 6. City of Sanger Porter Park Softball Field Renovations D.Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1.CPSC - Consumer Product Safety Commission; www.cpsc.gov. 2.EPA - Environmental Protection Agency; www.epa.gov. 3.OSHA - Occupational Safety & Health Administration; www.osha.gov. 4.USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity Laboratory; www.ars.usda.gov. 5.USDA - Department of Agriculture; Rural Utilities Service; www.usda.gov. 6.USDOJ - Department of Justice; Office of Justice Programs; National Institute of Justice; www.ojp.usdoj.gov. 7.USPS - United States Postal Service; www.usps.com. E.Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1.USAB - United States Access Board; www.access-board.gov. F.State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1.TAS; Architectural Barriers Texas Accessibility Standards; www.tdlr.texas.gov/ab/abtas.htm. 2.TFS; Texas A&M Forest Service; Sustainable Forestry and Economic Development; www.txforestservice.tamu.edu. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 REFERENCES 01 42 00 - 3 410 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 50 00 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Temporary Utilities: a.Electricity. b.Lighting. c.Communication services. d.Water. e.Sanitary. 2.Construction Facilities: a.Field offices and sheds. b.Vehicular access. c.Parking. d.Progress cleaning. e.Project identification. f.Traffic regulation. 3.Temporary Controls: a.Barriers. b.Fencing. c.Enclosures. d.Security. e.Water control. f.Dust control. g.Erosion and sediment control. h.Noise control. i.Pest and rodent control. j.Pollution control. k.Protection of Work. 4.Removal of utilities, facilities, and controls. B.Related Requirements: 1.Other Divisions 01 Specification Sections apply to Work of this Section. 2.Section 01 70 00 "Execution and Closeout Requirements" for final cleaning. 1.2 TEMPORARY ELECTRICITY A.Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B.Provide temporary electric feeder from electrical service at location as directed. Power consumption shall not disrupt Owner's need for continuous service. 1.3 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A.Existing building lighting may be utilized during construction. Owner will maintain lighting and pay cost of energy used. Exercise measures to conserve energy. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 411 Item 6. City of Sanger Porter Park Softball Field Renovations 1.4 TEMPORARY COMMUNICATION SERVICES A.As a minimum, provide cellular mobile telephone service for on-site superintendent and home office telephone service. 1.5 TEMPORARY WATER SERVICE A.Connect to existing water source for construction operations. Extend and supplement with temporary devices as needed to maintain specified conditions for construction operations. B.Owner will pay cost of water used. C.Exercise measures to conserve water. D.Provide temporary pipe insulation to prevent freezing. 1.6 TEMPORARY SANITARY FACILITIES A.Provide and maintain required facilities and enclosures. B.Existing facilities shall not be used. C.At end of construction, return facilities to same or better condition than originally found. 1.7 FIELD OFFICES AND SHEDS A.Field Office should not be required for Project. If Contractor believes a field office is required, consult with Owner for available location. B.Storage Areas and Sheds: 1.Size storage to requirements for products of individual Sections, allowing for access and orderly provision for maintenance and for inspection of products to requirements of Section 01 60 00 "Product Requirements." 2.Fire Extinguishers: Appropriate type fire extinguisher at each storage area. 1.8 EMPLOYEE RESIDENTIAL OCCUPANCY A.Not allowed on Owner's property. 1.9 VEHICULAR ACCESS A.Location as approved by Architect B.Provide unimpeded access for emergency vehicles. Maintain 20-foot-wide driveways with turning space between and around combustible materials. C.Provide and maintain access to fire hydrants and control valves free of obstructions. D.Provide means of removing mud from vehicle wheels before entering on site paved areas and public streets. E.Use existing on-site roads for construction traffic. 1.10 PARKING A.Use of designated areas of existing parking facilities by construction personnel is permitted. B.Do not allow heavy or tracked vehicles or construction equipment in parking areas. C.Permanent Pavements and Parking Facilities: 1.Avoid traffic loading beyond paving design capacity. Tracked vehicles not allowed. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 2 412 Item 6. City of Sanger Porter Park Softball Field Renovations D.Maintenance: 1.Maintain traffic and parking areas in sound condition free of excavated material, construction equipment, products, mud, snow, and ice. 2.Maintain existing paved areas used for construction; promptly repair breaks, potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in original, or specified, condition. E.Mud from Site Vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.11 PROGRESS CLEANING A.Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B.Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing space. C.Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D.Remove waste materials, debris, and rubbish from site and dispose off-site at intervals as required to maintain clean site. 1.12 PROJECT IDENTIFICATION A.Project Identification Sign: 1.Size: Provide one 8 ft. wide by 4 ft. high. 2.Materials: 3/4-inch-thick exterior grade plywood and solid wood frame. 3.Background Paint: Exterior quality, 2 coats; sign background of color as selected. 4.Lettering: Exterior paint of quality adequate to withstand weathering, fading, and chipping for duration of construction, contrasting colors as selected with exhibit lettering by professional sign painter. 5.Design: Design indicated in Drawings. 6.Content: a.Project title, as indicated on Contract Documents. b.Owner's name and logo. c.Council members. d.Name of Architect. e.Name of Prime Contractor. 7.Lettering: Series C of Standard Alphabet for Highway Signs, Public Roads Administration, Federal Works Agency. B.Project Informational Signs: 1.If required by other Documents or Sections of Project Manual, provide weather-protected signs for site safety procedures, wage rates, and Storm Water Pollution Prevention Plan. 2.Erect sign on or adjacent to field office, if required. C.Design sign and structure to withstand 90 miles/hr wind velocity. D.Installation: 1.Install Project identification sign within 15 days after date fixed by Notice to Proceed. 2.Erect at location directed by Owner. 3.Erect supports and framing on secure foundation, rigidly braced and framed to resist wind loadings. 4.Install sign surface plumb and level, with butt joints. Anchor securely. 5.Paint exposed surfaces of sign supports and framing. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 413 Item 6. City of Sanger Porter Park Softball Field Renovations E.No other signs are allowed without Owner's permission except those required by law. F.Maintenance: Maintain signs and supports clean, repair deterioration and damage. G.Removal: Remove signs, framing, supports, and foundations at completion of Project and restore area. 1.13 TRAFFIC REGULATION A.Signs, Signals, and Devices: 1.Post Mounted and Wall Mounted Traffic Control and Informational Signs: As approved by authority having jurisdiction. 2.Traffic Control Signals: As approved by local jurisdictions. 3.Traffic Cones and Drums: As approved by authority having jurisdiction. 4.Flares and Lights: As approved by authority having jurisdiction. 5.Flag Person Equipment: As required by authority 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 authority having jurisdiction, establish public thoroughfares to be used for haul routes and site access. 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 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. 1.14 BARRIERS A.Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations and demolition. 1.Allow for Owner's use of site. B.Provide barricades and covered walkways required by authorities having jurisdiction for: 1.Public rights-of-way. 2.Public access to existing building. C.Provide protection for the following items designated to remain. Replace damaged items condition to original condition. 1.Trees. 2.Shrubbery. 3.Lawns. D.Protect site improvements including but not limited to pavements, walkways, and drainage structures from damage. Replace damaged site improvements to original condition. E.Protect non-owned vehicular traffic and stored materials from damage. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 4 414 Item 6. City of Sanger Porter Park Softball Field Renovations 1.15 TEMPORARY FENCING A.Construction: Commercial grade chain link fence. B.Provide 6-foot-high fence around construction site and temporary materials storage area; equip with vehicular gates with locks. 1.16 SECURITY A.Security Program: 1.Protect Work and existing premises from theft, vandalism, and unauthorized entry. 2.Initiate program at Project mobilization. 3.Maintain program throughout construction period until Owner acceptance precludes need for Contractor security. 1.17 WATER CONTROL A.Grade site to drain. B.Maintain excavations free of water. C.Provide, operate, and maintain pumping equipment. D.Protect site from puddling and running water. Provide water barriers as required to protect site from soil erosion. 1.18 DUST CONTROL A.Execute Work by methods to minimize raising dust from construction operations. B.Provide positive means to prevent air-borne dust from dispersing into atmosphere. 1.19 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, and drains, and other devices to prevent water flow that would result in erosion. D.Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E.Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.20 NOISE CONTROL A.Provide methods, means, and facilities to minimize disruption of Owner's operations and activities due to noise produced by construction operations. B.Conduct activities that will produce noise that will or potentially will interfere with Owner's operations and activities at times agreed to by Owner. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 5 415 Item 6. City of Sanger Porter Park Softball Field Renovations 1.21 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. 1.22 PROTECTION OF INSTALLED WORK 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 minimize damage. C.Provide protective coverings at openings in walls, roof, and soffits. D.Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E.Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F.Prohibit traffic from landscaped areas. 1.23 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A.Remove temporary above grade utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B.Remove risers for underground utilities to a minimum depth of 2 feet and cap. C.Remove buried equipment, facilities, and materials completely to a minimum depth of 2 feet and cap. D.Backfill excavations as specified in other sections and grade site as indicated. E.Clean and repair damage caused by installation or use of temporary work. F.Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. G.Remove the following when no longer needed: 1.Enclosures. 2.Temporary fencing. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 6 416 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 TEMPORARY STORMWATER POLLUTION CONTROL 01 57 23 - 1 10/22 SECTION 01 57 23 - TEMPORARY STORMWATER POLLUTION CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Contractor responsibilities. 2. Submittals. 3. Erosion and sediment controls. B. Related Requirements: 1. Local jurisdiction requirements. 2. Division 01 Specification Sections apply to Work of this Section. 1.2 CONTRACTOR RESPONSIBILITIES A. Contractor is solely responsible for meeting all TCEQ and EPA requirements for stormwater pollution prevention: 1. Develop a Stormwater Pollution Prevention Plan (SWPPP) if not provided; 2. File Notice of Intent (NOI) and include Owner as an "Operator"; 3. Install and maintain all erosion control measures and best management practices (BMPs); 4. Perform inspections and prepare reports; and 5. File Notice of Termination (NOT). 1.3 SUBMITTALS A. Submit to Engineer, SWPPP, Submittal Procedures, and all other related documentation conforming to Section 01 33 00 "Submittal Procedures." 1.4 EROSION AND SEDIMENT CONTROLS A. Implement structural measures to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and discharge of pollutants from exposed areas of site. Timely implement structural practices as specified in SWPPP during construction to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress: 1. Provide stabilized access to/from construction site as soon as practical per SWPPP. 2. Ensure any soil tracked off-site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. Check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off-site and perform necessary clean- up measures at the end of each work day. C. Silt Fences/Diversion Berms: Provide as a temporary structural practice to minimize erosion and sediment runoff, as necessary. Properly install silt fences and/or diversion berms to effectively retain sediment immediately after completing each phase of work where erosion would occur as sheet and rill erosion (clearing and grubbing, excavation, embankment, grading, etc.). 417 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 TEMPORARY STORMWATER POLLUTION CONTROL 01 57 23 - 2 10/22 D. Sand/Gravel Bags: Provide as a temporary structural practice to minimize erosion and sediment runoff. Properly place bags to effectively retain sediment immediately after completing each phase of work (clearing and grubbing, excavation, embankment, grading, etc.) in each independent runoff area (after clearing and grubbing between ridge and drain, place bags as Work progresses, remove/replace/relocate bags as needed for Work to progress in drainage area). Replace sand/gravel bags no longer in good condition, as needed. E. Site Stabilization: 1. Minimize surface area of base soil material at one time. 2. Implement necessary stabilization measures including: a. Temporary/permanent seeding/sodding; b. Inlet protection. 3. Implement stabilization measures per SWPPP. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 418 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 60 00 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Products. 2.Product delivery, storage, and handling. 3.Product options. 4.Substitutions. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 40 00 "Quality Requirements" for product quality monitoring. 4.Section 01 42 00 "References." 1.2 PRODUCTS A.Products: Means new material, machinery, components, equipment, fixtures, and systems forming Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of Work. When allowed by Contract Documents, products may include used and/or existing materials or components. B.Hazardous Materials: Products or material containing hazardous materials or substances, including but not limited to asbestos or polychlorinated biphenylshall (PCB), shall not be included in Work. C.Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. D.Provide interchangeable components of same manufacturer, for similar components. E.Materials required to match existing work and not otherwise specified, shall be equal to existing work in quality, color, and finish. Workmanship and installation shall be comparable to adjacent existing work. Architect shall be authority in determination of acceptable work. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A.Delivery: 1.Deliver materials, products, and equipment to site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2.Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3.Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4.Arrange deliveries in accord with construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in construction process. 03815622 10/22 PRODUCT REQUIREMENTS 01 60 00 - 1 419 Item 6. City of Sanger Porter Park Softball Field Renovations B.Storage: 1.Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2.Store sensitive products in weathertight, climate-controlled enclosures. 3.For exterior storage of fabricated products, place on supports, above ground, sloped to drain water. 4.Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of products. 5.Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. 6.Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7.Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8.Materials, products, and equipment may be stored off site in a bonded and insured warehouse approved by Architect and Owner. Pay all costs incurred for off-site storage facilities. Products properly stored in off-site storage facilities may be included in progress pay requests with written approval of Architect. C.Handling: Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A.Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B.Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C.Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with this Section. 1.5 SUBSTITUTIONS A.Architect will consider requests for substitutions within 7 days after date established in Notice to Proceed. B.Substitutions (after bidding period) 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. D.A request constitutes a representation that Bidder: 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 which may be required for Work to be complete with no additional cost to Owner. 4.Waives claims for additional costs or time extension which may subsequently become apparent. 5.Will reimburse Owner and Architect for review or edesign services associated with re-approval by authorities. 03815622 10/22 PRODUCT REQUIREMENTS 01 60 00 - 2 420 Item 6. City of Sanger Porter Park Softball Field Renovations 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 request for Substitution for consideration. Limit each request to one proposed Substitution. 2.Requests shall include name of material or equipment to be substituted and a description of proposed substitution including Drawings, performance and test data, and other information necessary for an evaluation. 3.Submit item-by-item (line-by-line) comparison of each item listed in Specification compiled and submitted comparing specified material/product with proposed substitution and specifically noting all differences between the compared products and/or systems. 4.Submit statement setting forth changes in other material, equipment or other portions of Work including changes in work of other contracts that incorporation of proposed substitution would require shall be included. 5.Submit shop drawings, product data, and certified test results for proposed product equivalence. 6.Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 PRODUCT REQUIREMENTS 01 60 00 - 3 421 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 01 70 00 - EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Closeout procedures. 2.Final cleaning. 3.Starting of systems. 4.Demonstration and instructions. 5.Testing, adjusting, and balancing. 6.Protecting installed construction. 7.Project record documents. 8.Operation and maintenance data. 9.Manual for materials and finishes. 10.Manual for equipment and systems. 11.Spare parts and maintenance products. 12.Product warranties and product bonds. 13.Maintenance service. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 1.2 CLOSEOUT PROCEDURES A.Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's review. B.Provide submittals to Architect required by authority having jurisdiction. C.Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D.Closeout documents will be submitted electronically in OCR (Optical Character Recognition)/PDF format. E.At Owner's request, Contractor shall provide a hard copy of Closeout Documents in three-ring binders. 1.3 FINAL CLEANING A.Execute final cleaning prior to final Project assessment. B.Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. C.Clean debris from roofs, gutters, downspouts, and drainage systems. D.Clean site; sweep paved areas, rake clean landscaped surfaces. E.Remove waste and surplus materials, rubbish, and construction facilities from site. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 1 422 Item 6. City of Sanger Porter Park Softball Field Renovations 1.4 STARTING OF SYSTEMS A.Coordinate schedule for startup of various equipment and systems. B.Notify Owner 7 days prior to startup of each item. C.Verify 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 tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E.Verify wiring and support components for equipment are complete and tested. F.Execute startup under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions. G.When specified in individual Specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to startup, and to supervise placing equipment or system in operation. H.Submit a written report in accordance with 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 2 weeks prior to date of Substantial Completion. B.For equipment or systems requiring seasonal operation, perform demonstration for other season within 6 months. C.Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain aspects of operation and maintenance. D.Demonstrate startup, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. E.Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. F.Required instruction time for each item of equipment and system is specified in individual Sections. 1.6 TESTING, ADJUSTING, AND BALANCING A.Owner will appoint, employ, and pay for services of independent firm to perform testing, adjusting, and balancing. B.Reports will be submitted by independent firm to Architect indicating observations and results of tests and indicating compliance or non-compliance with requirements of Contract Documents. 1.7 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.Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. D.Prohibit traffic from landscaped areas. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 2 423 Item 6. City of Sanger Porter Park Softball Field Renovations 1.8 PROJECT RECORD DOCUMENTS A.Maintain on site one set of record documents; record actual revisions to Work: 1.Drawings. 2.Specifications. 3.Addenda. 4.Change Orders and other modifications to 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 products installed, including following: 1.Manufacturer's name and product model and number. 2.Product substitutions or alternates utilized. 3.Changes made by Addenda, Change Orders, RFI responses, and other modifications. For Addenda, Change Orders, and RFI responses, cut out and tape to pages in appropriate location, referencing source of change. F.Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1.Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2.Field changes of dimension and detail. 3.Details not on original Contract Drawings. 4.Changes made by Addenda, Change Order, RFI responses, and other modifications. For Addenda, Change Orders, and RFI responses, cut out and tape to pages in appropriate location, referencing source of change. 5.Submit in OCR (Optical Character Recognition)/PDF format. 6.Internally subdivide contents with page dividers, organized into CSI format shown in Project Manual. 7.Prepare a table of contents, listing each of Division headings and listing each material/product under each heading by manufacturer and material/product name. 8.Submit complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. 9.Submit information with Application for Final Payment and include MSDS for materials/products delivered or installed in Project. G.Submit documents to Architect with claim for final Application for Payment. 1.9 OPERATION AND MAINTENANCE DATA A.Submit data electronically in 8-1/2- by 11-inch text pages, OCR (Optical Character Recognition)/PDF format. B.Submit documents with Application for Final Payment. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 3 424 Item 6. City of Sanger Porter Park Softball Field Renovations 1.10 MANUAL FOR MATERIALS AND FINISHES A.Submit in OCR (Optical Character Recognition)/PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return electronic file with comments. B.For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within 10 days after acceptance. C.Submit one electronic copy of completed volumes 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of electronic document set as required prior to final submission. D.Submit electronic documents of revised final volumes in final form within 10 days after final inspection. E.Building Products, Applied Materials, and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. 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 fly sheet. 1.11 MANUAL FOR EQUIPMENT AND SYSTEMS A.Submit in OCR (Optical Character Recognition)/PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return with comments. B.For equipment, or component parts of equipment put into service during construction and operated by Owner, submit electronic documents within 10 days after acceptance. C.Submit electronic copy of completed volume(s) 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of electronic document set as required prior to final submission. D.Submit electronic documents in OCR (Optical Character Recognition)/PDF format of revised final volumes in final form within 10 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; by label machine. 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. K.Include manufacturer's printed operation and maintenance instructions. L.Include sequence of operation by controls manufacturer. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 4 425 Item 6. City of Sanger Porter Park Softball Field Renovations 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 dividers. 1.12 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. 1.13 PRODUCT WARRANTIES AND PRODUCT BONDS A.Obtain warranties and bonds executed by responsible subcontractors, suppliers, and manufacturers, within 10 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. F.Submit one complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format for review. G.Submit prior to Application for Final Payment. H.Time of Submittals: 1.For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2.Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3.For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing date of acceptance as beginning of warranty or bond period. 1.14 MAINTENANCE SERVICE A.Furnish service and maintenance of components indicated in Specification Sections during warranty period. 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. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 5 426 Item 6. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 6 427 Item 6. EXHIBIT A TECHNICAL SPECIFICATIONS 428 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Demolition and removal of selected site elements. 2.Salvage of existing items to be reused or recycled. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 01 73 00 "Execution" for cutting and patching procedures. 3.Section 31 10 00 "Site Clearing" for site clearing and removal of above- and below-grade improvements. 1.2 DEFINITIONS A.Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B.Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. C.Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 MATERIALS OWNERSHIP A.Unless otherwise indicated, demolition waste becomes property of Contractor. B.Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1.Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.4 PREINSTALLATION MEETINGS A.Predemolition Conference: Conduct conference at Project site. 1.Inspect and discuss condition of construction to be selectively demolished. 2.Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 3.Review areas where existing construction is to remain and requires protection. 1.5 INFORMATIONAL SUBMITTALS A.Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start of demolition. B.Predemolition Photographs or Video: Submit before Work begins. 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 1 429 Item 6. City of Sanger Porter Park Softball Field Renovations 1.6 CLOSEOUT SUBMITTALS A.Inventory: Submit a list of items that have been removed and salvaged. 1.7 FIELD CONDITIONS A.Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 1.Before selective demolition, Owner will remove the following items: a.<Insert items to be removed by Owner>. B.Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. C.Storage or sale of removed items or materials on-site is not permitted. D.Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.Maintain fire-protection facilities in service during selective demolition operations. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A.Verify that utilities have been disconnected and capped before starting selective demolition operations. B.Review record documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in record documents. C.Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. D.When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A.Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 1.Comply with requirements for existing services/systems interruptions specified in Section 01 10 00 "Summary." 3.3 PREPARATION A.Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1.Comply with requirements for access and protection specified in Section 01 50 00 "Temporary Facilities and Controls." 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 2 430 Item 6. City of Sanger Porter Park Softball Field Renovations 3.4 SELECTIVE DEMOLITION, GENERAL A.General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1.Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2.Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3.Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4.Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 5.Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 6.Dispose of demolished items and materials promptly. B.Removed and Reinstalled Items: 1.Clean and repair items to functional condition adequate for intended reuse. 2.Pack or crate items after cleaning and repairing. Identify contents of containers. 3.Protect items from damage during transport and storage. 4.Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C.Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned, and reinstalled in their original locations after selective demolition operations are complete. 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A.Concrete: Demolish in sections. Cut concrete full depth at existing joints with construction to remain and at regular intervals using power-driven saw, then remove concrete between saw cuts. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A.General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1.Do not allow demolished materials to accumulate on-site. 2.Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B.Disposal: Transport demolished materials off Owner's property and legally dispose of them. 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 3 431 Item 6. City of Sanger Porter Park Softball Field Renovations 3.7 CLEANING A.Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 4 432 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 31 10 00 - SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Protecting existing vegetation to remain. 2.Clearing and grubbing. 3.Removing above- and below-grade site improvements. 4.Temporary erosion and sedimentation control. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 01 50 00 "Temporary Facilities and Controls" for temporary erosion- and sedimentation-control measures. 1.2 DEFINITIONS A.Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. B.Surface Soil: Soil that is present at the top layer of the existing soil profile. In undisturbed areas, surface soil is typically called "topsoil," but in disturbed areas such as urban environments, the surface soil can be subsoil. C.Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. D.Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and indicated on Drawings. E.Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.3 PREINSTALLATION MEETINGS A.Preinstallation Conference: Conduct conference at Project site. 1.4 MATERIAL OWNERSHIP A.Except for materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 INFORMATIONAL SUBMITTALS A.Existing Conditions: Documentation of existing trees and plantings, adjoining construction, and site improvements that establishes preconstruction conditions that might be misconstrued as damage caused by site clearing. 1.Use sufficiently detailed photographs or video recordings. 03815622 10/22 SITE CLEARING 31 10 00 - 1 433 Item 6. City of Sanger Porter Park Softball Field Renovations 1.6 FIELD CONDITIONS A.Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1.Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2.Provide alternate routes around closed or obstructed trafficways if required by Owner or authorities having jurisdiction. B.Salvageable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises. C.Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D.Do not commence site clearing operations until temporary erosion- and sedimentation-control and plant-protection measures are in place. PART 2 - PRODUCTS 2.1 MATERIALS A.Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Section 31 20 00 "Earth Moving." 1.Obtain approved borrow soil material off-site when satisfactory soil material is not available on-site. B.Antirust Coating: Fast-curing, lead- and chromate-free, self-curing, universal modified-alkyd primer complying with MPI #23 (surface-tolerant, anticorrosive metal primer)or SSPC-Paint 20 or SSPC-Paint 29 zinc-rich coating. PART 3 - EXECUTION 3.1 PREPARATION A.Protect and maintain benchmarks and survey control points from disturbance during construction. B.Verify that trees, shrubs, and other vegetation to remain or to be relocated have been flagged and that protection zones have been identified and enclosed according to requirements in Drawings. C.Protect existing site improvements to remain from damage during construction. 1.Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A.Provide temporary erosion- and sedimentation-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion- and sedimentation-control Drawings and requirements of authorities having jurisdiction. B.Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. 03815622 10/22 SITE CLEARING 31 10 00 - 2 434 Item 6. City of Sanger Porter Park Softball Field Renovations C.Inspect, maintain, and repair erosion- and sedimentation-control measures during construction until permanent vegetation has been established. D.Remove erosion and sedimentation controls, and restore and stabilize areas disturbed during removal. 3.3 TREE AND PLANT PROTECTION A.Protect trees and plants remaining on-site according to requirements in Drawings. B.Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations. 3.4 EXISTING UTILITIES A.Locate, identify, disconnect, and seal or cap utilities indicated to be removed. 1.Arrange with utility companies to shut off indicated utilities. B.Locate, identify, and disconnect utilities indicated to be abandoned in place. C.Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others, unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1.Notify Owner not less than two days in advance of proposed utility interruptions. 2.Do not proceed with utility interruptions without Owner's written permission. D.Excavate for and remove underground utilities indicated to be removed. 3.5 CLEARING AND GRUBBING A.Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1.Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. B.Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1.Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground. 3.6 SITE IMPROVEMENTS A.Remove existing above- and below-grade improvements as indicated and necessary to facilitate new construction. B.Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1.Unless existing full-depth joints coincide with line of demolition, neatly saw-cut along line of existing pavement to remain before removing adjacent existing pavement. Saw-cut faces vertically. 2.Paint cut ends of steel reinforcement in concrete to remain with two coats of antirust coating, following coating manufacturer's written instructions. Keep paint off surfaces that will remain exposed. 03815622 10/22 SITE CLEARING 31 10 00 - 3 435 Item 6. City of Sanger Porter Park Softball Field Renovations 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A.Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. END OF SECTION 03815622 10/22 SITE CLEARING 31 10 00 - 4 436 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 31 20 00 - EARTH MOVING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Excavating and filling for rough grading the Site. 2.Preparing subgrades for walks turf and grasses. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 31 10 00 "Site Clearing" for site stripping, grubbing, stripping topsoil, and removal of above- and below-grade improvements and utilities. 1.2 DEFINITIONS A.Backfill: Soil material or controlled low-strength material used to fill an excavation. 1.Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2.Final Backfill: Backfill placed over initial backfill to fill a trench. B.Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. C.Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1.Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2.Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. D.Fill: Soil materials used to raise existing grades. E.Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock-excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1.Equipment for Footing, Trench, and Pit Excavation: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch- maximum-width, short-tip-radius rock bucket; rated at not less than 138-hp flywheel power with bucket-curling force of not less than 28,700 lbf and stick-crowd force of not less than 18,400 lbf with extra-long reach boom. F.Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. or more in volume that exceed a standard penetration resistance of 100 blows/2 inches when tested by a geotechnical testing agency, according to ASTM D1586. G.Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. H.Utilities: On-site underground pipes, conduits, ducts, and cables as well as underground services within buildings. 03815622 10/22 EARTH MOVING 31 20 00 - 1 437 Item 6. City of Sanger Porter Park Softball Field Renovations 1.3 FIELD CONDITIONS A.Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earth-moving operations. 1.Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2.Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B.Utility Locator Service: Notify utility locator service for area where Project is located before beginning earth-moving operations. C.Do not commence earth-moving operations until temporary site fencing and erosion- and sedimentation-control measures specified in Section 01 50 00 "Temporary Facilities and Controls" and Section 01 57 23 Temporary Stormwater Pollution Control are in place. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A.General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B.Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to ASTM D2487, or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C.Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D2487, or a combination of these groups. 1.Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. PART 3 - EXECUTION 3.1 PREPARATION A.Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth-moving operations. B.Protect and maintain erosion and sedimentation controls during earth-moving operations. C.Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials. 3.2 DEWATERING A.Provide dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades. B.Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. 03815622 10/22 EARTH MOVING 31 20 00 - 2 438 Item 6. City of Sanger Porter Park Softball Field Renovations C.Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1.Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. D.Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water and sediment in a manner that avoids inconvenience to others. 3.3 EXPLOSIVES A.Explosives: Do not use explosives. B.Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1.Perform blasting without damaging adjacent structures, property, or site improvements. 2.Perform blasting without weakening the bearing capacity of rock subgrade and with the least-practicable disturbance to rock to remain. 3.4 EXCAVATION, GENERAL A.Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1.If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 2.Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a.12 inches outside of concrete forms at footings. b.6 inches outside of minimum required dimensions of concrete cast against grade. c.6 inches beneath pipe in trenches and the greater of 24 inches wider than pipe or 42 inches wide. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A.Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.6 EXCAVATION FOR UTILITY TRENCHES A.Excavate trenches to indicated gradients, lines, depths, and elevations. 1.Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B.Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit unless otherwise indicated. 1.Clearance: 12 inches each side of pipe or conduit. 03815622 10/22 EARTH MOVING 31 20 00 - 3 439 Item 6. City of Sanger Porter Park Softball Field Renovations C.Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1.For pipes and conduit less than 6 inches in nominal diameter, hand-excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2.For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe or conduit circumference. Fill depressions with tamped sand backfill. 3.For flat-bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support conduit on an undisturbed subgrade. 4.Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. D.Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe and conduit elevations to allow for bedding course. Hand-excavate deeper for bells of pipe. 1.Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. E.Trenches in Tree- and Plant-Protection Zones: 1.Hand-excavate to indicated lines, cross sections, elevations, and subgrades. Use narrow-tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots. 2.Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. 3.7 SUBGRADE INSPECTION A.Notify Architect when excavations have reached required subgrade. B.If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C.Compact subgrade below pavements with a Hand Operated Compactor to identify soft pockets and areas of excess yielding. Do not Compact wet or saturated subgrades. 1.Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. D.Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.8 STORAGE OF SOIL MATERIALS A.Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1.Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 BACKFILL A.Place and compact backfill in excavations promptly, but not before completing the following: 1.Testing and inspecting underground utilities. 2.Removing concrete formwork. 3.Removing trash and debris. B.Place backfill on subgrades free of mud, frost, snow, or ice. 03815622 10/22 EARTH MOVING 31 20 00 - 4 440 Item 6. City of Sanger Porter Park Softball Field Renovations 3.10 UTILITY TRENCH BACKFILL A.Place backfill on subgrades free of mud, frost, snow, or ice. B.Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C.Trenches under Footings: Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. D.Backfill voids with satisfactory soil while removing shoring and bracing. E.Initial Backfill: 1.Soil Backfill: Place and compact initial backfill of satisfactory soil, free of particles larger than 1 inch in any dimension, to a height of 12 inches over the pipe or conduit. a.Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F.Final Backfill: 1.Soil Backfill: Place and compact final backfill of satisfactory soil to final subgrade elevation. 3.11 SOIL FILL A.Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B.Place and compact fill material in layers to required elevations as follows: 1.Under grass and planted areas, use satisfactory soil material. 2.Under walks and pavements, use satisfactory soil material. C.Place soil fill on subgrades free of mud, frost, snow, or ice. 3.12 SOIL MOISTURE CONTROL A.Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1.Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2.Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COMPACTION OF SOIL BACKFILLS AND FILLS A.Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B.Place backfill and fill soil materials evenly on all sides of structures to required elevations and uniformly along the full length of each structure. 03815622 10/22 EARTH MOVING 31 20 00 - 5 441 Item 6. City of Sanger Porter Park Softball Field Renovations C.Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D698: 1.Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 92 percent. 2.For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.14 GRADING A.General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1.Provide a smooth transition between adjacent existing grades and new grades. 2.Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B.Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to elevations required to achieve indicated finish elevations, within the following subgrade tolerances: 1.Turf or Unpaved Areas: Plus or minus1/2-inch. 2.Walks: Plus or minus 1/4-inch. 3.15 FIELD QUALITY CONTROL A.Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections: 1.Determine prior to placement of fill that site has been prepared in compliance with requirements. 2.Determine that fill material classification and maximum lift thickness comply with requirements. 3.Determine, during placement and compaction, that in-place density of compacted fill complies with requirements. B.Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to perform tests and inspections. C.Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements. D.Testing agency will test compaction of soils in place according to ASTM D1556, ASTM D2167, ASTM D2937, and ASTM D6938, as applicable. Tests will be performed at the following locations and frequencies: 1.Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2,000 sq. ft. or less of paved area or building slab but in no case fewer than three tests. E.When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained. 03815622 10/22 EARTH MOVING 31 20 00 - 6 442 Item 6. City of Sanger Porter Park Softball Field Renovations 3.16 PROTECTION A.Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B.Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1.Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C.Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1.Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.17 DISPOSAL OF SURPLUS AND WASTE MATERIALS A.Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. B.Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Architect. 1.Remove waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 03815622 10/22 EARTH MOVING 31 20 00 - 7 443 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 1 10/22 SECTION 31 22 16.10 - FINE GRADING FOR ATHLETIC FIELD PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work in this Section includes furnishing all labor, materials, equipment, and services required to construct, shape, ballfield topsoil (final 6 inches of fill) to the required lines, fine grades, and cross sections as specified herein and on the Plans. 2. Infield Surfacing Material. 3. Contractor will enact erosion control measures as provided for in the Plans. 4. Contractor will replace topsoil that may be lost to erosion or construction processes. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 TEST REPORTS A. Owner will bear the cost of all testing requirements and will submit test reports from a commercial testing laboratory as specified herein and in the Conditions of the Contract. 1.3 GENERAL IMPORTANCE A. Properly placed and finished topsoil and infield material in the ballfield is essential to the success of this Project. Much of the ballfield areas to be planted in turfgrass have minimal surface gradients which must be properly finished to ensure positive surface drainage. Contractor will be required to prove the competence and experience of his workers and subcontractors with respect to their abilities to execute the fine grading required on this Project. PART 2 - PRODUCTS 2.1 TOPSOIL A. Planting-Soil for Turf: Imported, naturally formed soil from off-site sources and consisting of sandy loam soil according to USDA textures; and modified to produce viable planting soil. 1. Sources: Take imported, unamended soil from sources that are naturally well-drained sites where topsoil occurs at least 4 inches deep, not from agricultural land, bogs, or marshes; and that do not contain undesirable organisms; disease-causing plant pathogens; or obnoxious weeds and invasive plants including, but not limited to, quack grass, Johnsongrass, poison ivy, nutsedge, nimble will, Canada thistle, bindweed, bent grass, wild garlic, ground ivy, perennial sorrel, and bromegrass. 2. Additional Properties of Imported Soil before Amending: Soil reaction of pH 6 to 7 and minimum of 6 percent organic-matter content, friable, and with sufficient structure to give good tilth and aeration. 444 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 2 10/22 3. Unacceptable Properties: Clean soil of the following: a. Unacceptable Materials: Concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. b. Unsuitable Materials: Stones, roots, plants, sod, clay lumps, and pockets of coarse sand that exceed a combined maximum of 8 percent by dry weight of the imported soil. 2.2 "BLUE TOP" STAKES A. Wooden stakes shall be used to mark final fine grades. Stakes shall be capable of being driven fully into the ground without splitting and without pulverization of their tops. Nominal dimensions of stakes shall be not less than 2-inch x 2-inch x 8-inch long with all four sides beveled into a sharpened bottom point at one end and with a flat top at the other end. After being driven to the proper elevation, each stake top shall be securely fitted with a brightly colored attachment of fibrous plastic strands suitable for promoting visual identification of the driven stake. 2.3 INFIELD SURFACING MATERIAL A. Infield surfacing shall be a mixture of the following materials: 1. Red clay mined from virgin clay pits or banks, screened to a maximum diameter of 1/4-inch. 2. "Masonry" sand with a particle size as graded within the following limits: Size Percent Passing No. 4 100% No. 8 95% to 100% No. 16 70% to 100% No. 30 40% to 75% No. 50 10% to 35% No. 100 2% to 15% No. 200 0% 3. Infield Conditioner: Turface Athletics – MVP, Red Dog – Red Diamond, or approved equal. 4. "Stabilizer": A non-toxic organic soil binder additive. 5. All soil types must be free of foreign soil, debris, gravel, rock, organic matter, and other objectionable foreign material. 6. Infield surfacing mixtures shall be 70 percent clay and 30 percent sand by volume. B. Sample: 1. Provide a 1-gallon sample of the proposed premixed infield surfacing material submitted for Owner's approval, prior to installation. 445 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 3 10/22 2.4 COMPOST A. Compost: Well-composted, stable, and weed-free organic matter produced by composting feedstock, and bearing USCC's "Seal of Testing Assurance," and as follows: 1. Feedstock: Limited to leaves. 2. Reaction: pH of 5.5 to 8. 3. Soluble-Salt Concentration: Less than 4 dS/m. 4. Moisture Content: 35-55 percent by weight. 5. Organic Matter Content: 30 to 40 percent of dry weight. 6. Particle Size: Minimum of 98 percent passing through a 2-inch sieve. 2.5 SOIL AMENDMENTS A. See Section 32 92 00 "Turf and Grasses." PART 3 - EXECUTION 3.1 GENERAL A. All subgrade preparation shall be accomplished prior to placing topsoil. Placement and fine grading of the ballfield topsoil shall be performed as specified herein, and the completed Work shall conform to the required lines, grades, and cross sections of the Plans. Where topsoil has been lost to erosion or construction operations, it shall be replaced. 3.2 TOPSOIL PLACEMENT AND FINE GRADING A. Topsoil placement will not begin until all underground installations are complete, in place, tested to be working properly, and properly backfilled. Topsoil placement will not be attempted until construction which involves heavy vehicles is complete. Such vehicles cause rutting and over compaction. B. Onsite topsoil shall first be placed at a depth of 6 inches and shall be graded to within 0.10-foot of finished grade. C. Compost shall be spread evenly over the topsoil, then incorporated into the topsoil using a pulvimixer, until they are pulverized creating a homogenous layer of topsoil ready for planting. Apply compost as recommended by soil testing. D. The ballfield area should then be tilled to a depth of 6 inches to incorporate the soil amendments and fertilizer into the topsoil. E. After tilling, athletic field topsoil shall be compacted to a minimum of 92 percent of Standard Density ASTM D 698 at plus or minus 2 percent of optimum moisture and fine graded to within 0.05-foot of finished grade. F. Fine grading shall be executed over all athletic field playing areas by the use of laser guided earthwork equipment. G. If topsoil is lost to erosion or construction operations it shall be replaced. If not recoverable on the site, topsoil shall be provided from an off-site source as "imported topsoil." H. After fine grading is accomplished, it shall be Contractor's responsibility to protect all fine graded areas from vehicular traffic or other disruptive activities. Damages to the fine graded surfaces will be restored to a satisfactory condition as prescribed herein until the job is finished and accepted. 446 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 4 10/22 I. It is anticipated that some areas of topsoil may become overcompacted and resistant to proper grading. Such areas will be loosened and pulverized with discing machinery and will then be recompacted to normal density before fine grading. The use of a watering truck to moisten dried and hardened areas may be necessary. 3.3 INFIELD SURFACING A. Fine Grading: Remove top 1-inch of existing skinned infield and fine grade remaining infield material within 1-inch of final grades indicated on Plans. The surface of the surfacing material for the infield after fine grading shall be true to line, grade and cross section. When tested with an 8-foot straight edge it shall have no deviation from the face of the straight edge in excess of 1/4-inch at any point. Any point of the surface not meeting these requirements shall be corrected. B. Moisten the fine-graded skinned infield. C. New Infield Conditioner Placement: Infield conditioner shall be spread over the existing infield material in a 1-inch layer and "Stabilizer" shall be applied at a rate of 1 pound per 30 square feet. Infield conditioner and "Stabilizer" shall be tilled into the infield surfacing to a depth of 3 inches. D. Watering: Water shall be applied over the entire area and allowed to penetrate to a depth of 4 inches or until water is visibly standing on the surfacing material. This is necessary to activate the "Stabilizer." After surface water has disappeared the surfacing shall be compacted. E. Compaction: Infield surfacing shall be compacted between 90 percent and 95 percent of Standard AASHTO Density by rolling with a small 1-ton roller. The finished product shall be 8 inches of compacted surfacing, finely graded to the finished contours indicated on the Plans. 3.4 RECORD DRAWING A. Upon completion of grading operations and prior to turfgrass planting, Contractor must verify the accuracy of the ballfield grading by having a registered public surveyor shoot grades on a 50-foot grid over the entire ballfield. The grades will then be transferred to a reproducible Drawing of the grading plan and delivered to Architect for approval. No grass planting can begin until the Record Drawing is approved by Architect. 3.5 TESTING A. Spot field tests of soil densities shall be required of Contractor by Owner's Representative at Owner’s expense at the place and time of Owner's choosing. Any area not meeting density control requirements shall be immediately excavated, reconstructed, and retested, at the expense of Contractor, until satisfactory results are obtained. Up to a total of twenty-five initial tests may be required. END OF SECTION 447 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 32 13 13 - CONCRETE PAVING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes Concrete Paving Including the Following: 1.Curbs and gutters. 2.Walks. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 32 13 73 "Concrete Paving Joint Sealants" for joint sealants in expansion and contraction joints within concrete paving and in joints between concrete paving and asphalt paving or adjacent construction. 1.2 DEFINITIONS A.Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash, slag cement, and other pozzolans. B.W/C Ratio: The ratio by weight of water to cementitious materials. 1.3 PREINSTALLATION MEETINGS A.Preinstallation Conference: Conduct conference at Project site. 1.Review methods and procedures related to concrete paving, including but not limited to, the following: a.Concrete mixture design. b.Quality control of concrete materials and concrete paving construction practices. 2.Require representatives of each entity directly concerned with concrete paving to attend, including the following: a.Contractor's superintendent. b.Ready-mix concrete manufacturer. c.Concrete paving subcontractor. 1.4 ACTION SUBMITTALS A.Product Data: For each type of product. B.Design Mixtures: For each concrete paving mixture. Include alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 03815622 10/22 CONCRETE PAVING 32 13 13 - 1 448 Item 6. City of Sanger Porter Park Softball Field Renovations 1.5 INFORMATIONAL SUBMITTALS A.Qualification Data: For qualified ready-mix concrete manufacturer. B.Material Certificates: For the following, from manufacturer: 1.Cementitious materials. 2.Steel reinforcement and reinforcement accessories. 3.Admixtures. 4.Bonding agent or epoxy adhesive. 5.Joint fillers. C.Material Test Reports: For each of the following: 1.Aggregates: 1.6 PRECONSTRUCTION TESTING A.Preconstruction Testing Service: Engage a qualified independent testing agency to perform preconstruction testing on concrete paving mixtures. 1.7 FIELD CONDITIONS A.Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. B.Cold-Weather Concrete Placement: Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures. Comply with ACI 306.1 and the following: 1.When air temperature has fallen to or is expected to fall below 40 degrees F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 degrees F and not more than 80 degrees F at point of placement. 2.Do not use frozen materials or materials containing ice or snow. 3.Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in design mixtures. C.Hot-Weather Concrete Placement: Comply with ACI 301 and as follows when hot-weather conditions exist: 1.Cool ingredients before mixing to maintain concrete temperature below 90 degrees F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated in total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2.Cover steel reinforcement with water-soaked burlap, so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3.Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. PART 2 - PRODUCTS 2.1 CONCRETE, GENERAL A.ACI Publications: Comply with ACI 301 unless otherwise indicated. 03815622 10/22 CONCRETE PAVING 32 13 13 - 2 449 Item 6. City of Sanger Porter Park Softball Field Renovations 2.2 FORMS A.Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, and smooth exposed surfaces. 1.Use flexible or uniformly curved forms for curves with a radius of 100 feet or less. Do not use notched and bent forms. B.Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and that will not impair subsequent treatments of concrete surfaces. 2.3 STEEL REINFORCEMENT A.Reinforcing Bars: ASTM A 615, Grade 60; deformed. B.Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded-wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete specified, and as follows: 1.Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2.For epoxy-coated reinforcement, use epoxy-coated or other dielectric-polymer-coated wire bar supports. 2.4 CONCRETE MATERIALS A.Cementitious Materials: Use the following cementitious materials, of same type, brand, and source throughout Project: 1.Portland Cement: ASTM C 150, gray portland cement Type I/II. B.Normal-Weight Aggregates: ASTM C 33, Class 4M, uniformly graded. Provide aggregates from a single source with documented service-record data of at least 10 years' satisfactory service in similar paving applications and service conditions using similar aggregates and cementitious materials. 1.Maximum Coarse-Aggregate Size: 1-1/2 inches nominal. 2.Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C.Air-Entraining Admixture: ASTM C 260. D.Chemical Admixtures: Admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. 1.Water-Reducing Admixture: ASTM C 494, Type A. 2.Retarding Admixture: ASTM C 494, Type B. 3.Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 4.High-Range, Water-Reducing Admixture: ASTM C 494, Type F. 5.High-Range, Water-Reducing and Retarding Admixture: ASTM C 494, Type G. 6.Plasticizing and Retarding Admixture: ASTM C 1017, Type II. E.Water: Potable and complying with ASTM C 94. 03815622 10/22 CONCRETE PAVING 32 13 13 - 3 450 Item 6. City of Sanger Porter Park Softball Field Renovations 2.5 CURING MATERIALS A.Absorptive Cover: AASHTO M 182, Class 3, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. dry or cotton mats. B.Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. C.Water: Potable. D.Evaporation Retarder: Waterborne, monomolecular, film forming, manufactured for application to fresh concrete. 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.BASF Corporation-Construction Systems; MasterKure ER 50 (Pre-2014: Confilm. b.Sika Corporation; SikaFilm. c.W.R. Meadows, Inc; EVAPRE. E.Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.ChemMasters, Inc; Safe-Cure Clear DR. b.Dayton Superior; Clear Resin Cure J11W. c.W.R. Meadows, Inc; 1100-CLEAR SERIES. F.White, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 2, Class B, dissipating. 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.ChemMasters, Inc; Safe-Cure 2000. b.Dayton Superior; White Resin Cure J10W. c.W.R. Meadows, Inc; 1100-WHITE SERIES. 2.6 RELATED MATERIALS A.Joint Fillers: ASTM D 1751, asphalt-saturated cellulosic fiber in preformed strips. B.Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. C.Epoxy-Bonding Adhesive: ASTM C 881, 2-component epoxy resin capable of humid curing and bonding to damp surfaces; of class suitable for application temperature, of grade complying with requirements, and of the following types: 1.Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 2.7 CONCRETE MIXTURES A.Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight concrete, and as determined by either laboratory trial mixtures or field experience. 1.Use a qualified independent testing agency for preparing and reporting proposed concrete design mixtures for the trial batch method. 2.When automatic machine placement is used, determine design mixtures and obtain laboratory test results that comply with or exceed requirements. 03815622 10/22 CONCRETE PAVING 32 13 13 - 4 451 Item 6. City of Sanger Porter Park Softball Field Renovations B.Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement having an air content as follows: 1.Air Content: 4-1/2 percent plus or minus 1-1/2 percent for 1-1/2-inch nominal maximum aggregate size. 2.Air Content: 4-1/2 percent plus or minus 1-1/2 percent for 1-inch nominal maximum aggregate size. 3.Air Content: 5 percent plus or minus 1-1/2 percent for 3/4-inch nominal maximum aggregate size. C.Limit water-soluble, chloride-ion content in hardened concrete to 0.30 percent by weight of cement. D.Chemical Admixtures: Use admixtures according to manufacturer's written instructions. E.Concrete Mixtures: Normal-weight concrete. 1.Compressive Strength (28 Days): 4,000 psi . 2.Maximum W/C Ratio at Point of Placement: 0.45. 3.Slump Limit: 5 inches, plus or minus 1 inch. 2.8 CONCRETE MIXING A.Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94. Furnish batch certificates for each batch discharged and used in the Work. 1.When air temperature is between 85 and 90 degrees F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 EXAMINATION A.Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional, grading, and elevation tolerances. B.Compact subbase surface below concrete paving to identify soft pockets and areas of excess yielding. 1.Correct subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2-inch according to requirements in Section 31 20 00 "Earth Moving." C.Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A.Remove loose material from compacted subbase surface immediately before placing concrete. 3.3 EDGE FORMS AND SCREED CONSTRUCTION A.Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B.Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 03815622 10/22 CONCRETE PAVING 32 13 13 - 5 452 Item 6. City of Sanger Porter Park Softball Field Renovations 3.4 STEEL REINFORCEMENT INSTALLATION A.General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B.Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C.Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. 3.5 JOINTS A.General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. 1.When joining existing paving, place transverse joints to align with previously placed joints unless otherwise indicated. B.Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. 1.Continue steel reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of paving strips unless otherwise indicated. 2.Butt Joints: Use epoxy-bonding adhesive at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C.Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, other fixed objects, and where indicated. 1.Locate expansion joints at intervals of 50 feet unless otherwise indicated. 2.Extend joint fillers full width and depth of joint. 3.Terminate joint filler not less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 4.Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 5.Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. 6.During concrete placement, protect top edge of joint filler with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D.Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows, to match jointing of existing adjacent concrete paving: 1.Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with grooving tool to a 3/8-inch radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate grooving-tool marks on concrete surfaces. E.Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in concrete with an edging tool to a 3/8-inch radius. Repeat tooling of edges after applying surface finishes. Eliminate edging-tool marks on concrete surfaces. 03815622 10/22 CONCRETE PAVING 32 13 13 - 6 453 Item 6. City of Sanger Porter Park Softball Field Renovations 3.6 CONCRETE PLACEMENT A.Before placing concrete, inspect and complete formwork installation, steel reinforcement, and items to be embedded or cast-in. B.Remove snow, ice, or frost from subbase surface and steel reinforcement before placing concrete. Do not place concrete on frozen surfaces. C.Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. D.Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. E.Do not add water to concrete during delivery or at Project site. Do not add water to fresh concrete after testing. F.Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G.Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. 1.Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement joint devices. H.Screed paving surface with a straightedge and strike off. I.Commence initial floating using bull floats or darbies to impart an open-textured and uniform surface plane before excess moisture or bleedwater appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. 3.7 FLOAT FINISHING A.General: Do not add water to concrete surfaces during finishing operations. B.Float Finish: Begin the second floating operation when bleedwater sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. 1.Medium-to-Fine-Textured Broom Finish: Draw a soft-bristle broom across float-finished concrete surface, perpendicular to line of traffic, to provide a uniform, fine-line texture. 3.8 CONCRETE PROTECTION AND CURING A.General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. B.Comply with ACI 306.1 for cold-weather protection. C.Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D.Begin curing after finishing concrete but not before free water has disappeared from concrete surface. 03815622 10/22 CONCRETE PAVING 32 13 13 - 7 454 Item 6. City of Sanger Porter Park Softball Field Renovations E.Curing Methods: Cure concrete by moisture-retaining-cover curing as follows: 1.Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears occurring during installation or curing period, using cover material and waterproof tape. 3.9 PAVING TOLERANCES A.Comply with tolerances in ACI 117 and as follows: 1.Elevation: 1/4-inch. 2.Thickness: Plus 3/8-inch, minus 1/4-inch. 3.Surface: Gap below 10-feet- long; unleveled straightedge not to exceed 1/2-inch. 4.Joint Spacing: 3 inches. 5.Contraction Joint Depth: Plus 1/4-inch, no minus. 6.Joint Width: Plus 1/8-inch, no minus. 3.10 FIELD QUALITY CONTROL A.Testing Services: Testing and inspecting of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1.Testing Frequency: Obtain at least one composite sample for each 5,000 sq. ft. or fraction thereof of each concrete mixture placed each day. a.When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2.Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3.Air Content: ASTM C 231, pressure method; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4.Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees F and below and when it is 80 degrees F and above, and 1 test for each composite sample. 5.Compression Test Specimens: ASTM C 31; cast and laboratory cure 1 set of 3 standard cylinder specimens for each composite sample. 6.Compressive-Strength Tests: ASTM C 39; test 1 specimen at 7 days and 2 specimens at 28 days. a.A compressive-strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days. B.Strength of each concrete mixture will be satisfactory if average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. C.Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 03815622 10/22 CONCRETE PAVING 32 13 13 - 8 455 Item 6. City of Sanger Porter Park Softball Field Renovations D.Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. E.Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. F.Concrete paving will be considered defective if it does not pass tests and inspections. G.Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. H.Prepare test and inspection reports. 3.11 REPAIR AND PROTECTION A.Remove and replace concrete paving that is broken, damaged, or defective or that does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect. B.Drill test cores, where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory paving areas with portland cement concrete bonded to paving with epoxy adhesive. C.Protect concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. D.Maintain concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 03815622 10/22 CONCRETE PAVING 32 13 13 - 9 456 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 32 13 73 - CONCRETE PAVING JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Cold-applied joint sealants. 2.Primers. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A.Product Data: For each type of product. B.Samples: For each kind and color of joint sealant required. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A.Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint-sealant manufacturer, based on testing and field experience. 2.2 COLD-APPLIED JOINT SEALANTS A.Single Component, Pourable, Urethane, Elastomeric Joint Sealant: ASTM C 920, Type S, Grade P, Class 25, for Use T (Concrete to Concrete - Horizontal Joint). 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.MasterSeal SL 1. b.Pecora NR-201 B.Multicomponent, Pourable, Urethane, Elastomeric Joint Sealant: ASTM C 920, Type M, Grade P, Class 25, for Use T (Concrete to Concrete - Vertical Joint). 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.Pecora Corporation; Dynatrol II-SG. 2.3 PRIMERS A.Primers: Product recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated. 03815622 10/22 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 1 457 Item 6. City of Sanger Porter Park Softball Field Renovations PART 3 - EXECUTION 3.1 INSTALLATION OF JOINT SEALANTS A.Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated unless more stringent requirements apply. B.Cleaning of Joints: Clean out joints immediately to comply with joint-sealant manufacturer's written instructions. C.Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint-sealant manufacturer. D.Joint-Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions. E.Install joint-sealant backings to support joint sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1.Do not leave gaps between ends of joint-sealant backings. 2.Do not stretch, twist, puncture, or tear joint-sealant backings. 3.Remove absorbent joint-sealant backings that have become wet before sealant application and replace them with dry materials. F.Install joint sealants immediately following backing installation, using proven techniques that comply with the following: 1.Place joint sealants so they fully contact joint substrates. 2.Completely fill recesses in each joint configuration. 3.Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. G.Tooling of Nonsag Joint Sealants: Immediately after joint-sealant application and before skinning or curing begins, tool sealants according to the following requirements to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint: 1.Remove excess joint sealant from surfaces adjacent to joints. 2.Use tooling agents that are approved in writing by joint-sealant manufacturer and that do not discolor sealants or adjacent surfaces. H.Provide joint configuration to comply with joint-sealant manufacturer's written instructions unless otherwise indicated. I.Clean off excess joint sealant as the Work progresses, by methods and with cleaning materials approved in writing by joint-sealant manufacturers. END OF SECTION 03815622 10/22 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 2 458 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 PAVEMENT MARKINGS AND SIGNS 32 17 23.95 - 1 10/22 SECTION 32 17 23.95 - PAVEMENT MARKINGS AND SIGNS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: pavement markings and signs. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submit complete manufacturer's product data sheets for marking paint. PART 2 - PRODUCTS 2.1 MATERIAL A. Marking Paint: Traffic marking paint F.S. TT-P-115c, Type 11, or THD Specifications WPT-8b white or blue as called for. B. Pavement Markings: Pavement marking for striping shall conform to Type I – not applied thermoplastic (DMS-8220) per Item 666 – Reflectorized Pavement Markings, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. C. Signs: Shall be as specified on the plans and noted below. 1. ADA 'fine' sign as detailed on drawings. Mount sign on existing sign posts. EQUIPMENT D. Equipment shall be pressurized, self-contained paint machine capable of applying a straight line from 2 inches to 6 inches wide, with consistent coverage of a minimum of 200 square feet per gallon. E. Provide equipment per Item 666.3, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. PART 3 - EXECUTION 3.1 PREPARATION A. Surface preparation for thermoplastic pavement markings shall be in accordance with Item 678, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. B. Provide a qualified technician to supervise equipment and application of markings. Lay out markings using guide lines, template, and forms. C. Thoroughly clean surfaces free of dirt, sand, gravel, oil and other foreign matter prior to application of paint. 459 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 PAVEMENT MARKINGS AND SIGNS 32 17 23.95 - 2 10/22 3.2 APPLICATION OF PAINT A. No striping shall be done until the new pavement has been approved by Architect. All paint shall be applied in accordance with the recommendations of the paint manufacturer. B. Surfaces shall be dry. Application shall not be made when weather is foggy or rainy, or ambient or pavement temperatures are below 40 degrees F, nor when such conditions are anticipated during eight hours after application. C. Apply marking paint at a rate of one gallon per 200 square feet using a power sprayer. Apply markings straight and even in accordance with approved layout. Stripes shall be 4-inches wide, except where noted otherwise. D. Application of thermoplastic pavement markings shall be in accordance with Item 666.4.C.1, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. 3.3 CLEANING A. Remove any overspray from surfaces other than those requiring marking paint. 3.4 SIGNS A. Signs shall be installed as located on the Plans and per manufacturer's directions. END OF SECTION 460 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 32 31 13 - CHAIN LINK FENCES AND GATES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Chain-link fences. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 1.2 PREINSTALLATION MEETINGS A.Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A.Product Data: For each type of product. 1.Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: a.Fence and gate posts, rails, and fittings. b.Chain-link fabric, reinforcements, and attachments. B.Shop Drawings: For each type of fence and gate assembly. 1.Include plans, elevations, sections, details, and attachments to other work. C.Samples for Initial Selection: For each type of factory-applied finish. 1.4 INFORMATIONAL SUBMITTALS A.Product Certificates: For each type of chain-link fence. B.Product Test Reports: For framework strength according to ASTM F 1043, for tests performed by manufacturer and witnessed by a qualified testing agency. C.Sample Warranty: For special warranty. 1.5 FIELD CONDITIONS A.Field Measurements: Verify layout information for chain-link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. 1.6 WARRANTY A.Special Warranty: Installer agrees to repair or replace components of chain-link fences and gates that fail in materials or workmanship within specified warranty period. 1.Failures include, but are not limited to, the following: a.Failure to comply with performance requirements. b.Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2.Warranty Period: Five years from date of Substantial Completion. 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 1 461 Item 6. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS 2.1 CHAIN-LINK FENCE FABRIC A.General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist according to "CLFMI Product Manual" and requirements indicated below: 1.Fabric Height: 72 inches. 2.Steel Wire for Fabric: Wire diameter of 0.148-inch. a.Mesh Size: 2 inches. b.Zinc-Coated Fabric: ASTM A 392, Type II, Class 2, 2.0 oz./sq. ft. with zinc coating applied after weaving. 3.Selvage: Knuckled at both selvages. 2.2 FENCE FRAMEWORK A.Posts and Rails: ASTM F 1043 for framework, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F 1043 based on the following: 1.Fence Height: 72 inches. 2.Heavy-Industrial-Strength Material: Group IA, round steel pipe, Schedule 40. a.Line Post: 4.0 inches in diameter. b.End, Corner, and Pull Posts: 4.0 inches in diameter. 3.Horizontal Framework Members: top and bottom rails according to ASTM F 1043. a.Top Rail: 1.66 inches in diameter. 4.Brace Rails: ASTM F 1043. 5.Metallic Coating for Steel Framework: a.Type A: Not less than minimum 2.0-oz./sq. ft. average zinc coating according to ASTM A 123 or 4.0-oz./sq. ft. zinc coating according to ASTM A 653. 2.3 FITTINGS A.Provide fittings according to ASTM F 626. B.Post Caps: Provide for each post. 1.Provide line post caps with loop to receive tension wire or top rail. C.Rail and Brace Ends: For each gate, corner, pull, and end post. D.Rail Fittings: Provide the following: 1.Top Rail Sleeves: Pressed-steel or round-steel tubing not less than 6 inches long. 2.Rail Clamps: Line and corner boulevard clamps for connecting top and bottom rails to posts. E.Tension Bars: Steel, length not less than 2 inches shorter than full height of chain-link fabric. Provide 1 bar for each gate and end post, and 2 for each corner and pull post, unless fabric is integrally woven into post. F.Tie Wires, Clips, and Fasteners: According to ASTM F 626. 1.Standard Round Wire Ties: For attaching chain-link fabric to posts, rails, and frames, according to the following: a.Hot-Dip Galvanized Steel: 0.148-inch diameter wire; galvanized coating thickness matching coating thickness of chain-link fence fabric. G.Finish: 1.Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 oz./sq. ft. of zinc. 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 2 462 Item 6. City of Sanger Porter Park Softball Field Renovations PART 3 - EXECUTION 3.1 EXAMINATION A.Examine areas and conditions, with Installer present, for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance of the Work. 1.Do not begin installation before final grading is completed unless otherwise permitted by Architect. B.Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A.Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. 3.3 CHAIN-LINK FENCE INSTALLATION A.Install chain-link fencing according to ASTM F 567 and more stringent requirements specified. 1.Install fencing on established boundary lines inside property line. B.Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings indicated, in firm, undisturbed soil. C.Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil. 1.Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2.Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. a.Exposed Concrete: Extend 2 inches above grade; shape and smooth to shed water. D.Terminal Posts: Install terminal end, corner, and gate posts according to ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of 15 degrees or more. For runs exceeding 500 feet, space pull posts an equal distance between corner or end posts. E.Line Posts: Space line posts uniformly at 96 inches o.c. F.Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Diagonally brace terminal posts to adjacent line posts with truss rods and turnbuckles. Install braces at end and gate posts and at both sides of corner and pull posts. 1.Locate horizontal braces at midheight of fabric 72 inches or higher, on fences with top rail, and at two-third fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. G.Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended in writing by fencing manufacturer. H.Bottom Rails: Secure to posts with fittings. 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 3 463 Item 6. City of Sanger Porter Park Softball Field Renovations I.Chain-Link Fabric: Apply fabric to outside of enclosing framework. Leave 1-inch bottom clearance between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. J.Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts, with tension bands spaced not more than 15 inches o.c. K.Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain-link fabric according to ASTM F 626. Bend ends of wire to minimize hazard to individuals and clothing. 1.Maximum Spacing: Tie fabric to line posts at 12 inches o.c. and to braces at 24 inches o.c. L.Fasteners: Install nuts for tension bands and carriage bolts on the side of fence opposite the fabric side. Peen ends of bolts or score threads to prevent removal of nuts. END OF SECTION 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 4 464 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 SITE FURNISHINGS 32 33 00 - 1 10/22 SECTION 32 33 00 - SITE FURNISHINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The Work to be performed under this Section of the Specification consists of furnishing and installing various miscellaneous park equipment. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submit Shop Drawings for each product. Indicate details of fabrication, color anchorage, and related construction. Indicate accessories and finishes. PART 2 - PRODUCTS 2.1 FOUL POLES A. Beacon Athletics standard foul pole, 15-foot height. 1. Color: Optic yellow; 800.747.5985. 2.2 EQUIPMENT A. Pitching Rubber: Beacon Athletics – Bulldog 3-inch Pitching Rubber, Youth. Install per manufacturer's specifications. B. Home Plate: Beacon Athletics: Home Plate with Anchor and Stanchion. Install per manufacturers specifications. C. Bases: Beacon Athletics. Pro-Style Base Set. Install per manufacturer's specifications. D. Fence Top Protection: All 6-ft. height outfield fencing (excluding backstop) to have Beacon Athletic PlastiCap Fence Topper. Color: Yellow. Installed per manufacturers Specifications. 2.3 SCOREBOARDS A. Provide 3 Daktronics Model #BA-2518, 9-ft. L by 4-ft. H scoreboard. Provide 3 Daktronics compatible hardwired control units. Colors to be specified by Architect. Mounting hardware and post colors shall be selected by Owner/Architect. Contact Daktronics: 800.325.8766. B. Scoreboards: Contractor shall install scoreboards on concrete foundations and posts as recommended by the manufacturer. Posts shall be primed and painted, color selection by Owner/Architect. Contractor shall provide a foundation design by a professional Engineer who is licensed in the State of Texas. Contractor shall provide the concrete foundation, all grounding as required by manufacturer, and per the electric code and supply conduit and wiring for power and controls. 465 Item 6. City of Sanger Porter Park Softball Field Renovations 03815622 SITE FURNISHINGS 32 33 00 - 2 10/22 PART 3 - EXECUTION 3.1 INSTALLATION A. All items shall be supplied and installed by Contractor as shown on the Plans and as recommended by the manufacturer. END OF SECTION 466 Item 6. City of Sanger Porter Park Softball Field Renovations SECTION 32 92 00 - TURF AND GRASSES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Sodding. 2.Turf renovation. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A.Finish Grade: Elevation of finished surface of planting soil. B.Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. C.Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. D.Planting Soil: Imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 31 22 16.10 "Fine Grading for Athletic Field" for planting soils. E.Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.3 INFORMATIONAL SUBMITTALS A.Qualification Data: For landscape Installer. B.Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture, stating the botanical and common name, percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1.Certification of each seed mixture for turfgrass sod. Include identification of source and name and telephone number of supplier. C.Product Certificates: For fertilizers, from manufacturer. D.Pesticides and Herbicides: Product label and manufacturer's application instructions specific to Project. 1.4 QUALITY ASSURANCE A.Installer Qualifications: A qualified landscape installer whose work has resulted in successful turf establishment. 1.Experience: Three years' experience in turf installation in addition to requirements in Section 01 40 00 "Quality Requirements." 2.Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 3.Pesticide Applicator: State licensed, commercial. 03815622 10/22 TURF AND GRASSES 32 92 00 - 1 467 Item 6. City of Sanger Porter Park Softball Field Renovations 1.5 DELIVERY, STORAGE, AND HANDLING A.Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws, as applicable. B.Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" sections in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod within 24 hours of harvesting and in time for planting promptly. Protect sod from breakage and drying. C.Bulk Materials: 1.Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2.Provide erosion-control measures to prevent erosion or displacement of bulk materials; discharge of soil-bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3.Accompany each delivery of bulk materials with appropriate certificates. 1.6 FIELD CONDITIONS A.Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. PART 2 - PRODUCTS 2.1 TURFGRASS SOD A.Turfgrass Sod: Number 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture that is strongly rooted and capable of vigorous growth and development when planted. B.Turfgrass Species: Bermudagrass 'Tifway' 419 (Cynodon dactylon 'Tifway' 419). 2.2 FERTILIZERS A.Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1.Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 03815622 10/22 TURF AND GRASSES 32 92 00 - 2 468 Item 6. City of Sanger Porter Park Softball Field Renovations PART 3 - EXECUTION 3.1 EXAMINATION A.Examine areas to be planted for compliance with requirements and other conditions affecting installation and performance of the Work. 1.Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2.Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 3.Uniformly moisten excessively dry soil that is not workable or which is dusty. B.Proceed with installation only after unsatisfactory conditions have been corrected. C.If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. 3.2 PREPARATION A.Protect structures; utilities; sidewalks; pavements; and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1.Protect adjacent and adjoining areas from hydroseeding and hydromulching overspray. 2.Protect grade stakes set by others until directed to remove them. B.Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 TURF AREA PREPARATION A.General: Prepare planting area for soil placement and mix planting soil according to Section 31 22 16.10 "Fine Grading for Athletic Field." B.Placing Planting Soil: Place and mix planting soil in place over exposed subgrade. 1.Reduce elevation of planting soil to allow for soil thickness of sod. C.Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. D.Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 SODDING A.Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. 03815622 10/22 TURF AND GRASSES 32 92 00 - 3 469 Item 6. City of Sanger Porter Park Softball Field Renovations B.Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to soil or sod during installation. Tamp and roll lightly to ensure contact with soil, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1.Lay sod across slopes exceeding 1:3. 2.Anchor sod on slopes exceeding 1:6 with wood pegs or steel staples spaced as recommended by sod manufacturer but not less than two anchors per sod strip to prevent slippage. C.Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.5 TURF RENOVATION A.Renovate existing turf where indicated. B.Renovate turf damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1.Reestablish turf where settlement or washouts occur or where minor regrading is required. 2.Install new planting soil as required. C.Remove sod and vegetation from diseased or unsatisfactory turf areas; do not bury in soil. D.Remove topsoil containing foreign materials, such as oil drippings, fuel spills, stones, gravel, and other construction materials resulting from Contractor's operations, and replace with new planting soil. E.Mow, dethatch, core aerate, and rake existing turf. F.Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre-emergence herbicides. G.Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. H.Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. I.Apply soil amendments and initial fertilizer required for establishing new turf and mix thoroughly into top 4 inches of existing soil. Install new planting soil to fill low spots and meet finish grades. 1.Initial Fertilizer: Commercial fertilizer applied according to manufacturer's recommendations. J.Apply sod as required for new turf. K.Water newly planted areas and keep moist until new turf is established. 3.6 TURF MAINTENANCE A.General: Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1.Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2.In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 3.Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. 03815622 10/22 TURF AND GRASSES 32 92 00 - 4 470 Item 6. City of Sanger Porter Park Softball Field Renovations B.Watering: Modify existing irrigation system as required to provide full coverage of new sod. Keep turf uniformly moist to a depth of 4 inches. 1.Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2.Water turf with fine spray at a minimum rate of 1 inch per week unless rainfall precipitation is adequate. C.Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one-third of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1.Mow bermudagrass to a height of 1/2- to 1 inch. D.Turf Postfertilization: Apply commercial fertilizer after initial mowing and when grass is dry. 1.Use fertilizer that provides actual nitrogen of at least 1 lb/1,000 sq. ft. to turf area. 3.7 SATISFACTORY TURF A.Turf installations shall meet the following criteria as determined by Architect: 1.Satisfactory Sodded Turf: At end of maintenance period, a healthy, well-rooted, even-colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. B.Use specified materials to reestablish turf that does not comply with requirements, and continue maintenance until turf is satisfactory. 3.8 CLEANUP AND PROTECTION A.Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B.Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. C.Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. D.Remove nondegradable erosion-control measures after grass establishment period. 3.9 MAINTENANCE SERVICE A.Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in "Turf Maintenance" Article. Begin maintenance immediately after each area is planted and continue until acceptable turf is established, but for not less than the following periods: 1.Sodded Turf: 30 days from date of Substantial Completion. END OF SECTION 03815622 10/22 TURF AND GRASSES 32 92 00 - 5 471 Item 6. EXHIBIT B PLANS 472 Item 6. PROJECT MANUAL CITY OF BANGER Request for Proposal Porter Park Softball Field Renovations RFP # 2023-02 Sanger, Texas S 188 e SANGER TE X P5 October 2022 Parkhill Project # 03815622 Parkhill Parl<hill.com473 Item 6. i Init. AIA Document A310TM - 2010sc> Bid Bond CONTRACTOR: Name, legal status and address) North Rock Construction, LLC 521 S. Loop 288, Suite 125 Denton, TX 76201 OWNER: Name, legal status and address) Town of Sanger 502 Elm Street Sanger, TX 76266 SURETY: Name, legal status and principal place of business) American Alternative Insurance Corporation 555 College Road East Princeton, NJ 08543 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. BOND AMOUNT: Five Percent of the Greatest Amount Bid (5% G.A.B.) PROJECT: Name, location or address, and Project number, if any) Porter Park Softball Field Renovations Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Project Number, if any: RFP #2023-02 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. igned andgealed this 6th day of December, 2022S/ o.. Veronica Ramos, Witness Construction, LLC AIA Document A310T'" — 2010. Copyright ©1963, 1970 and 2010 by The American Institute of Architects. All rights reserve,6. WARNING: This AIA"' Docurnent is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA" Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under ti+u law. This document was created on 12/30/2021 22:19:45 under the terms of AIA Documents-on-DemandT order no. 211427517E ,and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. oai,ro 474 Item 6. Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: uwsu ort@munc re.com Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: essuret uwsu orti munichre.com or Mail to: Munich Re Specialty Insurance 437 Madison Avenue, 26th Floor New York, NY 10022 Attn: Surety Bond Claims 475 Item 6. CERTIFIED COPY ZPUTP l T03 6IM N ilk I WA KNOW ALL MEN BY THESE PRESENTS: T"at, a AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the State of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint: Russ Frenzel; Blaine Allen; Brady K. Cox; William D. Baldwin; Brent Baldwin; Michael B. Hill; Keith Rogers; Drew Green; Sam Freireich; Brock Anglin; Cindy Alford; and Yamillec Ramos its true and lawful Attorneys -in -Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars ($100,000,0001. Such bonds and undertakings for said purposes, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August, 1975, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 24`" day of September, 2021, SEAL 1923 , STATE OF NEW JERSEY, COUNTY OF SOMERSET By; Michael G. Kerner President Attest ;":4.0I tp"'* Ignacio Rivera Deputy General Counsel & Secretary The foregoing instrument was acknowledged before me by means of online notarization this 24`s day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are personally known to me. SECRETARY'S CERTIFICATE The undersigned, Ignacio Rivera, hereby certifies: k, 04 Lt Jii n 5anfilippa otary Pu 1ic St to of New Jerrsay My Commission Expires February 8, 2026 1. That the undersigned is Secretary of American Alternative Insurance Corporation, a corporation of the State of Delaware; 2. That the original power of attomey of which the foregoing is a copy was duly executed on behalf of said Corporation on the day of its date, and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attorney, and that the same is a true and correct copy of said original power of attorney and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998, and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attomeys-in-Fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attorneys -in -fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attomey and revocation of any power of attomey or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a true copy of the foregoing resolution. 4. The undersigned has compared the foregoing copies of said original resolutions as so recorded, and they are the same true and correct copies of said original resolutions as so recorded and of the whole thereof. Witness the hand of the undersigned and the seal of said Corroration this 6th day of December , 20 22. AMERICAN ALTERNATIVE INSURANCE CORPORATION ORPORgTFq'n Ofli,FOE` ` Ignacio Rivera Deputy General Counsel & Secretary TRSA 001=1 476 Item 6. PROPOSAL SUBMITTAL CHECK LIST. Interested parties MUST submit one (1) proposal marked as original, one (1) copy, and one 1) flash drive (a single consolidated electronic file) that includes all of the following items listed below for consideration. The submission should be in the order stated below. l Proposal Submittal Check List 2 Bid Proposal Form 3 Bid Bond 4 Qualifications Statement 5 Certificate of Insurance and Indemnification v 6 Historically Underutilized Business Questionnaire 7 NO BOYCOTT Verification Form 8 Proposed Construction Schedule By my signature I affirm all items as listed above have been completed and submitted as part of my firKAUL m's proposal. Authorized Signature Kenneth Williamson Print/Type Name m President Title 12/6/22 Date 477 Item 6. BTD PROPOSAL BIDDER: North Rock Construction LLC ADDRESS: 521 S Loop 288 Suite 125 Denton, Tx 76205 PHONE: 940-220-5500 PRIMARY CONTACT: Kenneth Williamson PROJECT IDENTIFICATION: JOHN PORTER SPORTS PARK SOFTBALL FIELD RENOVATIONS Parkhill Project No. 8156.22 1. The undersigned Bidder proposes and agrees, if this Proposal is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Proposal and in accordance with the other terms and conditions of the Contract Documents, 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those terms and conditions dealing with the disposition of Proposal guaranty. This Proposal will remain subject to acceptance for 90 calendar days after the day of opening Proposals. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within three (3) calendar days after the date of Owner's Notice of Award. 3. In submitting this Proposal, Bidder represents, as more fully set forth in the Agreement, that: a) Bidder has examined copies of all the Contract Documents and of the following Addenda receipt of which is hereby acknowledged): Dated 11/30/22 12/1/22 12/2/22 Received KW KW Number No. 1 No. 2 No.3 b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Wor]<, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. Mel 478 Item 6. c) Bidder has obtained and carefully studied (or assumes responsibility for• obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or• physical conditions at the site or which othertivise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. d) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities aide or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. e) Bidder has cor-r-elated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. f) Bidder has given Architect/Engineer written notice of all conflicts, er-r•ors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. g) This Proposal is genuine and not made in the interest of or- on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Proposal; Bidder has not solicited or induced any person, firm or corporation to refl•ain from submitting a Proposal; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner• 4. Bidder will complete the Work for the prices) shown in the following schedule of bid items Table l) and within 80 calendar days. 5. Bidder hereby agrees to commence work within ten (10) days after the date of written notice to proceed being provided, and to substantially complete the work on which the Bidder has bid within 80 consecutive calendar days as part of this Proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. All such time restrictions are subject to extensions of time as are provided by the Solicitation Standard Terms Conditions and Special Terms and Conditions. 30 479 Item 6. 480 Item 6. 481 Item 6. Bid Deduct Alternate 1: Reuse existing outfield fence to new outfield fence location 1. All Work associated with this item shall be in accordance with Section 32 31 13 "Chain Link Fences and Gates" in addition to plans, details and notes provided in Drawings. 2. Moving existing outfield fence includes (but are not limited to) the following: i) Reuse and reinstall existing top rails. ii) Reuse and reinstall existing chain link mesh. iii) Install new corner and line posts. iv) Install new concrete fence post footings. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work. UNIT PRICE BID Bidder agrees that, in case additional work or materials installation is authorized by the Owner, the following unit prices will be used in adjusting the contract price. These unit prices shall include all overhead, profit, taxes, material, labor, etc., for a complete installation. Unit prices for adjusting the contract price for less work or materials installation will be ninety (90%) percent of these amounts. 5-inch cone. paving on compacted subgrade, complete and in place, per sq. ft. Concrete curb on backstop wall, complete and in place, per linear. ft. 6-foot Ht. chain link fence, complete and in place, per linear. ft. 6-inch depth topsoil with compost, complete and in place, per square foot Solid sod, as specified, complete and in place, per sq. ft. Rotor irrigation zone modifications, complete and in place, per square ft 2-inch electric irrigation valve, complete and in place, per each. 2-inch brass ball valve, complete and in place, per each. 3.38 36 482 Item 6. 483 Item 6. 11. In connection with the major items of materials to be furnished and installed, the particular supplier of equipment and materials, which the undersigned proposed to furnish will be listed in the schedule of Major Material Suppliers found below. Schedule of Major Materials Supplier's Name 16 JM Materials 2, CMC 3 Big D 4. 5. Major Items of Materials to be Furnished and Installed Aggregates Rebar Redi Mix If additional space is necessary to provide a complete listing, please attach such additional pages as may be required. 12. The successful bidder shall furnish a Per-for-mance Bond and Payment Bond, on the forms which are attached hereto, in the amount of 100 percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the OWNER. In addition, the undersigned will furnish a Maintenance Bond in the amount of 100 percent of the contract sum covering defects of material and workmanship for two (2) calendar years following the Owner's approval and acceptance of the construction. 13. The work, proposed to be done, shall be accepted when fully completed in accordance with the plans and specifications, to the satisfaction of the Engineer and the Owner. 14. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted as correct and final. NOTE:Unit and lump sum prices must be shown in words and figures for each item listed in this Proposal, and in the event of discrepancy, the words shall prevail. In case of ambiguity or lack of clearness in stating prices in the Proposal, the Owner reserves the right to accept the most advantageous construction thereof to the Owner or to reject the bid. This is a Proposal of North Rock Construction LLC existing under• the laws of the State of Texas a corporation organized and cCI<:3 484 Item 6. partnership, consisting of Individual doing business as Seal and Authorization If a Corporation) Signed) President Title) 521 S Loop 288 Suite 125 Street Address) Denton, Tx City and State) 940-220-5500 Telephone Number) 12/6/22 Date) 39 485 Item 6. QUALIFICATIONS STATEMENT CONTRACTOR shall show that he has experience with similar projects that require working at a similar scale and within similar timefr•ames which will require planning work efforts and means and methods accordingly. CONTRACTOR shall submit a complete list of ALL Municipal and Similar Non -Municipal current and completed projects for the past three (3) years for review. This list shall include the names of project supeirntendents and project scale, cost, and schedule information. General Contact Information Respondent Name and Title: xenneth Williamson Company: North Rock Construction LLC President Company Address: 521 S Loop 288 Suite 125 Denton, Telephone Number: 9 4 0- 2 2 0- 5 5 0 0 Fax Number: 877-305-4657 Email Address: kwilliamson@nrockconstruction. com Federal Tax ID: 2 7- 0 416 4 6 6 Tx 76205 Previous Company Names Used or Companies Acquired Within the Previous 10 Years: N/ A Liability Insurance Provider• and Limits of Coverage: Amerisure Insurance Company Workers Compensation Insurance Provider: Amerisure Insurance Compan Surety ( Performance and Payment): American Alternative Insurance Corporation Address: 555 College Road East, Princton, Contact and Phone: Brady Cox - 469-263-0445 NJ 08543 486 Item 6. Superintendent and Backup Superintendent: Attach Work Resume on separate sheet(s). The superintendent shall be able to communicate in English and not operate any equipment and have not had any verified job safety violations in the past five years. Attach additional sheet(s) to verify safety record as required. Any variations shall be reviewed by CITY for approval or denial. A job site shall be shut down if proper supervision is not provided. Superintendent Name Charlie Keane Backup Superintendent Name Jake North Safety Record —List ALL Verified Violations for Superintendent and Backup Superintendent with explanation, date and action taken to correct future safety violations: Superintendent None Backup Superintendent None Total Number of Employees to be Associated with this Job: Managerial 3 Skilled 4 Administrative 2 Semi -Skilled 3 15 Professional 3 Percentage of work anticipated to be done by Bidder's Employees Based on Dollars Bid): 60 Other Percentage of work anticipated to be done by Bidder's Subcontractors Based on Dollars Bid): 41 487 Item 6. Types) of work to be done by Bidder's Employees (examples: demolition, masonry, structural steel, drywall, carpentry, millwork, finishes, flooring, framing, concrete paving, structural concrete, waterlines, sanitary sewer lines, storm pipe, storm inlets, excavation, etc.) Earthwork, erosion control, concrete paving, footers, piers, aId site cleanup. Number of Years in Business as a Contractor on Above Types of Works: 9 Information and Types) of Work to be done by Sub -Contractors: Include name, address, phone number, references and similar work experience of each sub -contractor. Use additional sheets if needed. Type of Work Sub -Contractor Erosion Control Massey Landscape Perfect Finish Electrical Groves Electric Fence Robinson Fence Previous Projects: List of completed projects of similar type work for the past five (5) years. Use additional sheets if necessary.) I. Projects G Roland Vela Athletic Complex Any Litigation Issues: Yes o No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion Control, Earthwork, 700+ Parking concrete sidewalk, restroom building, 4 athletic fields, pla shade structures, landscape, irrigation, and electrical. Owner/Agency: City of Denton Year Started: 2018 Contact Person: Jim Mays Contract Price: $ 5, 7 2 9, 8 4 5 2 8 Phone: 972-919-2 623 space lot, groundI 42 488 Item 6. Project* Unity Park Softball Filed Renovation Any Litigation Issues: Yes of No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, retaining walls, infield mix, Tif Turf 419, irrigation, electrical, score boards. Owner/Agency: City of Highland Village Year Staj-ted: 2 019 Contact Person: Contract Price: $ l, 9 0 0, 0 0 0 Fince Espinoza 3. Project: 3 Parks Fort Worth Phone: 214-790-6232 Any Litigation Issues: Yes o No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, concrete trail, skate park, electrical (Musco), pavilion, fence, landscape and irrigation Owner/Agency: Cit Year Started: 2 017 of Fort Worth Contract Price: $ 9 0 0, 0 0 0 Contact Person: Tonda Rice Phone: 817-392-5759 43 489 Item 6. 4. Project: Finch Park Any Litigation Issues: Yof No Circle One) If Yes, explain. esAny Verified Safety Violations: Yes of No Circle One) If Yes, explain: Detailed Project Description: Erosion Control, earthwork, concrete trail, tennis courts/pickleball, court lighting, masonry, surfacing, Permatrak Bridges. Owner/ Agency: Year Started: 2 019 City of McKinne Contract Price: $1, 9 0 0, 0 0 0 Contact Person: Michael Duree Phone: 972-547-7473 5. Project: Howard Payne Scoreboard Any tion issues: Yes o No Circle One) Tf Yes, explain: gaAny Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion control, piers, scoreboard installation, and electrical. Owner/ Agency: Howard Payne University Year Started: 2 0 21 Contract Price: $ 5 0, 0 0 0 Contact Person: Hunter Sims Phone: 325-649-8020 490 Item 6. Current Projects: List active projects of similar type work: 1. Project: North Lakes Tennis Courts Percent Complete: 8 0 Any Litigation Issues: Yes of No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Instillation of 12 tennis courts and 4 pickleball courts. landscape, lighting, fence, walls, surfacing, and irrigation. Owner/Agency: City of Denton Year Started: 2 0 21 Contract Price: $ 4, 7 0 0, 0 0 0 Contact Person: Jason Donnell 2. Project: Trinity Forest Spine Trail Percent Complete: 8 0 Phone: 940-395-0883 Any Litigation Issues: Yes or o Circle One) If Yes, explain: Any Verified Safety Violations: Yes of No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, concrete trail, pedestrian bridges, walls, piers, fence, landscape and electrical. Owner/Agency: Y ear Started: City of Dallas 2021 Contract Price: Contact Person: John Reynolds 5,700,000 Phone: 214-384-1704 45 491 Item 6. 3. Project: John F Burke Nature Preserve Percent Complete: 30 Any Litigation Issues: Yes or No Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, retaining walls, concrete and DG trail, masonry, boardwalk, helical piers, electrical, landscape, and signage. Owner/Agency: City of Farmers Branch Year Started: 2 0 2 2 Contract Price: Contact Person: Ross Pittman References: Use a separate sheet if needed. 1,300,000 Phone: 214-415-7347 Trade references (List Company, Address, Contact Person, and Phone): CMC - PO Box 844573 Dallas, Tx 75284 - Credit Dept - 214-637-1145 JM Materials - PO Box 199 Alvord, Tx 76225 - Judy Brown - 940-427-2028 Sunbelt Rentals - 400 I35ES Denton, Tx 76205 - Chad Kelley,- 877-223-7368 Bank References (List Institution, Address, Contact Person, and Phone) Access Bank Texas - PO Box 1429 Denton, Tx 76202 Duke York - 940-382-3962 Municipal References (List Municipality, Address, Contact Person, and Phone) City of Plano - 1520 K Ave, Plano, Tx 75074 - Renee Burke Jordan 972-941-7168 City of Irvina - 825 W Irvina Blvd Irvina Tx 75060 - Gene Moulden 972-721-2719 492 Item 6. Claims and Suits (if the answer to any of the following questions is yes, please attach details): l . Has your organization ever failed to complete any work awarded to it? No 2. Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your or No 3. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? No 4. Within the last five (5) years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? No The and//er//si 0to agrees that the information provided is accurate and complete. Authorized Signature Kenneth Williamson Print/Type Name ident Date 47 493 Item 6. HISTORICALLY UNDERUTILIZED BUSINESS (HUB) QUESTIONAIRE A Historically Underutilized Business (HUB) is a foi-profit entity that has not exceeded the size standards prescribed by 34 TAC §20.23, and has its principal place of business in Texas, and is at least 51 % owned by an Asian Pacific American, Black American, Hispanic American, Native American, American woman and/or Service Disabled Veteran, who reside in Texas and actively participate in the control, operations and management of the entity's affairs. l *a your business a certified historically underutilized business (HUB) or Disadvantaged Business Enterprise (DBE)? Yes No 2. Please provide the certifying agency name: Certifying Agency: 3. I have included a copy of my certification as an attachment to my proposal: D Yes No By my signature I affirm the information provided on this form is accurate to the best of my knowledge. tub Authorized Signature Kenneth Williamson Print/Type Name President Title Date 494 Item 6. NO BOYCOTT VERIFICATION FORM I Kenneth Williamson Individual's Name) North Rock Construction LLC Business or Company) the undersigned representative of Hereinafter referred to as "Company", does hereby verify that the company named above, under the provisions of the laws of the United States and the State of Texas: l . Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract. 3. Does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. 4. Does will not business with Iran, Sudan or a foreign terrorist organization while providing services to the City. By my signature I affirm the information provided on this form is accurate to the best of my knowledge. President Authorized Signature Title Kenneth Williamson 12/6/22 Print/Type Name Date 495 Item 6. Charles Dean Keane "Charlie" ckeane@nrockconstruction.com PROFILE 30+ years' experience in construction and construction management from heavy pipeline projects to sports fields. PROFESSIONAL EXPERIENCE North Rock Construction, LLC. 2013 - Present Field Operations Manager Have been an integral part in taking North Rock Construction from 5 million in annual revenue in 2013 to 17 million in annual revenue in 2020 Managing superintendents with up to $12 million in projects at any given time. Managing and coordinating NRC resources such as crews, equipment and NRC owned materials. Training of field personal such as superintendents, foremen, and equipment operators. Managing company truck drivers and the flow of materials to projects. Carter Construction Superintendent/Project Manager 2011-2013 Building and managing sport field projects throughout Texas thru managing crews, equipment subcontractors and resources for the building of sports fields. Sportscapes Construction Owner 2011-2009 Building and managing sport field projects throughout Texas thru managing crews, equipment subcontractors and resources for the building of sports fields. American Civil Constructors General Superintendent 2009-1998 Managed all field operations and projects with direct management of up to seven superintendents. Multiple projects being built from sports fields, The Victory Park project for the City of Dallas, President George Bush Tollway landscape and hardscape improvements to TXDOT road and bridge projects. Managed all company owned equipment and material resources. Mora Construction Superintendent From laborer to operator to lead field man Installing utilities around North Texas from fast food restaurant underground utility construction to large storm, water and sewer projects. EDUCATION High school graduate from Nimitz High School Irving, Tx 1979 Texas Aero Tech Graduate 1986 Aircraft and Powerplant License Other Schools and Classes include confined space, competent person, & traffic control. The Art of Leadership 2018 496 Item 6. Jake North Provide use of Ilfelong horse, cattle and ranch skills to present long term Ranch Hand Objective success. I strive best In a team work atmosphere. I am seeking stability in a company that possesses a well established standing In the Cattle and Horse industry. Pro/essional North Farms -Ponder, Texas Jerry North, Owner (940) 391-7003 nerience March 1997 - Present Ranchhand, Farmer, Horse Trainer & Cow/Calf ORerations Manager Conditioning weaned calves Fencing (barbed-wire, pipe, installation & repair) Farming (hay and wheat production) Feeding (daily, hay, salt, minerals, cubes, etc.) Welding - Mig and Stick (fences, barns, etc.) Doctoring Vaccinations, castration, worming, dehorning and Fly control First calf heifer conditioning and calving Mechanic (truck, tractor and implements) Performance horse purchasing and selling Colt starting, breaking and finishing Professional rope horse starting and finishing Reining and cutting show horses Beef bull breeding, purchasing and raising Ranch rodeo and roping contestant Property management (improved grasses, native grasses and farm land) Wildlife management (habitats and feed) Nuisance predator control (hogs, coyotes, etc) gducativn Ponder High School -Ponder, Texas High School Diploma - 2006 References Coulter Cattle Company -Ponder, Texas 940)390-6524 Mitchell Farms -Justin, Texas 940) 390-4656 Sikes Ranch -Collinsville, Texas 940) 736-9484 Aaron Coulter, Owner Travis Mitchell, Owner Jarrod Sikes, Owner 497 Item 6. cR CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD(YYYY) 09l16/2022 THIS CERTIFICATE IS ISSUED A5 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER K&S Insurance Agency 2255 Ridge Road, Ste. 333 P. O. Box 277 Rockwall INSURED North Rock Construction, LLC 521 S. Loop 288, Suite 125 TX 75087 Cheryl Rogers 972) 771-4071 crogers@kandsins.com INSURERS) AFFORDING COVERAGE INsuRERA: Amerisure Insurance Company INSURER B : Amerisure Mutual Insurance Company INSURER c : Continental Casualty Company INSURER D INSURER E Denton TX 76205 I INSURER F COVERAGES CERTIFICATE NUMBER: 22/23 Master REVISION NUMBER: 972)771-4695 NAIC # 19488 23396 20443 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WNICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TypE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR CPP 2120182 03/11/2022 03/11/2023 EACH OCCURRENCE S 1,000,000 PREM SESO(Ea oocurrDence) S 100,000 MED EXP (Any one person) S 10,000 PERSONAL & ADV INJURY g 1,000,000 GENERAL AGGREGATE S 2,000,000GEN'LAGGREGATE LIMIT APPLIES PER: POLICY X PRO LOCJECT OTHER: PRODUCTS - COMPIOP AGG 2,000,000 S A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY CA 2120181 03/11/2022 03l11/2023 COMBINED SINGLE LIMIT Ea accident) S 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE Per accident) 5 S B X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE CU 2120183 03l11/2022 03(11/2023 EACH OCCURRENCE 5 5,000,000 AGGREGATE S,000,OOO SDEDRETENTIONS A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORIPARTNERlEXECUTIVE OFFICER/MEMBER EXCLUDED? Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC 2120184 03/11/2022 03/11 /2023 STATUTE EORH E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE g 1,000,000 E.L. DISEASE -POLICY LIMIT S 1,000,000 C Contractors Equipment Installation Floater 6076545268 03/11l2022 03/11/2023 LeasedlRented limit Location limit w/$2.500 deductible 400,000 2,500,000 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 498 Item 6. Po r t e r Pa r k So f t b a l l Fi e l d Re n o v a t i o n sm a r t s h e e t 71 Po r t e r Pa r k So f t b a l l Fi e l d Re n o v a t i o n Er o s i o n CO n h O V S W P 3 Pl a n 01 / 10 / 23 03 / 10 / 23 01 / 10 1 2 3 01 / 11 / 23 Cl e a r i n g & Gr u b b i n g / De m o l i t i o n - Re m o v a l of In f i e l d Mi x 01 / 12 1 2 3 01 / 19 / 23 Ex i s t i n g Co n c r e t e Si d e w a l k De m o l i t i o n O1 / 20 / 23 01 / 20 / 23 Ex i s t i n g Sc o r e b o a r d Re m o v a l 01 / 23 / 23 01 / 23 / 23 Ex i s t i n g Fo u l Po l e Re m o v a l O1 / 24 / 23 01 / 24 / 23 Ch a i n Li n k Ou t f i e l d Fe n c e Re m o v a l 01 / 25 / 23 01 / 25 / 23 To p s o i l & Co m p o s t 01 / 26 / 23 01 / 30 / 23 In f i e l d Fi n e Gr a d i n g & Re c o n d i t i o n i n g 01 / 31 / 23 02 / 03 / 23 Li g h t Re - Ai m i n g 02 / 01 / 23 02 M 4 / 23 Tu r f g r a s s ( So l i d So d ) 02 / 06 / 23 02 / 10 / 23 Ir r i g a t i o n Mo d i f i c a t i o n s 02 / 06 / 23 02 / 09 / 23 6' Ch a i n Li n k Fe n c e 02 / 10 / 23 02 / 17 / 23 Fe n c e To p Pr o t e c t i o n 02 / 20 / 23 02 / 20 / 23 Co n c r e t e Cu r b Q Ba c k s t o p Wa l l 02 / 21 / 23 02 / 23 / 23 Co n c r e t e Si d e w a l k 02 / 24 1 2 3 02 / 27 1 2 3 Fo u l Po l e 02 / 27 / 23 03 / 01 / 23 Re s t r i p e AD A Pa r k i n g & Up d a t e AD A Si g n a g e 02 / 28 / 23 03 / 01 1 2 3 Ho m e Pl a t e / Ba s e Pl a t e s l P i l c h e r Ru b b e r s 03 / 02 / 23 03 / 02 / 23 Sc o r e b o a r d 03 / 03 / 23 03 / 10 / 23 I I i r- i 1 ' I I_ 1 I, _ i T Porter Park Softball Field Renovationsmartsheet 71 Porter Park Softball Field Renovation Erosion COnhOVSWP3 Plan 01/10/23 03/10/23 01/10123 01/11/23 Clearing & Grubbing/Demolition - Removal of Infield Mix 01/12123 01/19/23 Existing Concrete Sidewalk Demolition O1/20/23 01/20/23 Existing Scoreboard Removal 01/23/23 01/23/23 Existing Foul Pole Removal O1/24/23 01/24/23 Chain Link Outfield Fence Removal 01/25/23 01/25/23 Topsoil & Compost 01/26/23 01/30/23 Infield Fine Grading & Reconditioning 01/31/23 02/03/23 Light Re -Aiming 02/01/23 02M4/23 Turfgrass (Solid Sod) 02/06/23 02/10/23 Irrigation Modifications 02/06/23 02/09/23 6' Chain Link Fence 02/10/23 02/17/23 Fence Top Protection 02/20/23 02/20/23 Concrete Curb Q Backstop Wall 02/21/23 02/23/23 Concrete Sidewalk 02/24123 02/27123 Foul Pole 02/27/23 03/01/23 Restripe ADA Parking & Update ADA Signage 02/28/23 03/01123 Home Plate/Base PlateslPilcher Rubbers 03/02/23 03/02/23 Scoreboard 03/03/23 03/10/23 I I i r- i 1 ' I I_ 1 I, _ i T 499 Item 6. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Shani Bradshaw, Director of Economic Development, and Ryan Nolting, Parks & Recreation Superintendent AGENDA ITEM: Consideration and possible action on a contract with North Rock, LLC for the Porter Park softball field renovations in an amount not to exceed $348,579.21, and authorize the City Manager to execute said contract. SUMMARY:  The City wishes to enter into a contract with North Rock, LLC for the work to be performed. FISCAL INFORMATION: Budgeted: YES Amount: $348,579.21 GL Account: 76-6116 RECOMMENDED MOTION OR ACTION: Staff recommends approval. ATTACHMENTS: Porter Park Softball Renovation Agreement Exhibit A – City of Sanger Request for Proposal Exhibit B – North Rock Construction Response to Request for Proposal 500 Item 7. PORTER PARK SOFTBALL RENOVATION AGREEMENT This Agreement for the Porter Park Softball Renovations (this "Agreement") is made and entered into by and between the City of Sanger Texas, a home-rule Texas Municipal Corporation ("the City") and North Rock Construction, a Texas Limited Liability Corporation ("Contractor"), a Texas Limited Liability Corporation located at 521 S. Loop 288, Suite 125 Denton, TX 76201 (collectively, “the Parties”). WITNESSETH: WHEREAS, the City seeks to renovate the Porter Park Softball Field for the benefit of the citizens of the City of Sanger; and WHEREAS, the City has received a proposal from North Rock Construction LLC to renovate the Porter Park Softball Fields; and WHEREAS, the City has selected the bid from North Rock Construction LLC as the best proposal for the renovation of the Porter Park Softball Fields; NOW, THEREFORE, in consideration of the promises and mutual covenants and agreements set forth herein and other good and valuable consideration, the receipt and sufficiency of which are hereby acknowledged, Contractor and the City, agree as follows: 1. Scope of Services. Contractor shall be bound by the terms and conditions described in the Request for Proposal 2023-002 (“the RFP” i.e. the Porter Park Softball Renovations) issued by the City attached hereto and incorporated herein by reference as Exhibit A and Contractor’s response (“the Proposal” i.e. the North Rock’s Response to the Request for Proposal for the Porter Park Softball Renovations) attached hereto and incorporated herein by reference as Exhibit B. (Exhibit A & B collectively referred to as “the Renovations"). 2. Commencement of the Renovations. Contractor shall begin immediately upon receipt of a fully executed copy of this Agreement and the receipt of a Notice to Proceed from the City of Sanger. 3. Compensation. In consideration for the Renovations performed by Contractor, the City agrees to pay Contractor in the amounts and manner indicated on the document attached hereto and incorporated herein as Exhibit “B”, provided that the total amount for the renovations under this Agreement shall not exceed Dollars ($ ). The City shall pay properly invoiced amounts for the Renovations 501 Item 7. performed, except where the City has raised an objection to the invoice. 4. WARRANTY AND DEGREE OF CARE. CONTRACTOR WARRANTS THE MATERIALS USED SHALL BE FREE OF DEFECT OR FAILURE FOR A PERIOD OF AT LEAST ONE YEAR FROM THE DATE OF COMPLETION OF THE SERVICES AND THAT ALL SERVICES PROVIDED BY CONTRACTOR SHALL BE PERFORMED IN A GOOD AND WORKMANLIKE MANNER IN ACCORDANCE WITH THE SPECIFICATIONS OF THIS AGREEMENT AND IN ACCORDANCE WITH THE DEGREE OF CARE AND SKILL ORDINARILY EXERCISED UNDER SIMILAR CIRCUMSTANCES BY COMPETENT CONTRACTORS IN TEXAS APPLICABLE TO THE TYPE OF SERVICES CONTEMPLATED HEREUNDER. IN THE EVENT ANY DEFECT IS DISCOVERED OR DEVELOPS IN MATERIALS PROVIDED BY CONTRACTOR OR WORK PERFORMED BY CONTRACTOR WITHIN ONE YEAR AFTER COMPLETION OF THE SERVICES, CONTRACTOR WILL REPAIR OR REPLACE ANY SUCH MATERIALS OR WORK SO THAT IT IS NOT DEFECTIVE AND MEETS THE REQUIREMENTS OF THIS AGREEMENT. 5. Confidentiality and Ownership of Documents. Contractor shall keep confidential information and documents provided by the City confidential and shall not release them without the consent of the City. Upon completion of the Renovations and payment of the Compensation owed, all documents created for the City pursuant to this Agreement shall be the property of the City and shall be provided to the City by Contractor. 6. Insurance. Contractor shall procure, at its own expense, general liability insurance with a minimum per occurrence limit of one million dollars ($1,000,000.00) and additional coverage sufficient to cover the Renovations being provided under this Agreement as determined by the City. Contractor shall provide the City with written notice of any coverage limit change on the insurance. Contractor shall provide the City with proof of insurance required hereunder. The City shall be named as an additional insured on the policy. INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, DEFEND, SAVE AND HOLD HARMLESS THE CITY AND ITS OFFICERS, EMPLOYEES AND AGENTS FROM AND AGAINST ALL CAUSES OF ACTION, FINES, JUDGMENTS, LOSSES, CLAIMS, DAMAGES, LIABILITIES, COSTS AND EXPENSES, INCLUDING REASONABLE ATTORNEYS' FEES AND EXPENSES, JOINT OR SEVERAL, WHETHER THEY BE FOR PERSONAL INJURY OR PROPERTY DAMAGE OR ANY OTHER TYPE OF CLAIM, WHICH MAY BE ASSERTED AGAINST ANY OF THEM ARISING OUT OF OR RELATED TO (I) ANY ACTION BY CONTRACTOR OR ITS AGENTS IN THE CARRYING OUT OF THE SERVICES DURING THE TERM OF THIS AGREEMENT; (II) THE NEGLIGENCE OR WILLFUL OR 502 Item 7. WANTON MISCONDUCT OF CONTRACTOR OR ITS AGENTS; (III) ANY VIOLATION OF ANY REQUIREMENT APPLICABLE TO CONTRACTOR OR ITS AGENTS UNDER ANY FEDERAL, STATE, OR LOCAL LAW OR REGULATION, (IV) THE FAILURE OF CONTRACTOR TO PERFORM SPECIFIED DUTIES UNDER THIS AGREEMENT, OR (V) THE BREACH OF THIS AGREEMENT BY CONTRACTOR, EXCEPT IN EACH CASE TO THE EXTENT CAUSED BY THE GROSS NEGLIGENCE OR WILLFUL OR WANTON MISCONDUCT OF THE CITY. OBLIGATIONS UNDER THIS SECTION SHALL NOT BE LIMITED TO THE LIMITS OF COVERAGE OF INSURANCE MAINTAINED OR REQUIRED TO BE MAINTAINED BY CONTRACTOR UNDER THIS AGREEMENT AND WILL NOT BE LIMITED BY COMPARATIVE NEGLIGENCE STATUTES. THIS SECTION SHALL SURVIVE THE TERMINATION OF THIS AGREEMENT. 7. Termination. Either Party may terminate this Agreement by providing sixty (60) days written notice to the other Party. 8. Non-Discrimination. Contractor hereby agrees to refrain from any activity in the performance of this Agreement that discriminates against any person or persons based upon race, color, creed, national origin, religion, sex, or communicable disease, in accordance with present federal and state laws. 9. Independent Contractor. Contractor shall be fully responsible for its employees, including meeting all state and federal requirements for minimum wage, income tax withholding, workers' compensation, insurance, and all city, state, and federal requirements governing employer/employee relations. Contractor hereby certifies that it shall be and is in compliance with all such regulations, laws and requirements. Contract shall also require its subcontractor to provide the same certification to the City. 10. No Third Party Benefit. Nothing herein expressed or implied is intended, or shall be construed, to confer upon or give to any person or entity, other than the parties, any right or remedy under or by reason of this Agreement. 11. Governing Law and Venue. This Agreement shall be governed by the laws of the State of Texas as to all matters, including but not limited to matters of validity, construction, effect and performance, without regard to conflict of law principles. All actions regarding this Agreement shall be in a court of competent subject matter jurisdiction Denton County, Texas. 12. Severability. If any clause or provision of this Agreement is held invalid, illegal or unenforceable under present or future federal, state or local laws, including but not limited to the City Code of the City, then and in that event it is the intention of the parties hereto that such invalidity, illegality or unenforceability shall not affect any other clause or provision hereof and that the remainder of this Agreement shall be construed as if such invalid, illegal, or unenforceable 503 Item 7. clause or provision was never contained herein. 13. Notices. All notices, consents, demands, requests and other communications which may or are required to be given hereunder shall be in writing and shall be deemed duly given if personally delivered or sent by United States mail, registered or certified, return receipt requested, postage prepaid, to the addresses set forth hereunder or to such other address as the other party hereto may designate in written notice transmitted in accordance with this provision. In case of the City, to: City of Sanger Attention: City Manager P.O. Box 1729 Sanger, TX 76266 With courtesy email copy to jnoblitt@sangertexas.org In case of Contractor, to: North Rock Construction LLC 521 S. Loop 288 - Suite 125 Denton, TX 76201 With courtesy copy email to: Entire Agreement. This Agreement and its exhibits contain the entire agreement between the parties with respect to the subject matter hereof and supersede any and all other discussions, agreements and understandings, either oral or written, between the parties with respect to the subject matter hereof. In the event of a dispute under this agreement, the applicable documents will be referred to for the purpose of clarification or for additional detail in the following order of precedence: (1) this Agreement; (2) the Request for Proposal; (3) the Response to the Request for Proposal from the Contractor. 14. Amendment. No amendment to this Agreement shall be effective unless in writing signed by both parties. 15. Compliance with Laws. Contractor shall comply with all applicable federal, state, and local laws applicable to the renovations to be performed under this Agreement. 504 Item 7. 505 Item 7. EXHIBIT LIST: EXHIBIT “A” – City of Sanger Request for Proposal 2023- 002 EXHIBIT “B” – North Rock Construction LLC Response to Request for Proposal 2023- 002 506 Item 7. Parkhill.com October | 2022 Parkhill Project # 03815622 PROJECT MANUAL CITY OF SANGER Request for Proposal Porter Park Softball Field Renovations RFP # 2023-02 Sanger, Texas 507 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 TABLE OF CONTENTS PAGE - 1 10/22 TABLE OF CONTENTS DIVISION 00 - PROCUREMENT AND CONTRACTING REQUIREMENTS Advertisement for Proposals Background Scope of Work Bidder Qualifications Proposal Schedule Selection Process Award Submittal Response Guidelines Awarded Contractor Requirements Solicitation Standard Terms and Conditions Submittal Forms Proposal Submittal Check List Bid Proposal Qualifications Statement Historically Underutilized Business (HUB) Questionnaire EXHIBIT A – TECHNICAL SPECIFICATIONS DIVISION 01 - GENERAL REQUIREMENTS 01 10 00 Summary 01 20 00 Price and Payment Procedures 01 30 00 Administrative Requirements 01 33 00 Submittal Procedures 01 40 00 Quality Requirements 01 42 00 References 01 50 00 Temporary Facilities and Controls 01 57 23 Temporary Stormwater Pollution Control 01 60 00 Product Requirements 01 70 00 Execution and Closeout Requirements DIVISION 02 - EXISTING CONDITIONS 02 41 19 Selective Demolition DIVISIONS 03 - 28 Not Used DIVISION 31 - EARTHWORK 31 10 00 Site Clearing 31 20 00 Earth Moving 31 22 16.10 Fine Grading for Athletic Field 10/21/2022 508 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 TABLE OF CONTENTS PAGE - 2 10/22 DIVISION 32 - EXTERIOR IMPROVEMENTS 32 13 13 Concrete Paving 32 13 73 Concrete Paving Joint Sealants 32 17 23.95 Pavement Markings and Signs 32 31 13 Chain Link Fences and Gates 32 33 00 Site Furnishings 32 92 00 Turf and Grasses DIVISIONS 33 - 48 Not Used EXHIBIT B - PLANS 10/21/2022 509 Item 7. 1 Table of Contents ADVERTISEMENT FOR PROPOSALS ..................................................................................................... 2 BACKGROUND .......................................................................................................................................... 3 SCOPE OF WORK ....................................................................................................................................... 3 BIDDER QUALIFICATIONS ..................................................................................................................... 3 PROPOSAL SCHEDULE ............................................................................................................................ 3 SELECTION PROCESS .............................................................................................................................. 4 AWARD ....................................................................................................................................................... 5 SUBMITTAL RESPONSE GUIDELINES .................................................................................................. 5 AWARDED CONTRACTOR REQUIREMENTS ...................................................................................... 6 SOLICITATION STANDARD TERMS AND CONDITIONS ................................................................... 7 SUBMITTAL FORMS ............................................................................................................................... 27 PROPOSAL SUBMITTAL CHECK LIST ................................................................................................ 28 BID PROPOSAL ........................................................................................................................................ 29 QUALIFICATIONS STATEMENT........................................................................................................... 40 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) QUESTIONNAIRE ...................................... 48 EXHIBIT A – TECHNICAL SPECIFICATIONS EXHIBIT B – PLANS 510 Item 7. 2 CITY OF SANGER ADVERTISEMENT FOR PROPOSALS City of Sanger is soliciting proposals for the construction of the following project: PORTER PARK SOFTBALL FIELD RENOVATIONS Proposals must be delivered to City of Sanger at 502 Elm Street, Sanger, Texas 76266, no later than 12:00 PM local time, Tuesday, December 6, 2022, and then publicly opened and read aloud at 2:00 p.m. in the Conference Room, located at 502 Elm Street, Sanger, Texas 76266. Electronic (PDF) Plans, Specifications and Contract Documents are available at no cost through the office of Parkhill. Contact the office of Parkhill to secure Electronic (PDF) Plans, Specifications, and Contract Documents: Parkhill 255 N. Center Street, Suite 200 Arlington, Texas 76011 817.649.3216 ircarrasco@parkhill.com Questions regarding distribution of Contract Documents and design related questions for this project shall be directed to Parkhill (attention Iridian Carrasco). Email questions to Iridian Carrasco at ircarrasco@parkhill.com. All questions concerning this project shall be submitted by 5:00 PM on Wednesday, November 30, 2022. Any questions submitted after this time and date will not be addressed. This project generally consists of: Demolition, earthwork, fencing, moving home plate and bases, softball infield surfacing, foul poles, scoreboards, concrete curb at backstop, concrete sidewalk replacement, ADA striping, turfgrass and irrigation. Bidders must submit a bidder's bond with their proposal as a guarantee that the Bidder will enter into a contract for the project with the Owner within ten (10) days of Notice of Award of the contract. The security must be payable to the Owner in the amount of five percent (5%) of the bid submitted. Contractor must execute the contract, bonds and certificates of insurance on the forms provided in the Contract Documents. Contractors for this Project must pay no less than the prevailing wage rates for the area established by the Owner and included in the contract documents. Performance, Payment and Maintenance Bonds, bound to the City of Sanger are required, each in an amount of not less than one-hundred percent (100%) of the contract price, conditioned upon the faithful performance of the contract and upon payment of all persons supplying labor or furnishing materials. City of Sanger reserves the right to adopt the most advantageous interpretation of the bids submitted in the case of ambiguity or lack of clearness in stating proposal prices, to reject any or all bids, and/or waive formalities. Bids may not be withdrawn within ninety (90) days from date on which bids are opened. Advertising Dates: November 13, 2022 November 20, 2022 511 Item 7. 3 BACKGROUND John Porter Sports Park is an existing park with three softball fields located at 2201 South Stemmons in Sanger, Texas. The project purpose is to move home plate, pitcher’s rubber, bases, infield limits, and outfield fence back towards the existing backstop to allow for regulation softball play at each existing softball field. Also within scope are three new scoreboards, a new curb at backstop, new foul poles, minor sidewalk replacement, ADA parking striping and ADA signage modification. SCOPE OF WORK Scope of work is outlined and detailed in the construction documents and specifications provided and generally consists of the following: Demolition, earthwork, fencing, moving home plate and bases, softball infield surfacing, foul poles, scoreboards, concrete curb at backstop, concrete sidewalk replacement, ADA striping, turfgrass and irrigation. BIDDER QUALIFICATIONS · Bidder must be engaged in the business of construction for a minimum of five (5) years. · Bidders must have successfully completed at least five (5) projects of similar scope. This qualification must be demonstrated through references provided in the bidder’s response. · Bidder must have a good reputation in the business of construction and not currently engaged in any legal disputes regarding projects. · Bidder must be in good financial standing, not in any form of bankruptcy, current in payment of all taxes and fees such as state franchise fees. City reserves the right to request a copy of CONTRACTOR’s audited or un-audited financial statement. PROPOSAL SCHEDULE 1. Request for Proposals Issued November 13, 2022 2. Documents made Available November 14, 2022 3. Deadline for Submitting Questions November 30, 2022 4. Bid Submittal Due at 12:00 PM December 6, 2022 5. Bids Opened and Read Aloud at 2:00 PM 6. City Council Approval December 6, 2022 January 3, 2023 7. Start of Construction January 10, 2023 8. Construction Completion March 10, 2023 512 Item 7. 4 SELECTION PROCESS The selection process will not be fee-based only, but will be weighted heavily on other important issues critical to the success of this Project. The following are key issues in the Owner's selection decision, not necessarily in order of priority: City reserves the right to reject any and all CSP(s). A. Selection and Evaluation Criteria: · The Bidder’s price, including general conditions and general requirements · The Bidder’s successful and cost-effective experience and expertise with demolition, construction and reconstruction projects of similar size, scope and quality. · The Bidder’s past performance and demonstrated capability on similar projects with this or other local municipality and on construction of publicly funded projects. · The Bidder’s proposed project personnel as shown in a project organizational chart and including their qualifications and experience as evidenced by their resumes. · The Bidder’s recent experience with project cost estimates, as well as project budget and schedule adherence. · The Bidder’s safety record supported by accurate verifiable data. · The Bidder’s reference letter indicating the quality of previous work on similar projects and satisfaction from past customers. B. Consideration may also be given to any additional information and comments at the selection phase if it reflects on the Bidder’s qualifications to perform. C. Scoring (100 Point Scale) · 35 points – Bidder and Individual Qualifications o Bidder’s number of years in business, size and staffing. o Bidder’s experience on demolition, construction and reconstruction of similar scope, size and quality. o Bidder’s safety record and successful completion of municipal projects. o Experience of proposed personnel on similar projects and as a project team. · 35 points – Capability and Capacity to Perform Work o Workload and availability to meet schedule. o Project management plan, including project organization chart. o Proposed project schedule. · 15 points – Budget and Fees o Project price. o Cost estimating detail and accuracy. o Base fee. o Fee adjustments. · 15 points – References o Meeting schedules and deadlines. o Controlling cost and meeting budgets. o Communication and cooperation. 513 Item 7. 5 AWARD The CITY will attempt to award the Contract within 30 days after the opening of bids. The award, if made, shall be to the bidder with the best value for the City; but in no case shall the award be made until after investigations are made as to the responsibility of the bidder to whom it is proposed to award the Contract. If awarded the Contract, the bidder shall execute the Contract and finalize/provide the required bonds and evidence of insurance within 3 days after receipt of the awarded Contract. SUBMITTAL RESPONSE GUIDELINES Bidder response to this Request for Proposals shall include: · Completed and signed Proposal Check List. · Bid Proposal Form filled in with unit prices, extended prices, and total. Prices must be held firm for a period of ninety (90) days. · Qualifications Statement. All information should be accurate and up-to-date. Reference information provided must include correct phone and email contact. · Bid Affirmation form reviewed and signed. · Completed Historically Underutilized Business Questionnaire. If CONTRACTOR is not a certified HUB or DBE mark "NO," sign and include with your bid.\ Bidder must verify that they (1) do not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. · Bidder must verify that it will not boycott Israel during the term of the contract. Bidder must verify that it will not do business with Iran, Sudan or a foreign terrorist organization while providing services to the City. · All proposals shall be accompanied by a Bid Bond in the amount of five (5) percent of the total anticipated construction costs from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the Owner, payable without recourse to the Owner, as a guarantee that the bidder will enter into a contract. Bids without a Surety-issued bid bond will not be considered. All bid bonds will be returned to the respective bidders within thirty (30) days after the bids are opened, except those which the Owner elects to hold until the successful bidder has executed the contract. Thereafter, all remaining securities, including security of the successful bidder, will be returned within fifteen (15) days. 514 Item 7. 6 AWARDED CONTRACTOR REQUIREMENTS · CONTRACTOR shall execute contract, applicable bonds, Certificate of Insurance, a Form 1295 Certificate of Interested Parties and provide to CITY in the time frame required by this document. · CONTRACTOR shall sign the necessary agreements entering into the required Contract with CITY. No Contract shall be binding on CITY until all authorized signatures required by law have been affixed and the executed Contract delivered to CONTRACTOR. · The successful CONTRACTOR is required to provide all bonding information to his/her subcontractors and suppliers upon request; also all subcontractors shall provide proof of insurance and workman’s compensation documents to the general contractor. · CONTRACTOR must provide proof of current certificate of insurance meeting the requirements as outlined in this specification throughout the duration of the project. · Prior to beginning construction, the successful CONTRACTOR shall: o Submit a Construction Schedule. o Provide a 24-hour emergency telephone contact. o Submit a schedule of values. 515 Item 7. 7 SOLICITATION STANDARD TERMS AND CONDITIONS 1. INSTRUCTIONS: These standard terms apply to all solicitations. 2. BEST INTEREST: City reserves the right to reject any or all responses and to waive formalities. City also reserve the right to purchase through State awarded contracts or other intergovernmental agreements when it is in the best interest of the City. 3. PRICING: Price(s) quoted must be held firm for ninety (90) days to allow for evaluation unless otherwise noted in this document. 4. SILENCE OF SPECIFICATION: The apparent silence of these specifications as to any detail or to the apparent omission of a detailed description concerning any point, shall be regarded as meaning that only the best commercial practices are to prevail. All interpretations of these specifications shall be made on the basis of this statement. 5. F.O.B.: All shipping shall be F.O.B. Destination. 6. SPLIT AWARD: City of Sanger reserves the right to award a separate contract to separate CONTRACTORs for each item/group or to award one contract for the entire bid. 7. WITHDRAWAL OF RESPONSE TO SOLICITATION: A response may not be withdrawn or cancelled by CONTRACTOR for a period of ninety (90) days following the date designated for the receipt without approval by the City. 8. ERROR-QUANTITY: Submittals must be made on units of quantity specified, extend, and show total(s). In the event of discrepancies in extension, the unit price shall govern. 9. LATE SUBMITTALS: Submittals received after the submission deadline shall be returned unopened and will be considered void and unacceptable. City of Sanger is not responsible for lateness from any carrier for any reason. 10. TAXES: City of Sanger is exempt from Federal Manufacture's Excise, and State Sales taxes. TAX MUST NOT BE INCLUDED IN PRICING. Tax exemption certificates will be executed by the City and furnished upon request. 11. ADDENDA: Any interpretations, corrections or changes to these specifications will be made by addenda. Sole issuing authority of the addenda shall be vested in Parkhill. Addenda will be mailed to all who are known to have received a copy of this solicitation. It is the responsibility of proposers to ensure they have received and understand any issued addenda. 12. PROTEST: Protests shall be submitted in writing and filed with the City Manager no less than three business days prior to the City Council meeting at which the award appears on the agenda. A written response will be prepared by the Purchasing Manager in consultation with the end user department and City Attorney.If the protesting CONTRACTOR does not agree with the staff recommendation, they may appeal to the City Council. Protesting CONTRACTORs must contact the City Secretary in order to be acknowledged and heard by City Council at the first available Council meeting. 13. PAYMENT TERMS: Payment terms are Net 30 unless otherwise specified by the City in this document. 14. PATENT RIGHTS: CONTRACTOR agrees to indemnify and hold the City harmless from any claim involving patent right infringement or copyrights on goods supplied. 15. FUNDING: City of Sanger is a home-rule municipal corporation operated and funded on an annual basis for Oct. 1 to Sept. 30. City reserves the right to terminate, without liability to the City, any contract for which funding is not available. 16. ASSIGNMENT: CONTRACTOR shall not sell, assign, transfer, or convey this contract in whole or in part, without the prior written consent of the City. 17. VENUE/CHOICE OF LAW: Venue for any dispute shall be Denton County, Texas. This agreement will be governed and construed according to the laws of the State of Texas. 18. COMPLIANCE WITH LAWS: Contractor shall be fully responsible for its employees, including meeting all state and federal requirements for minimum wage, income taxes withholding, workers' compensation, insurance, and all city, state, and federal requirements governing employer/employee relations and shall require its subcontractors on this project to provide this same certification to the City. 19. RIGHT OF REVIEW: CONTRACTOR covenants and agrees that the City, upon reasonable notice to 516 Item 7. 8 CONTRACTOR, may review any of the work performed by CONTRACTOR under this Contract. 20. DELIVERY TIMES: Deliveries will be acceptable only during normal working hours at the designated City Municipal Facility. 21. STANDARD WARRANTY: Any standard manufacturer’s warranty shall be provided and submitted to the City of Sanger upon request. 22. PACKAGING: Unless otherwise indicated, items will be new, unused, and in first class condition in containers suitable for damage-free shipment and storage. 23. ORDERS AND INVOICING: A Purchase Order Number is required for all purchases. All invoices must identify the purchase order number, include the bid unit pricing by item, identify the ordering department/user, and include contact phone and email. 24. CONFLICT OF INTEREST: The successful CONTRACTOR hereby covenants and agrees that during the Contract period that CONTRACTOR and any of CONTRACTOR’s associates and employees will have no interest nor acquire any interest, either direct or indirect, which will conflict in any manner with the performance of the services called for under this Contract. All activities, investigations and other efforts made by CONTRACTOR pursuant to this Contract will be conducted by employees or associates of CONTRACTOR. CONTRACTOR further covenants and agrees that it understands that the Code of Ordinances of the City of Sanger prohibits any officer or employee of the City from having any financial interest, either direct or indirect, in any business transaction with the City. Any violation of this paragraph which occurred with the actual or constructive knowledge of CONTRACTOR will render this contract voidable by the City. a. FORM CIQ – is required when a conflict exists in accordance with Chapter 176, Local Government Code, by a vendor who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the vendor meets requirements under Section 176.006(a). By law this questionnaire must be filed with the records administrator of the local governmental entity not later than the 7th business day after the date the vendor becomes aware of facts that require the statement to be filed. See Section 176.006(a-1), Local Government Code. A vendor commits an offense if the vendor knowingly violates Section 176.006, Local Government Code. An offense under this section is a misdemeanor. This form may be obtained from the Texas Ethic Commission’s website. 25. CONFIDENTIAL WORK: Any reports, designs, plan, information, project evaluations, data or any other documentation given to or prepared or assembled by CONTRACTOR under this contract shall be kept confidential and may not be made available to any individual or organization by CONTRACTOR without the prior written approval of the City except as may be required by law. 26. WARRANTY, HOLD HARMLESS, AND INDEMNITY: CONTRACTOR warrants that the commodities it delivers to the City shall be delivered in a good and workmanlike manner, and that any items delivered to the City under this contract will be fit for the particular purpose for which it was furnished. CONTRACTOR shall defend, indemnify, and hold the City whole and harmless against any and all claims for damages, costs, and expenses to persons or property that may arise out of, or be occasioned by, the execution or performance of this Contract or any of CONTRACTOR's activities or any act of commission or omission related to this Contract of any representative, agent, customer, employee, sub-CONTRACTOR or invitee of CONTRACTOR or any representative, agent, employee, or servant of the City. If an item is covered by a manufacturer's warranty, it is the responsibility of CONTRACTOR to obtain the information for City and to get the manufacturer to honor the warranty. 27. PROPRIETARY INFORMATION: Any material or information that is considered proprietary in nature must be clearly marked as such and will be treated as confidential by the City of Sanger to the extent permitted under the Open Records Act. 28. WAIVER OF ATTORNEYS FEES: CONTRACTOR and City expressly covenant and agree that in the event of any litigation arising between the parties to this contract, each party shall be solely responsible for payment of its attorneys and that in no event shall either party be responsible for the other party's attorney's fees regardless of the outcome of the litigation. 517 Item 7. 9 29. CHANGE ORDERS: No Oral statement of any person shall modify or otherwise change or affect the terms, conditions, or specifications stated in the resulting contract. All change orders to the contract will be made in writing by the City of Sanger. Any additional work requested through change order shall be at the same unit costs submitted by CONTRACTOR at the time of bidding the project. 30. TERMINATION: City may, at its option and without prejudice to any other remedy to which it may be entitled at law or in equity, terminate the right for CONTRACTOR to accept further orders under this Contract, in whole or in part, by giving at least thirty (30) days prior written notice thereof to CONTRACTOR with the understanding that no further orders may be accepted after the date specified in such notice. City shall equitably compensate CONTRACTOR, in accordance with the terms of this Contract for the commodities properly ordered prior to the date specified in such notice following inspection and acceptance of same by the City. CONTRACTOR shall not, however, be entitled to lost or anticipated profits should the City choose to exercise its option to terminate. 31. TERMINATION FOR DEFAULT: The CITY reserves the right to enforce the performance of this purchase order in any manner prescribed by law or deemed to be in the best interest of CITY in the event of breach or default. The CITY reserves the right to terminate the purchase order immediately in the event CONTRACTOR fails to: (1) meet delivery schedules, or (2) otherwise perform in accordance with this contract and incorporated documents. Breach of contract or default authorizes CITY to award to another CONTRACTOR, purchase elsewhere and charge the full increase in cost and handling to the defaulting CONTRACTOR. 32. PERFORMANCE OF WORK: CONTRACTOR or CONTRACTOR’s associates and employees shall perform all the work called for in this Contract. CONTRACTOR hereby covenants and agrees that all of CONTRACTOR’s associates and employees who work on this project shall be fully qualified to undertake same and competent to do the work described in this Contract, and the services performed shall be performed in a good and workmanlike manner, and that the finished product shall be fit for the particular use(s) contemplated by this agreement. 33. OWNERSHIP OF DOCUMENTS: CONTRACTOR acknowledges that City owns all notes, reports, or other documents, intellectual property or documentation produced by CONTRACTOR pursuant to this agreement or in connection with its work which are not otherwise public records. CONTRACTOR acknowledges that City shall have copyright privileges to those notes, reports, documents, processes and information. CONTRACTOR shall provide City a copy of all such notes, reports, documents, and information (except to the extent that they contain confidential information about third parties) at City expense upon written request. 34. DRUG FREE WORKPLACE: CONTRACTOR hereby covenants and agrees that during the contract period that CONTRACTOR and any of CONTRACTOR’s associates and employees shall be in compliance with CITY’S drug free workplace policy. 35. INSPECTION: All goods and services will be subject to inspection and testing by CITY prior to acceptance. Goods rejected and goods supplied in excess of quantities ordered may be returned to CONTRACTOR at its expense. If any of the goods or services are found at any time to be defective in material or workmanship, or otherwise not in conformity with the requirements of this purchase order, including any applicable drawings and specifications, then CITY, in addition to such other rights and remedies it may have by contract or by law or equity, at its sole discretion may reject and return such goods at CONTRACTOR's expense, require CONTRACTOR to inspect the goods and remove nonconforming goods and/or require CONTRACTOR to replace nonconforming goods or services with conforming goods or services. 36. PACKAGING: All goods must be packaged in the manner as specified by CITY and shipped in the manner and by the route and carrier designated by CITY. If CITY does not specify the manner in which the goods must be packaged, CONTRACTOR shall package the goods so as to avoid any damage in transit. If CITY does not specify the manner of shipment, route or carrier, CONTRACTOR shall ship the goods at the lowest possible transportation rates, consistent with CONTRACTOR's obligation to meet the delivery schedule set forth in this Order. 37. AUDIT: CITY reserves the right to audit the records and performance of contractor during the contract and for three years thereafter. 38. INSURANCE: CONTRACTOR shall procure and maintain for the duration of the contract, insurance against claims for injuries to persons or damages to property, which may arise from or in connection with the 518 Item 7. 10 performance of the work hereunder by the vendor, his agents, representatives, employees or subcontractors. The cost of such insurance shall be paid by the vendor and included in any bids. MINIMUM SCOPE OF INSURANCE Coverage shall be at least as broad as: a. Insurance Services Office Commercial General Liability coverage "occurrence" form CG 00 01 (04 13). "Claims Made" form is unacceptable. Policy will include coverage for: i. Premises - Operations ii. Broad Form Contractual Liability iii. Products and Completed Operations iv. Use of Contractors and Subcontractors v. Personal Injury vi. Broad Form Property Damage vii. Explosion Collapse and Underground (XCU) Coverage (when applicable, Fire Damage, Medical Expense. NOTE: The aggregate loss limit applies to each project. b. Automobile Liability - as required by the State of Texas, covering all owned, hired, or non-owned vehicles. Automobile Liability is only required if vehicle(s) will be used under this contract. c. Workers' Compensation insurance as required by the Labor Code of the State of Texas, including Employers' Liability Insurance. d. Professional Liability Insurance. e. Builders' Risk Insurance. f. Excess Liability Insurance - For projects exceeding $1,000,000. g. Bid/Payment/Performance Bond to cover the project. MINIMUM LIMITS OF INSURANCE/BOND Insurance Type Limit Commercial General Liability $1,000,000 Per Occurrence $2,000,00 Aggregate Automobile Liability $1,000,000 Combined Single Limit Worker’s Compensation / Employer’s Liability Statutory $1,000,000 Professional Liability $1,000,000 Per Occurrence $2,000,00 Aggregate Builders’ Risk Completed Value of Structure Excess Liability $5,000,000 for Projects exceeding $1M Bid Bond 5% of Anticipated Construction Cost Payment Bond 100% of Contract Sum Performance Bond 100% of Contract Sum Maintenance Bond 100% of Contract Sum (2 yr.) OTHER INSURANCE PROVISIONS The policies are to contain, or be endorsed to contain the following provisions: 1. General Liability and Automobile Liability Coverages a. City, its officers, officials, employees, Boards and Commissions and volunteers are to be added as "Additional Insured" as respects liability arising out of activities performed by or on behalf of the vendor, products and completed operations of the vendor, premises owned, occupied or used by CONTRACTOR. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, officials, employees or volunteers. It is understood that the business auto policy under "Who is an Insured" automatically provides liability coverage in favor of the City. b. The vendor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees and volunteers. Any insurance or self- insurance maintained by the City, its officers, officials, employees or volunteers shall be excess of the vendor's insurance and shall not contribute with it. c. Any failure to comply with reporting provisions of the policy shall not affect coverage provided to the City, its officers, officials, employees, Boards and Commissions or volunteers. d. The vendor's insurance shall apply separately to each insured against whose claim is made or suit is brought, except to the limits of the insured's liability. 2. Workers' Compensation and Employer's Liability Coverage - The insurer shall agree to waive all rights of subrogation against the City, its officers, officials, employees and volunteers for losses arising from work performed by the vendor for the City. 3. Professional Liability – A claims made policy is acceptable coverage which must be maintained during the course of the project and up to two (2) years after completion and acceptance of the project by the City. 4. All Coverages - Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled or non-renewed by either 519 Item 7. 11 party, reduced in coverage or in limits except after thirty (30) days prior written notice by certified mail, return receipt requested, has been given the City. ACCEPTABILITY OF INSURERS All insurance shall be issued by responsible insurance companies eligible to do business in the State of Texas and having an A.M. Best Financial rating of A-VI or better. VERIFICATION OF COVERAGE Contractor shall furnish the City of Sanger with certificates of insurance affecting coverage required. The certificates for each insurance policy are to be signed by a person authorized by that insurer to bind coverage on its behalf. Certificates of Insurance must be submitted on a form approved by the Texas Department of Insurance. Certificates of Insurance similar to the ACCORD form are acceptable. City will not accept Memorandums of Insurance or Binders as proof of insurance. City reserves the right to require complete, certified copies of all required insurance policies at any time. 39. CERTIFICATE OF INTERESTED PARTIES 1295 FORM: At time of contract execution CONTRACTOR must provide a signed 1295 Form received directly from the State of Texas. https://www.ethics.state.tx.us/whatsnew/elf_info_form12 95.htm. 520 Item 7. 12 SPECIAL TERMS AND CONDITIONS FOR CONSTRUCTION 1. CONTRACTOR’S DUTY AND SUPERINTENDENT: CONTRACTOR shall give adequate attention to the faithful prosecution and completion of this contract and shall keep a full-time competent superintendent (with five (5) years minimum supervisory experience & work resume), and any other assistants on the project during its progress. The superintendent shall represent CONTRACTOR in his absence and all directions given to him shall be as binding as if given to CONTRACTOR. City shall have the right to have the Superintendent furnished by CONTRACTOR removed pursuant to the contract documents if, in the City’s sole judgment, such superintendent is not fulfilling his or her obligations under this contract, including, but not limited to, said superintendent’s failure or inability to properly interpret and implement the plans and the specifications, to effectively expedite the work and supervise all employees utilized in connection therewith, to ensure adequate communication with, and a minimum inconvenience to, the public, or to cooperate with utilities, railroads, other contractors or agencies working on the project or near the project. Failure of CONTRACTOR to replace the superintendent when requested by the City shall be cause for the City to withhold partial payments. CONTRACTOR is and at all times shall remain an independent CONTRACTOR, solely responsible for the manner and method of completing this work under this contract, with full power and authority to select the means, method and manner of performing such work, so long as such methods do not adversely affect the completed improvements, CITY being interested only in the result obtained and conformity of such completed improvements to the plans, specifications and contract. Likewise, CONTRACTOR shall be solely responsible for the safety of himself, his employees and other persons, as well as for the protection of the safety of the improvements being erected and the property of himself or any other person, as a result of his operations hereunder. Design construction drawings and specifications as well as any additional information concerning the work to be performed passing from or through CITY, shall not be interpreted as requiring or allowing CONTRACTOR to deviate from the plans and specifications, the intent of such drawings, specifications and any other such instructions being to define with particularity the agreement of the parties as to the work CONTRACTOR is to perform. CONTRACTOR shall be fully and completely liable, at his own expense, for design, construction, installation and use, or non-use, of all items and methods incident to performance of the contract, and for all loss, damage or injury incident thereto, either to person or property, including, without limitation, the adequacy of all temporary supports, shoring, bracing, scaffolding, machinery or equipment, safety precautions or devices, and similar items or devices used by him during construction. Any review of work in process, or any visit or observation during construction, or any clarification of plans and specifications, by CITY, or any agent, employee, or representative of either of them, whether through personal observation on the project site or by means of approval of shop drawings for temporary construction or construction processes, or by other means or method, is agreed by CONTRACTOR to be for the purpose of observing the extent and nature of work completed or being performed, as measured against the drawings and specifications constituting the contract, or for the purpose of enabling CONTRACTOR to more fully understand the plans and specifications so that the completed construction work will conform thereto, and shall in no way relieve CONTRACTOR from full and complete responsibility for the proper performance of his work on the project, including but without limitation the propriety of means and methods of CONTRACTOR in performing said contract, and the adequacy of any designs, plans or other facilities for accomplishing such performance. Deviation by CONTRACTOR from plans and specifications that may have been in evidence during any such visitation or observation by CITY, or any of his representatives, whether called to CONTRACTOR’S attention or not shall in no way relieve CONTRACTOR from responsibility to complete all work in accordance with said plans and specifications. 521 Item 7. 13 2. CONTRACTOR’S UNDERSTANDING: It is understood and agreed that CONTRACTOR, by careful examination, is satisfied as to the nature and location of the work, the conformation of the ground, the character, quality and quantity of the materials to be encountered, the character of equipment and facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all other matters which can in any way affect the work under this contract. No verbal agreement or conversation with any officer, agent or employee of CITY, or any of its representatives either before or after the execution of this contract, shall affect or modify any of the terms or obligations herein contained. 3. CHARACTER OF WORKERS: CONTRACTOR agrees to employ only orderly and competent workers, skillful in the performance of the type of work required under this contract, to do the work; and agrees that whenever CITY shall inform in writing that any worker(s) on the project are, in his opinion, incompetent, unfaithful or disorderly, such worker(s) shall be discharged from the project and shall not again be employed for this project without CITY’S written consent. 4. FIELD OFFICES: The installation of field offices shall be permitted only at such places as approved by CITY. In addition, all sanitary conditions of the grounds in or about such structures shall at all times be maintained in a manner satisfactory to CITY. CONTRACTOR shall be responsible for obtaining for all necessary Permits. CONTRACTOR shall not be required to provide a field office for CITY's Field Representative; however, CONTRACTOR’S Superintendent shall be available on the job site at all times when portions of the work are in progress. 5. SANITATION: Necessary sanitary conveniences for use by workers on the project shall be properly secluded from public observation and shall be constructed and maintained by CONTRACTOR in such manner and at such points as approved by CITY. Onsite sanitary convenience facilities and their use shall be strictly enforced. 6. SHOP DRAWINGS: CONTRACTOR shall submit to DESIGN TEAM and CITY, with such promptness as to cause no delay in work or in that of any other CONTRACTOR, digital files (PDF), unless otherwise specified, of all shop and/or setting drawings and schedules required for the work of the various trades, and DESIGN TEAM shall review them with reasonable promptness, making desired comments. CONTRACTOR shall make any revisions required by DESIGN TEAM; file revised copies and furnish other copies as may be needed. The DESIGN TEAM review of such drawings or schedules shall not relieve CONTRACTOR from responsibility for deviations from drawings or specifications, unless CONTRACTOR has, in writing, called DESIGN TEAM’S attention to such deviations at the time of submission, nor shall it relieve CONTRACTOR from responsibility for errors of any sort in shop drawings or schedules. It shall be CONTRACTOR’S responsibility to fully and completely review all shop drawings to ascertain their effect on CONTRACTOR’S ability to perform the required contract work in accordance with the plans and specifications and within the contract time. Such review by DESIGN TEAM shall be for the sole purpose of determining the sufficiency of said drawings or schedules to result in finished improvements in conformity with the plans and specifications, and shall not relieve CONTRACTOR of his duty as an independent contractor as previously set forth, it being expressly understood and agreed that DESIGN TEAM does not assume any duty to pass upon the propriety or adequacy of such drawings or schedules, or any means or methods reflected thereby, in relation to the safety of either person or property during CONTRACTOR’S performance hereunder. 7. PRELIMINARY APPROVAL: The DESIGN TEAM shall not have the power to waive the obligations of this contract for the furnishing by CONTRACTOR of good new material, and of his performing good work as herein described, and in full accordance with the plans and specifications. No failure or omission of DESIGN TEAM to discover, object to or condemn any defective work or material shall release CONTRACTOR from the obligations to fully and properly perform the contract, including without limitations, the obligation to at once tear out, remove and properly replace the same at any time prior to final acceptance upon the discovery of said defective work or material; provided, however, that DESIGN TEAM shall, 522 Item 7. 14 upon request of CONTRACTOR, inspect and accept or reject any material furnished, and in event the material has been once accepted by DESIGN TEAM, such acceptance shall be binding on CITY unless it can be clearly shown that such material furnished does not meet the specifications for this work. Any questioned work may be ordered taken up or removed for re-examination, by CITY, prior to final acceptance, and if found not in accordance with the specifications for said work, all expense of removing, re-examination and replacement shall be borne by CONTRACTOR, otherwise the expense thus incurred shall be allowed as EXTRA WORK, and shall be paid for by CITY; provided that, where inspection or approval is specifically required by the specifications prior to performance of certain work, should CONTRACTOR proceed with such work without requesting prior inspection or approval CONTRACTOR shall bear all expense of taking up, removing, and replacing this work if so directed by CITY. 8. DEFECTS AND THEIR REMEDIES: It is further agreed that if the work or any part thereof, or any material brought on the site of the work for use in the work or selected for the same, shall be deemed by CITY as unsuitable or not in conformity with the specifications, CONTRACTOR shall, after receipt of written notice thereof from CITY, forthwith remove such material and rebuild or otherwise remedy such work so that it shall be in full accordance with this contract. 9. CHANGES AND ALTERATIONS: CONTRACTOR further agrees that CITY may make such changes and alterations as CITY may see fit, in the line, grade, form, dimensions, plans or materials for the work herein contemplated, or any part thereof, either before or after the beginning of the construction, without affecting the validity of this contract and the accompanying Performance, Payment and Maintenance Bonds. If such changes or alterations diminish the quantity of the work to be done, they shall not constitute the basis for a claim for damages, or anticipated profits on the work that may be dispensed with. If the amount of work is increased, and the work can fairly be classified under the specifications, such increase shall be paid for according to the quantity actually done and at the unit price (as applicable). In case CITY shall make such changes or alterations which make useless any work already done or material already furnished or used in said work, then CITY shall compensate CONTRACTOR for any material or labor so used, and for any actual loss occasioned by such changes due to actual expenses incurred in preparation for the work as originally planned. 10. KEEPING OF PLANS, SPECIFICATIONS AND RECORD DRAWINGS ACCESSIBLE: The CITY OR DESIGN TEAM shall furnish CONTRACTOR with three (3) sets of plans and specifications, if desired, at no expense to CONTRACTOR. Additional sets of plans may be purchased from DESIGN TEAM. CONTRACTOR shall maintain, at the Job Site, one copy of all Drawings, Specifications, Addenda, approved Shop Drawings, and Change Orders, in good order and marked to record all changes made during construction, and updated daily. These shall be referred to as record drawings, and shall be available to CITY and DESIGN TEAM at all times with the latest revisions noted thereon. The As-Built drawings, marked to record all changes made during construction, shall be delivered to CITY upon completion of the Project, with a letter signed by CONTRACTOR stating that the record plans submitted show all changes made during construction. CONTRACTOR shall review the updated record drawings with CITY AND DESIGN TEAM, at the time of the monthly application for payment submittal. Failure of CONTRACTOR to maintain the record drawings shall be grounds for the withholding of that month’s application for payment submittal, until the record drawings are properly updated and reviewed. CONTRACTOR shall have a Registered Professional land Surveyor (RPLS) tie "as-built" locations of all valves, blow offs, manholes, inlets, bends, tees, crosses, P.C.’s, P.T.’s, and at every five hundred (500) feet along straight lines and curves on proposed mains. Horizontal and vertical data must be collected for each tie. Ties shall be made at the top of pipe and all control points and bench marks used in the survey shall be consistent with the plans and reported. Such work will be performed prior to backfill and the results furnished to the City. The points 523 Item 7. 15 shall be recorded and reviewed monthly on the "as-built" drawings. CONTRACTOR shall also provide an ASCII file containing point number, northing coordinate, easting coordinate, elevation, and point description for each tie and control point used in the survey. The ASCII file shall be submitted with the monthly invoice on Digital Video Disc (DVD) and at the end of the project with the "as- built" drawings in electronic format on a DVD accompanied with a hard copy print of the file. Construction As Built Surveying shall only be performed if called out as a bid item or listed as subsidiary to another bid item. 11. OWNERSHIP OF DRAWINGS: All drawings, specifications and copies thereof furnished by CITY OR DESIGN TEAM shall not be reused on other work and, with the exception of the signed contract sets, are to be returned to CITY on request, at the completion of the work. All models (if any) are the property of CITY. 12. ADEQUACY OF DESIGN/CONSTRUCTION: It is understood that CITY believes it has employed a competent team of engineers and designers. It is, therefore, agreed that DESIGN TEAM shall be responsible for the adequacy of the design, sufficiency of the Contract documents, the safety and integrity of the completed structure and the practicability of the operations of the completed project; provided CONTRACTOR has complied with the requirements of the said Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by CITY and DESIGN TEAM. CONTRACTOR is bound to perform his services to the standards of the industry. If CONTRACTOR determines the design to be inadequate, he shall notify CITY and DESIGN TEAM prior to construction the items he feels are inadequate. CONTRACTOR shall comply with the requirements of the Contract Documents, all approved modifications thereof, and additions and alterations thereto approved in writing by CITY. The burden of proof of such compliance shall be upon CONTRACTOR to show compliance with said requirements of the Contract Documents, approved modifications thereof and all approved additions and alterations thereto. 13. RIGHT OF ENTRY: The CITY reserves the right to enter the property or location on which the works herein contracted for are to be constructed or installed, by such agent or agents as he may elect, for the purpose of observing or inspecting the work, or for the purpose of constructing or installing such collateral work as said CITY may desire. 14. COLLATERAL CONTRACTS: The CITY agrees to provide by separate contract or otherwise, all labor and material essential to the completion of the work specifically excluded from this contract, in such manner as not to delay the progress of the work or damage said CONTRACTOR, except where such delays are specifically mentioned elsewhere in the Contract Documents. 15. DISCREPANCIES AND OMISSIONS: It is further agreed that it is the intent of this contract that all work must be done and all material must be furnished in accordance with the generally accepted practice, and in the event of any discrepancies between the separate contract documents. In the event that there is still any doubt as to the meaning and intent of any portion of the contract, specifications or drawings, DESIGN TEAM AND OR/CITY shall define which is intended to apply to the work. 16. EQUIPMENT, MATERIALS AND CONSTRUCTION AREA: CONTRACTOR shall be responsible for the care, preservation, conservation, and protection of all materials, supplies, machinery, equipment, tools, apparatus, accessories, facilities, all means and methods of construction, and any and all part of the work, whether CONTRACTOR has been paid, partially paid, or not paid for such work, until the entire work is completed and accepted. 17. DAMAGES: In the event CONTRACTOR is damaged in the course of the completion of the work by the act, neglect, omission, mistake or default of CITY, or of any other CONTRACTOR employed by CITY upon the work, thereby causing loss to CONTRACTOR, CITY agrees that he will reimburse to the extent allowable by law CONTRACTOR for such loss. In the event CITY is damaged in the course of the work by the act, negligence, omission, mistake or default of CONTRACTOR, or should CONTRACTOR unreasonably delay the progress of the work being done by others on the job so as to cause loss for which CITY becomes liable, then CONTRACTOR shall reimburse CITY for such loss. 524 Item 7. 16 18. PROTECTION AGAINST ACCIDENT TO EMPLOYEES AND THE PUBLIC: CONTRACTOR shall at all times exercise reasonable precautions for the safety of employees and others on or near the work and shall comply with all applicable provisions of Federal, State, and Municipal safety laws and building and construction codes. All machinery and equipment and other physical hazards shall be guarded in accordance with the "Manual of Accident Prevention in Construction", Latest Edition of the Associated General Contractors of America except where incompatible with Federal, State, or Municipal laws or regulations. CONTRACTOR shall provide such machinery guards, safe walkways, ladders, bridges, gangplanks, and other safety devices. The safety precautions actually taken and their adequacy shall be the sole responsibility of CONTRACTOR, acting at his discretion as an independent contractor. 19. PERFORMANCE, PAYMENT AND MAINTENANCE BONDS: Unless otherwise specified, it is further agreed by the parties to this Contract that CONTRACTOR will execute separate performance, payment and maintenance bonds, each in the sum of one hundred (100) percent of the total contract price, in standard forms for this purpose, guaranteeing faithful performance of the work and the fulfillment of any guarantees required, and further guaranteeing payment to all persons supplying labor and materials or furnishing him any equipment in the execution of the Contract, and further guaranteeing to make all necessary repairs, reconstruction and renewal of any part of said construction, and to furnish the labor and materials to make good and to repair any defective condition growing out of or on account of the breakage or failure of any substance or the improper function of any part of the constructed work, and reimburse the Owner for the costs of all design services required to be furnished by the Owner which are directly attributable to the restoration of the constructed work, and it is agreed that this Contract shall not be in effect until such performance, payment and maintenance bonds are furnished to and approved by CITY. Unless otherwise approved in writing by CITY, the Surety Company underwriting the bonds shall be licensed to do business in the State of Texas and be acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States. Unless otherwise specified, the cost of the premium for the performance and payment bonds shall be included in CONTRACTOR’S proposal. 20. LOSSES FROM CAUSES: Unless otherwise specified, all loss or damage to CONTRACTOR arising out of the nature of the work to be done, or from the action of the elements, or from any unforeseen circumstance in the prosecution of the same, or from unusual obstructions or difficulties which may be encountered in the prosecution of the work, shall be sustained and borne by CONTRACTOR at his own cost and expense. 21. PROTECTION OF ADJOINING PROPERTY: The said CONTRACTOR shall take proper means to protect the adjacent or adjoining property or properties in any way encountered, which might be injured or seriously affected by any process of construction to be undertaken under this Agreement, from any damage or injury by reason of said process of construction; and he shall be liable for any and all claims for such damage on account of his failure to fully protect all adjoining property. CONTRACTOR agrees to indemnify, save and hold harmless CITY and DESIGN TEAM against any claim or claims for damages due to any injury to any adjacent or adjoining property, arising or growing out of the performance of the contract; but any such indemnity shall not apply to any claim or any kind arising out of the existence or character of work. 22. PROTECTION AGAINST CLAIMS OF SUB- CONTRACTORS, WORKERS, MATERIAL MEN AND FURNISHERS OF MACHINERY, EQUIPMENT AND SUPPLIES: CONTRACTOR agrees that he will indemnify and save CITY and DESIGN TEAM harmless from all claims growing out of the lawful demands of sub-contractors, laborers, workmen, mechanics, material men and furnishers of machinery and parts thereof, equipment, power tools, and all supplies, including commissary, incurred in the furtherance of the performance of this contract. When so desired by CITY, CONTRACTOR shall furnish satisfactory evidence that all obligations of the nature hereinabove designated have been paid, discharged or waived. If CONTRACTOR fails so to do, then CITY may withhold from CONTRACTOR’S unpaid compensation a sum of money deemed reasonably sufficient to liquidate any and all such lawful claims until satisfactory evidence is furnished that all liabilities have been fully discharged, whereupon payments to 525 Item 7. 17 CONTRACTOR shall be resumed in full, in accordance with the terms of this contract, but in no event shall the provisions of this sentence be construed to impose any obligation upon CITY by either CONTRACTOR or his Surety. 23. PROTECTION AGAINST ROYALTIES OR PATENTED INVENTION: CONTRACTOR shall pay all royalties and license fees, and shall provide for the use of any design, device, material or process covered by letters patent or copyright by suitable legal agreement with the patentee or CITY. CONTRACTOR shall defend all suits or claims for infringement of any patent or copyright rights and shall indemnify and save CITY, and DESIGN TEAM harmless from any loss on account thereof. If the material or process specified or required by CITY and/or DESIGN TEAM is an infringement, CONTRACTOR shall be responsible for such loss unless he promptly gives such information to CITY. 24. LAWS AND ORDINANCES: CONTRACTOR shall at all times observe and comply with all Federal, State and local laws, ordinances and regulations, which in any manner affect the contract or the work, and with the execution of this contract shall indemnify and save harmless CITY and DESIGN TEAM against any claim arising from the violation of any such laws, ordinances, and regulations whether by CONTRACTOR or his employees, except where such violations are called for by the provisions of the Contract Documents. If CONTRACTOR observes that the plans and specifications are at variance therewith, he shall promptly notify CITY and DESIGN TEAM in writing, and any necessary changes shall be adjusted as provided in the contract for changes in the work. If CONTRACTOR performs any work knowing it to be contrary to such laws, ordinances, rules and regulations, and without such notice to CITY and DESIGN TEAM, he shall bear all costs arising therefrom. In case CITY is a body politic and corporate, the law from which it derives its powers, insofar as the same regulates the objects for which, or the manner in which, or the conditions under which CITY may enter into contract, shall be controlling, and shall be considered as part of this contract, to the same effect as though embodied herein. 25. ASSIGNMENT AND SUBLETTING: CONTRACTOR further agrees that he will retain personal control and will give his personal attention to the fulfillment of this contract and that he will not assign by Power of Attorney, or otherwise, or sublet said contract without the written consent of CITY, and that no part or feature of the work will be sublet to anyone objectionable to DESIGN TEAM or CITY. CONTRACTOR further agrees that the subletting of any portion or feature of the work, or materials required in the performance of this contract, shall not relieve CONTRACTOR from his full obligations to CITY as provided by this Agreement. 26. INDEMNIFICATION: CONTRACTOR with the execution of this contract shall defend, indemnify and hold harmless CITY and DESIGN TEAM and their respective officers, agents and employees, from and against all damages, claims, losses, demands, suits, judgments and costs, including reasonable attorneys' fees and expenses, rising out of or resulting from the performance of the work, provided that any such damages, claim, loss, demand, suit, judgment, cost or expense: A. Is attributable to bodily injury, sickness, disease or death or to injury to or destruction of tangible property (other than the work itself) including the loss of use resulting therefrom; and B. Is caused in whole or in part by any negligent act or omission of CONTRACTOR, any Subcontractor, anyone directly or indirectly employed by any one of them or anyone for whose acts any of them may be liable, regardless of whether or not it is caused in part by a party indemnified hereunder. The obligation of CONTRACTOR under this Paragraph shall not extend to the liability of CITY or DESIGN TEAM, his agents or employees arising out of the preparation or approval of maps, drawings, reports, surveys, Change Orders, designs or specifications, or the giving of or the failure to give directions or instructions by DESIGN TEAM, his agents or employees, provided such giving or failure to give is the primary cause of the injury or damage. In the performance of this contract, CONTRACTOR agrees to assume liability for doing or failing to do anything that may result in the death of or bodily injury to any person and loss of or damage to any property. CONTRACTOR agrees to provide all necessary safeguards and to take all proper precautions against the 526 Item 7. 18 occurrence of accidents, injuries or damages to any persons or property and to be responsible for and to indemnify and save harmless CITY and DESIGN TEAM from all loss or damage to any or all claims rising by reason of accidents, injuries or damage to any persons, including the employees and agents of CONTRACTOR, and sub-contractor, or CITY or any property in connection with work pursuant to this contract, regardless of the degree of supervisory capacity any agent employee of CITY might have, and from all fines, penalties or loss incurred by reason of the violation of any law, regulation or ordinance. CONTRACTOR further agrees to defend, at CONTRACTOR’S expense, any and all suits or actions, civil or criminal arising out of such claims or matters. 27. TIME AND ORDER OF COMPLETION: It is the meaning and intent of this contract, unless otherwise herein specifically provided, that CONTRACTOR shall be allowed to prosecute his work at such time and seasons, in such order of precedence, and in such manner as shall be most conducive to economy of construction: provided, however, that the order and the time of prosecution shall be such that the work shall be completed as a whole and in part, in accordance with this contract, the plans and specifications, and within the time of completion designated in the Proposal; provided, also, that when CITY is having other work done, either by contract or his own force, CITY may direct the time and manner of constructing the work done under this contract, so that conflicts will be avoided and the construction of the various works being done for CITY shall be harmonized. CONTRACTOR shall submit, at such times as may reasonably be requested by CITY OR DESIGN TEAM, schedules which shall show the order in which CONTRACTOR proposes to carry on the work, with dates at which CONTRACTOR will start multiple parts of the work, and estimated dates of completion of the multiple parts. 28. EXTENSION OF TIME: Should CONTRACTOR be delayed in the completion of the work by any act or neglect of CITY, or by other contractors employed by CITY, or by changes ordered in the work, or by strikes, lockouts, fires and unusual delays by common carriers, or unavoidable causes beyond CONTRACTOR’S control, or by any cause which DESIGN TEAM shall decide justifies the delay, then an extension of time shall be allowed for completing the work, sufficient to compensate for the delay, the amount of the extension, to be determined by DESIGN TEAM, provided however, that CONTRACTOR shall give DESIGN TEAM notice in writing of the cause of such delay within thirty (30) days of the event. The CITY shall have thirty (30) days from the time CONTRACTOR submits his request for the extension of time to respond in writing as to the approval or denial. If the extension is denied, the requirement for Failure to Complete Work on Time will be enforced as specified in the contract. 29. HINDRANCES AND DELAYS: CONTRACTOR shall make no claims for damages resulting from hindrances or delays from any cause (except where the work is stopped by order of CITY) during the progress of any portion of the work embraced in this contract. In case said work shall be stopped by the act of CITY, then such expense as in the judgment of DESIGN TEAM is caused by CITY; CITY shall pay such stoppage of said work to CONTRACTOR. 30. QUANTITIES AND MEASUREMENTS: No extra or customary measurements of any kind will be allowed, but the actual measured and/or computed length, area, solid contents, number and weight only shall be considered, unless otherwise specifically provided. 31. ESTIMATED QUANTITIES: This agreement, including the specifications and plans, is intended to show clearly all work to be done and material to be furnished hereunder. Where the estimated quantities are shown for the various work to be done and material to be furnished under this contract, they are approximate and are to be used only as a basis for estimating the probable cost of the work and for comparing the proposals offered for the work. It is understood and agreed that the actual amount of work to be done and material to be furnished under this contract may differ somewhat from these estimates, and that where the basis for payment under this contract is the unit price method, payment shall be for the actual amount of such work done and the material furnished. Where payment is based on the unit price method, CONTRACTOR agrees that he will make no claim for damages, anticipated profits or otherwise on account of 527 Item 7. 19 any differences which may be found between the quantities of work actually done, the material actually furnished under this contract and the estimated quantities contemplated and contained in the specifications and plans; provided, however, that in case the actual quantity of any major item should become as much as twenty-five (25%) percent more than or twenty-five (25%) percent less than the estimated or contemplated quantity for such items, then either party to this Agreement upon demand, shall be entitled to a revised consideration upon the portion of the work above or below twenty-five (25%) percent of the estimated quantity. A "Major Item" shall be construed to be any individual bid item included in the proposal that has a total cost equal to or greater than five (5) percent of the NOT TO EXCEED TOTAL AMOUNT OF BID or any item that exceeds twenty-five thousand dollars ($25,000). Any revised consideration is to be determined by agreement between the parties, otherwise by the terms of this Agreement, as provided under "Extra Work." 32. PRICE OF WORK: In consideration of the furnishing of all the necessary labor, equipment and material, and the completion of all work by CONTRACTOR, and on the completion of all work and of the delivery of all material embraced in this Contract in full conformity with the specifications and stipulations herein contained, CITY agrees to pay CONTRACTOR the prices set forth in the Proposal, which has been made a part of this request for bid document. CONTRACTOR hereby agrees to receive such prices in full for furnishing all material and all labor required for the aforesaid work, also for well and truly performing the same and the whole thereof in the manner and according to this Agreement. 33. PARTIAL PAYMENTS: Except as otherwise provided by the Contract, between the 25th day and the last day of each month CONTRACTOR shall make an estimate of the value of the work done during the month under the specifications. CONTRACTOR shall prepare the estimate on a form approved by CITY. CONTRACTOR shall forward the estimate required above to CITY and DESIGN TEAM by not later than the last day of the month. The monthly estimate may include acceptable nonperishable materials delivered to and stored at the work site or an insured storage facility accessible to CITY; payment for such stored materials shall be allowed on the same percentage basis of the value as provided hereinafter. The monthly estimate shall also provide such supporting documentation as CITY and DESIGN TEAM or the other applicable provisions of the specifications may require. The CITY and DESIGN TEAM shall verify that CONTRACTOR'S estimate matches the total value of work done and acceptable non-perishable materials delivered to the work site or insured storage facility, based upon the bid proposal prices and quantities measured or verified by CITY and DESIGN TEAM. In the event of a discrepancy between quantities of work as shown in CONTRACTOR'S estimate and measured quantities as shown in CITY and DESIGN TEAM’S verification, CITY and DESIGN TEAM’S determination or measurement shall be final, and CONTRACTOR'S estimate shall be adjusted to reflect the quantities of work as shown by DESIGN TEAM and CITY’s verification. Payment shall be made by CITY about thirty (30) days after receipt of the estimate from CONTRACTOR. The payment shall be for the total amount of the approved estimate; less a retainage of ten (10) percent of the completed work for contracts under four hundred thousand ($400,000). It is understood, however, that in case the whole work be near to completion and some unexpected and unusual delay occurs due to no fault and neglect on the part of CONTRACTOR and CITY, then CITY may - upon written recommendation of DESIGN TEAM - pay a reasonable and equitable portion of the retained percentage to CONTRACTOR, or CONTRACTOR at CITY'S option, may be relieved of the obligation to fully complete the work and, thereupon, CONTRACTOR shall receive payment of the balance due him under the contract subject only to the conditions stated under "Final Payment." CITY shall not be liable for interest on any late or delayed payment caused by any claim or dispute, any discrepancy in quantities as described above, any failure to provide supporting documentation or other information required with the estimate or as a precondition to payment under the Contract, or due to any payment CITY has a right to withhold under the Contract. No pay estimate requests shall be considered unless submitted with the following items as one complete package: 528 Item 7. 20 · Updated Construction Schedule · SWPPP Reports (Storm Water Pollution Prevention Program) if required · All test reports for the month (or payment period duration) · Updated as-built drawings reviewed by City Inspector Note: A check list of these items shall be accompanied by a given pay estimate and shall be initialed by the City Inspector prior to processing. (Please see Attachment 1 of these bid documents). CONTRACTOR shall submit to CITY and DESIGN TEAM a Schedule of Values for each Lump Sum item of work for review and approval 20 days before the work is scheduled to be performed. CONTRACTOR shall itemize in the Schedule of Values the actual costs to CONTRACTOR to perform the various parts of the Lump Sum item work which shall include a reasonable overhead and profit cost item. Partial payment for Lump Sum items shall be made based on the value and percentage of the work in the bid item completed, as approved by DESIGN TEAM and CITY and as reflected in the Schedule of Values. CONTRACTOR shall furnish to DESIGN TEAM and CITY such detailed information as DESIGN TEAM and CITY may request to assist in the review of monthly estimates. It is understood that the monthly estimates shall be approximate only, and all monthly estimates and partial payments shall be subject to correction in the estimate rendered following the discovery of an error in any previous estimate, and such estimate shall not in any respect be taken as an admission of DESIGN TEAM and CITY of the amount of work done or of its quality or sufficiency nor as an acceptance of the work or the release of CONTRACTOR of any of its responsibility under the Contract. 34. USE OF COMPLETED PORTIONS: The CITY shall have the right to take possession of and use any completed or partially completed portions of the work, notwithstanding the fact that the time for completing the entire project or such portions may not have expired, such taking possession and use shall not be deemed as acceptance of any work completed in accordance with the Contract Documents. If such prior use increases the cost of or delays the project, CONTRACTOR shall be entitled to such extra compensation, or extension of time, or both, as DESIGN TEAM may determine. CONTRACTOR shall notify CITY and DESIGN TEAM when, in CONTRACTOR’S opinion, the contract is "substantially completed" and when so notifying CITY and DESIGN TEAM, CONTRACTOR shall furnish to CITY and DESIGN TEAM in writing a detailed list of unfinished work. The CITY and DESIGN TEAM will review CONTRACTOR’S list of unfinished work and will add thereto such items as CONTRACTOR has failed to include. The "substantial completion" of the structure or facility shall not excuse CONTRACTOR from performing all of the work undertaken, whether of a minor or major nature, and thereby completing the structure or facility in accordance with the Contract Documents. 35. FINAL COMPLETION AND ACCEPTANCE: After CONTRACTOR has given CITY and DESIGN TEAM written notice that the work has been completed, DESIGN TEAM and CITY shall inspect such work; if the work is found to be satisfactorily completed in accordance with the Contract Documents, DESIGN TEAM shall notify CITY to start processing project final reconciliation documents. After these documents have been executed by all parties, it shall be the duty of CITY to issue a letter of acceptance within 10 days from the date when final reconciliation documents have been executed or advise CONTRACTOR in writing of the reason for non-acceptance. 36. FINAL PAYMENT: Upon notification by CONTRACTOR of the completion of the project, DESIGN TEAM shall proceed to make final inspections of all work performed and materials furnished under the terms of this agreement and certify the same to CITY with the "CONTRACTOR’S Affidavit of Final Payment and Release". The balance due CONTRACTOR, under terms of this Agreement, provided CONTRACTOR has fully performed contractual obligations under the terms of this contract; and said payment shall become due in any event upon said performance by CONTRACTOR. Neither the Letter of Acceptance nor the final payment nor any provision in the Contract Documents, shall relieve CONTRACTOR of the obligation for fulfillment of any warranty, which may be required. 37. PAYMENT WITHHELD: The CITY may, on account of subsequently discovered evidence, withhold or nullify the whole or part of any certificate to such extent as may be necessary to protect itself from loss on account of: · Defective work not remedied. · Claims filed or reasonable evidence indicating probable filing of claims. · Failure of CONTRACTOR to make payment properly to sub-contractors or for material or labor. · Damage to another contractor. · Reasonable doubt that the work can be completed for the unpaid balance of the contract amount. · Reasonable indication that the work will not be completed within the contract time. 529 Item 7. 21 When CONTRACTOR provides a Surety Bond satisfactory to CITY, which will protect CITY in the amount withheld, payment shall be made for amounts withheld because of them. 38. DELAYED PAYMENTS: Should CITY fail to make payment to CONTRACTOR of the sum named in any partial or final statement, when payment is due, CITY shall be re-notified in writing to pay CONTRACTOR with copy of the invoice. In the event payment not be promptly made, as provided under "Partial Payments," to CONTRACTOR at any time thereafter CONTRACTOR may treat the contract as abandoned by CITY and recover compensation, as provided under "Abandonment of Contract," unless such payments are withheld in accordance with the provisions of "Payment Withheld." 39. MATERIALS ON HAND: The CITY and DESIGN TEAM shall determine and specify in the bid documents which items (if any) warrant materials on-hand consideration. Only Approved materials purchased and stored more than thirty days before use may be considered for materials on-hand. Prior to the reimbursement of materials on-hand, CONTRACTOR shall furnish CITY with paid invoices for such materials including other supporting documents CITY may deem necessary. Upon receipt of such invoices, CITY will revise the corresponding pay items to reflect a line item for labor and another for material. The total price of these two-line items shall equal the total price of the whole item. The maximum material unit cost shall not exceed 60% of the total unit price of labor and material. CONTRACTOR shall have complete fiscal responsibility as to the safety of the materials on-hand including storage costs and shall protect such materials against theft and other calamities. Contractor shall make arrangements for the storage of the materials on-hand with installation made in a timely manner. Legitimate citizens’ complaints shall be accommodated by CONTRACTOR. Measurement and payment for labor costs of such materials shall be made as materials are consumed. Measurement and payment for both material and labor cost shall be made per items 33 – 38 above. 40. CHANGE ORDERS: Without invalidating this Agreement, CITY may, at any time, order additions, deletions or revisions to the work; such changes will be authorized by Change Order to be prepared by DESIGN TEAM for execution by CITY and CONTRACTOR. The Change Order shall set forth the basis for any change in contract price, as hereinafter set forth for "Extra Work", and any change in contract time, which may result from the change. In the event CONTRACTOR shall refuse to execute a Change Order which has been prepared by DESIGN TEAM and executed by CITY, DESIGN TEAM may, in writing, instruct CONTRACTOR to proceed with the work as set forth in the Change Order and CONTRACTOR may make claim against CITY for "Extra Work" involved therein, as hereinafter provided. Any increase in the original contract by more than twenty fire percent (25%) shall trigger additional bidding requirements. 41. MINOR CHANGES: The DESIGN TEAM may authorize minor changes in the work by field order not inconsistent with the overall intent of the Contract Documents and not involving an increase in Contract price. If CONTRACTOR believes that any minor change or alteration authorized by DESIGN TEAM involves Extra Work and entitles him to an increase in the Contract price, CONTRACTOR shall make written request to DESIGN TEAM for a written Change Order. In such case, CONTRACTOR, by copy of his communication to DESIGN TEAM or otherwise in writing shall advise CITY of his request to DESIGN TEAM for a written Change Order and that the work involved may result in an increase in the Contract price. Any request by CONTRACTOR for a change in Contract price shall be made prior to beginning the work covered by the Proposed Change. 530 Item 7. 22 42. VARIANCE FROM SPECIFIC COMPLIANCE: CONTRACTOR may seek a Change Order allowing variance from specific requirements of the contract documents in situations where portions of the project are already on hand, constructed or installed and found to be at variance with specific contract requirements and where destructive removal or similar radical measures are the only way to obtain specific compliance. In such event, CONTRACTOR shall, at his own expense, secure services of a Texas Licensed Professional other than any DESIGN TEAM members to analyze, test, study and otherwise evaluate the circumstances and to summarize his findings, recommendations and conclusions in writing under his professional seal. CONTRACTOR shall submit such summary to DESIGN TEAM, along with his request either for: (1) full acceptance of the variance "as is", if it is conclusive in the opinion of CITY and DESIGN TEAM that the finished product fully meets the intended purpose and use and is not generally diminished in quality, or; (2) proposed modifications to render the item acceptable, or; (3) proposed price credit to be allowed provided the item is acceptable for its intended use, even though of measurably diminished quality, (or combinations thereof). DESIGN TEAM shall review such information and submit to CITY with comments, and a Change Order shall be executed if both CONTRACTOR and CITY mutually agree upon the matter. All code and life safety minimum specifications shall be met. No variances will be allowed. Any code, life safety or other construction deficiency shall be proved, removed and replaced. 43. EXTRA WORK: It is agreed that the basis of compensation to CONTRACTOR for work either added or deleted by a Change Order or for which a claim for Extra Work is made shall be determined by one or more of the following methods: Method (A)-By agreed unit prices; or Method (B)-By agreed lump sum; or No claim for Extra Work of any kind will be allowed unless ordered in writing by DESIGN TEAM and approved by CITY. In case any orders or instructions, either oral or written, appear to CONTRACTOR to involve Extra Work for which he should receive compensation or an adjustment in the construction time, he shall make written request to DESIGN TEAM for written order authorizing such Extra Work. 44. ARBITRATION: There are no provisions for "arbitration" in this contract. 45. TIME OF FILING CLAIMS: It is further agreed by both parties hereto that all questions of dispute or adjustment presented by CONTRACTOR shall be in writing and filed with DESIGN TEAM within thirty (30) days after DESIGN TEAM has given any directions, order, instruction or any event to which CONTRACTOR desires to take exception. The DESIGN TEAM shall reply within thirty (30) days to such written exceptions by CONTRACTOR and render his final decision in writing. It is further agreed that final acceptance of the final payment shall be a bar to any claims by either party, except where noted otherwise in the Contract Documents. 46. ABANDONMENT BY CONTRACTOR: The work, or any portion of the work under contract, shall be suspended immediately on written order of CITY declaring CONTRACTOR to be in default. A copy of such notice shall be served on CONTRACTOR’S Surety. The contract may be terminated by CITY for any good cause or causes, among others of which special reference is made to the following: A. Failure of CONTRACTOR to start the work within ten (10) days from date specified in the written work order issued by CITY to begin the work; B. Substantial evidence that the progress of the work being made by CONTRACTOR is insufficient to complete the work within the specified working time; C. Failure of CONTRACTOR to provide sufficient and proper equipment, materials or construction forces for properly executing the work; D. Substantial evidence or notification that CONTRACTOR has abandoned the work or discontinuance of the performance of the work or any part thereof and failure to resume performance within a reasonable time after notice to do so; E. Substantial evidence that CONTRACTOR has become insolvent or bankrupt, or otherwise financially unable to carry on the work; F. Deliberate failure on the part of CONTRACTOR to observe any requirements of these specifications or to comply with any orders given by DESIGN TEAM as provided for in these specifications; G. Failure of CONTRACTOR to promptly make good any defects in materials or workmanship, or any 531 Item 7. 23 defects of any nature, the correction of which has been directed in writing by CITY; H. Substantial evidence of collusion for the purpose of illegally procuring a contract or perpetrating fraud on CITY in the construction of work under contract; I. Repeated and flagrant violations of safe working procedures; J. The filing by CONTRACTOR of litigation against CITY prior to final completion of the work. K. Failure of CONTRACTOR to maintain proper financial responsibility and to maintain the required bonding, insurance or payments to suppliers and subcontractors. L. Failure of CONTRACTOR to provide a Project Superintendent and accompanying staff as required for successful carrying out of the work extents and duration. When the work is suspended for any of the causes itemized above, or for any other cause or causes, CONTRACTOR shall discontinue the work or such part thereof as CITY shall designate, whereupon the Surety may either at its option assume the Contract or that portion thereof which CITY has ordered CONTRACTOR to discontinue and perform the same or, with the written consent of CITY, sublet the same, provided, however, that the Surety shall exercise its option within two weeks after the written notice to discontinue the work has been served upon CONTRACTOR and upon the Surety or its authorized agents. The Surety in such event shall assume CONTRACTOR’S place in all respects and shall be paid by CITY for all work performed by it in accordance with the terms of the Contract, but in no event shall such payments exceed the Contract amount, regardless of the cost to the Surety to complete the work. All monies remaining due CONTRACTOR at the time of their default shall thereupon become due and payable to the Surety as the work progresses, subject to all terms of the Contract. In case the Surety does not, within the hereinabove specified time, exercise its obligation to assume the Contract or that portion thereof which CITY has ordered CONTRACTOR to discontinue, then CITY shall have the power to complete by contract or otherwise, as it may determine, the work herein described or such part thereof as it may deem necessary; and CONTRACTOR hereto agrees that CITY shall have the right to take possession of or use any or all of the materials, tools, equipment, supplies and property of every kind provided by CONTRACTOR for the purpose of their work and to procure other tools, equipment and materials for the completion of the same and to charge to the account of CONTRACTOR the expense of said contract for labor, materials, tools, equipment and expenses incident thereto. The expense so charged shall be deducted by CITY out of such monies as may be due or may at any time thereafter become due CONTRACTOR under and by virtue of the Contract or any part thereof. The CITY shall not be required to obtain the lowest bid for the work of completing the Contract, but the expenses to be deducted shall be the actual cost of such work. In case such expense is less than the sum which would have been payable under the contract if the same had been completed by CONTRACTOR, then in such case CITY may pay CONTRACTOR the difference in the cost, provided that CONTRACTOR shall not be entitled to any claim for damages or for loss of anticipated profits. In case such expense shall exceed the amount which would have been payable under the contract if the same had been completed by CONTRACTOR, CONTRACTOR and their Surety shall pay the amount of the excess to CITY on notice from CITY for excess due including any costs incurred by CITY, such as inspection, legal fees and liquidated damages. When any particular part of the work is being carried on by CITY by contract or otherwise under the provisions of this section, CONTRACTOR shall continue the remainder of the work in conformity with the terms of the Contract and in such manner as not to hinder or interfere with the performance of workmen employed as above provided by CITY or Surety. 47. ABANDONMENT BY CITY: In case CITY shall fail to comply with the terms of this Contract, and should fail or refuse to comply with said terms within ten (10) days after written notification by CONTRACTOR, then CONTRACTOR may suspend or wholly abandon the work, and may remove therefrom all machinery, tools and equipment, and all materials on the site of work that would have not been included in payments to CONTRACTOR and have not been wrought into the work. And thereupon DESIGN TEAM shall make an estimate of the total amount earned by CONTRACTOR, which estimate shall include the value of all work actually completed by said CONTRACTOR, (at the prices stated in the attached proposal where unit prices are used), the value of all partially completed work at a fair and equitable price, and the amount of all extra work performed at the prices agreed upon, or provided for by the terms of this Contract, and a reasonable sum to cover the cost of any provisions made by CONTRACTOR to carry the whole work to completion and which cannot be utilized. The DESIGN TEAM shall then make a final statement of the balance due CONTRACTOR by deducting from the above estimate all previous payments by CITY and all other sums that may be retained by CITY under the terms of this Agreement and shall certify same to CITY who shall pay to CONTRACTOR on or before thirty (30) days after the date of the notification by 532 Item 7. 24 CONTRACTOR the balance shown by said final statement as due CONTRACTOR, under the terms of this Agreement. 48. FAILURE TO COMPLETE WORK ON TIME: If CONTRACTOR fails to complete the Contract in the number of calendar days bid or the calendar date specified in the Bid, the time charge will be made for each calendar day thereafter. The time set forth in the proposal for the completion of the work is an essential element of the Contract. For each calendar day under the conditions described in the preceding paragraph that any work shall remain incomplete after the expiration of the calendar days allowed, the amount per day given in the following schedule will be deducted from the money due or to become due CONTRACTOR, not as a penalty, but as liquidated damages for the added expense of CITY staff, DESIGN TEAM and inspection involvement: FOR AMOUNT OF CONTRACT AMOUNT OF LIQUIDATED DAMAGES $25,000 or less $ 150 $25,001 to $100,000 $ 250 $100,001 to $1,000,000 $ 500 $1,000,001 to $10,000,000 More than $10,000,000 $ 1,000 $2,500 In the alternative, if the actual damages are capable of being determined, those damages shall be deducted from the amounts due CONTRACTOR instead of the liquidated damages amount, and a notation of such damages shall be made at the time of payment, if not agreed upon earlier. 49. REJECTED MATERIALS: All materials which have been rejected or condemned by CITY, DESIGN TEAM or inspector shall be immediately removed from the work site at CONTRACTOR’S expense. 50. MATERIALS AND WORKMANSHIP: No material which has been used by CONTRACTOR for any temporary purpose whatsoever is to be incorporated in the permanent structure. Where materials or equipment are specified by a trade or brand name, it is not the intention of CITY to discriminate against an equal product of another manufacturer, but rather to set a definite standard of quality of performance, and to 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 CITY and DESIGN TEAM. 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 specification in connection with a material, manufactured article or process, unless a substitute shall be approved in writing by CITY and DESIGN TEAM, CITY and DESIGN TEAM shall have the right to require the use of such specifically designated material, article or process. 51. STORAGE: Materials delivered to the site of the work in advance of their use shall be stored so as to cause the least inconvenience to the public and in a manner satisfactory to CITY and DESIGN TEAM or per project specifications. 52. REMOVAL OF DEFECTIVE AND UNAUTHORIZED WORK: All work which has been rejected or condemned shall be repaired, or if it cannot be repaired satisfactorily, it shall be removed and replaced at CONTRACTOR’S expense. Defective materials shall be immediately removed from the site of the work. Work done without proper inspection or any extra or unclassified work done without written authority and prior agreement in writing as to prices, shall be done at CONTRACTOR’S risk, and will be considered unauthorized, and at the option of DESIGN TEAM, may not be measured and paid for, and may be ordered removed at CONTRACTOR’S expense. 53. ACCESS TO CONSTRUCTION SITE: It is CONTRACTOR’S responsibility to provide all-weather access to the construction site at no extra pay unless noted otherwise under separate items. CONTRACTOR shall provide all-weather access to City inspectors, Materials testing staff and Emergency response vehicles and personnel throughout the construction period. CONTRACTOR shall restore all disturbed construction areas to pre-construction condition or better at no extra pay. 54. PROJECT CLEAN-UP: CONTRACTOR shall be aware that keeping the project site in a neat and orderly condition is considered an integral part of the contracted work and as such shall be considered subsidiary to the appropriate bid items. Clean up work shall be done as need or directed by CITY and/or DESIGN TEAM as the work progresses. If, in the opinion of CITY and/or DESIGN TEAM it is necessary, clean-up shall be done on a daily basis. Clean up work shall include, but not be limited to: · Removing the trash, paper, rubbish and debris resulting from operations · Sweeping streets clean of dirt or debris · Alleviating any dust nuisance in the work area · Storing excess material in appropriate and organized manner 533 Item 7. 25 · Keeping trash of any kind off of property not in the work area If CITY and/or DESIGN TEAM does not feel that the jobsite has been kept in an orderly condition, on the next estimate payment (and all subsequent payments until completed) the appropriate bid item(s) will be reduced by 25%. Upon completion of the work and before final acceptance and final payment shall be made, CONTRACTOR shall completely clean and remove from the site of the work all equipment, construction materials, surplus and discarded materials, temporary structures and debris of every kind. CONTRACTOR shall leave the site of the work in a neat and orderly condition equal to that which originally existed, or as called for in the Contract Documents. Surplus and waste materials removed from the site of the work shall be disposed of at locations satisfactory to CITY and/or DESIGN TEAM, and at CONTRACTOR’S sole cost. 55. CLEANUP FOR FINAL ACCEPTANCE: CONTRACTOR shall make a final cleanup of all parts of the work before final acceptance by CITY and DESIGN TEAM. This cleanup shall restore the site of the work to an orderly manner true to original grade and appearance. Impacts shall not be made to adjacent private or public property without written permission filed with CITY. 56. WATER FOR CONSTRUCTION: At the expense of CITY, the water required for construction may be obtained by CONTRACTOR from the water system of CITY by making arrangements with the City of Sanger’s Parks and Recreation Department (940.458.2718). 57. PROJECT MAINTENANCE: CONTRACTOR shall maintain and keep in good repair the improvements covered by the Contract Documents during the life of the Contract and for a period of one year after completion and acceptance of the project by the City of Sanger. During such time he shall, at his own expense, furnish all labor, materials, tools and equipment required and shall make such repairs and renewals or shall perform such work or reconstruction as may be necessary by any structural or functional defect or failure resulting from neglect, faulty workmanship or faulty materials in any part of the work performed by him. Notice to CONTRACTOR that repairs, renewals or reconstruction is required under this provision of the Contract may be made in the form of any written or electronic correspondence, signed by CITY or DESIGN TEAM. CONTRACTOR is responsible to take immediate action to fix or repair any utility outage or hazardous condition due to construction failure within four (4) hours after notification. In case CONTRACTOR is not able to fulfill this responsibility, CITY will take the necessary action to correct the problem. The cost of such action(s) will be paid by CONTRACTOR. 58. PROTECTION OF SITE, EXISTING STRUCTURES AND UTILITIES: CONTRACTOR shall protect all existing conditions including, but not limited to, structures, walks, pipelines, sprinkler systems, trees, shrubbery, lawns, utilities, facilities and other improvements during the progress of his work and shall remove from the site all debris and unused materials at CONTRACTORS’ expense. 59. LOCATION AND PROTECTION OF EXISTING STRUCTURES AND UTILITIES: In the preparation of plans and specifications, DESIGN TEAM has endeavored to indicate the location of existing underground utility lines, which are known. No attempt has been made to show minor lines or service lines; however, it is not guaranteed that all major lines or structures have been shown on the plans. Prior to the start of construction, CONTRACTOR shall communicate with local representatives of the utility companies, including, but not limited to, Gas Company, Telephone Company, Electric Company, Cable Company, and any other public and private utility companies, and advise said representatives of the route of the proposed construction in order to obtain the assistance of the utility companies in the location of and in the avoidance of the conflicts with utility lines. CONTRACTOR shall uncover and determine the elevation and location of all conflicts well ahead of any excavation. Where excavation endangers adjacent structures and utilities, CONTRACTOR shall, at his own expense, carefully support and protect all such structures and/or utilities so that there will be no failure or settlement. Where it is necessary to move services, poles, guy wires, pipelines, or other obstructions, CONTRACTOR shall notify and cooperate with the structure and/or utility OWNER. In case damage to any existing structure or utility occurs, whether failure or settlement, CONTRACTOR shall restore the structure or utility to its original condition and position at the sole expense of CONTRACTOR. All costs of temporarily or permanently supporting or relocating conflicting structures or utilities shall be borne by CONTRACTOR. Prior to commencing construction, CONTRACTOR shall furnish the utility owners of such known utilities with copies of the plans showing the proposed construction. As the construction commences and progresses, it shall be CONTRACTOR’S responsibility to make arrangements with the utility owners of such utilities to uncover them or otherwise confirm their location if there appears to be any probability of conflict with the proposed project under construction. The cost of uncovering and locating such utilities shall be borne by CONTRACTOR unless the utility 534 Item 7. 26 company involved takes care of it or unless payment to CONTRACTOR for such work is specifically provided in the Contract Documents. If any such existing utilities are in direct physical conflict with the proposed project being constructed, CONTRACTOR may be compensated for extra work if approved by CITY that CONTRACTOR is required to perform to resolve such conflict. CONTRACTOR will not be allowed extra compensation on the basis of inconveniences resulting from working near such utilities that are close to, but not in direct conflict with the project, however. CONTRACTOR shall also be responsible for notifying the owner of such utility or any damages resulting from work by CONTRACTOR. 60. CONSTRUCTION MEANS AND METHODS: CONTRACTOR shall abide by all applicable federal, state and local laws governing construction and related activities. All construction work shall meet Occupational Safety and Health Administration (OSHA) standards that are in effect at the time of Bid Opening. 61. PROPERTY LINES AND MONUMENTS: CONTRACTOR shall protect all property corner markers and when such markers or monuments are in danger of being disturbed, they shall be properly referenced and if disturbed shall be reset at the expense of CONTRACTOR by a Surveyor Registered in the State of Texas. 62. BARRICADES AND DANGER SIGNALS: Where the work is carried on in or adjacent to any street, alley or public place, CONTRACTOR shall furnish, erect, maintain, and remove such barricades, fences, lights, control signs and other danger signals; shall provide such watchmen and shall take such other precautionary measures for the protection of persons or property and of the work as are necessary. Barricades shall conform to the Texas Manual on Uniform Traffic Control Devices, Latest Edition. From sunset to sunrise, CONTRACTOR shall furnish and maintain sufficient lights at each barricade. A sufficient number of barricades or linear feet of fencing shall be erected to keep vehicles from being driven on or into any work under construction. CONTRACTOR shall furnish watchmen in sufficient number as required to protect the work when/where applicable. All items associated with traffic control shall be included at no extra pay unless specified otherwise in the Contract Documents. CONTRACTOR must notify the Parks and Recreation Department (940.458.2718) prior to the removal and/or installation of any permanent signs. CONTRACTOR will be held responsible for all damage to the work due to the failure of barricades, signs, lights and watchmen to protect it, and whenever evidence is found of such damage, CITY and/or DESIGN TEAM may order the damaged portion immediately removed and replaced by CONTRACTOR at his cost and expense. CONTRACTOR’S responsibility for the maintenance of barricades, signs and lights and for providing watchmen shall not cease until CITY has accepted the project. 63. TESTING OF MATERIALS: The CITY shall provide geotechnical and structural testing for all projects unless specified otherwise. CONTRACTOR shall be responsible for notifying CITY’s testing firm at least 24 hours prior to any required testing. CONTRACTOR shall coordinate all testing activities with CITY and its inspector and shall facilitate testing firm staff throughout the construction period. The inspector shall be present during all testing. All pipe, fittings, and other construction materials shall be inspected for defects and conformance to City of Sanger Standards prior to placement, installation, or erection. All testing results will be submitted to CONTRACTOR, DESIGN TEAM and CITY within 5 days of testing. The CITY and DESIGN TEAM shall make final decision as to the validity of all testing results. CONTRACTOR shall be responsible for ensuring that materials to be tested are in compliance with all plans and specifications prior to testing. All materials found not to be in compliance with the plans and specifications before and after testing shall be removed and replaced at CONTRACTOR’S expense along with all necessary retesting costs incurred. 535 Item 7. 27 SUBMITTAL FORMS 536 Item 7. 28 PROPOSAL SUBMITTAL CHECK LIST Interested parties MUST submit one (1) proposal marked as original, one (1) copy, and one (1) flash drive (a single consolidated electronic file) that includes all of the following items listed below for consideration. The submission should be in the order stated below. ITEM CHECK LIST 1 Proposal Submittal Check List 2 Bid Proposal Form 3 Bid Bond 4 Qualifications Statement 5 Certificate of Insurance and Indemnification 6 Historically Underutilized Business Questionnaire 7 NO BOYCOTT Verification Form 8 Proposed Construction Schedule By my signature I affirm all items as listed above have been completed and submitted as part of my firm’s proposal. Authorized Signature Title Print/Type Name Date 537 Item 7. 29 BID PROPOSAL BIDDER: _________________________________________ ADDRESS: _________________________________________ ___________________________________ ___________________________________ PHONE: _________________________________________ PRIMARY CONTACT: _____________________________ PROJECT IDENTIFICATION: JOHN PORTER SPORTS PARK SOFTBALL FIELD RENOVATIONS Parkhill Project No. 8156.22 1. The undersigned Bidder proposes and agrees, if this Proposal is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Proposal and in accordance with the other terms and conditions of the Contract Documents. 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those terms and conditions dealing with the disposition of Proposal guaranty. This Proposal will remain subject to acceptance for 90 calendar days after the day of opening Proposals. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within three (3) calendar days after the date of Owner's Notice of Award. 3. In submitting this Proposal, Bidder represents, as more fully set forth in the Agreement, that: (a) Bidder has examined copies of all the Contract Documents and of the following Addenda (receipt of which is hereby acknowledged): Dated Received Number No. 1 No. 2 (b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Work, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. 538 Item 7. 30 (c) Bidder has obtained and carefully studied (or assumes responsibility for obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or physical conditions at the site or which otherwise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. (d) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities are or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. (e) Bidder has correlated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. (f) Bidder has given Architect/Engineer written notice of all conflicts, errors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. (g) This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Proposal; Bidder has not solicited or induced any person, firm or corporation to refrain from submitting a Proposal; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner. 4. Bidder will complete the Work for the price(s) shown in the following schedule of bid items (Table 1) and within 80 calendar days. 5. Bidder hereby agrees to commence work within ten (10) days after the date of written notice to proceed being provided, and to substantially complete the work on which the Bidder has bid within 80 consecutive calendar days as part of this Proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. All such time restrictions are subject to extensions of time as are provided by the Solicitation Standard Terms Conditions and Special Terms and Conditions. 539 Item 7. 31 6. Bidder agrees that the implementation of the Owner’s right to delete any portion of the improvements shall not be considered as waiving or invalidating any conditions or provisions of the contract or bonds. Bidder shall perform the Work as altered and no allowances shall be made for anticipated profits. 7. The right is reserved, as the interest of the Owner may require, to reject any and all Proposals and to waive any informality in the Proposals received. 8. Since the Work on this Project is being performed for a governmental body and function, the Owner will issue to Contractor a certificate of exemption for payment for the State Sales Tax on materials incorporated into this Project. Bidder will complete Work per Contract Documents for the following price(s): Item No. Description Spec Section No. Estimated Quantity Unit Bid Unit Price Bid Price General Items 1. General conditions 1 LS $ $ 2. Erosion control SWPPP plan 01 57 23 1 LS $ $ 3. Clearing/grubbing/demo – Removal of old infield extents 31 10 00; 31 22 16.10 1 LS $ $ 4. Concrete sidewalk demo 31 10 00 543 SF $ $ 5. Existing scoreboard removal 02 41 19 3 EA $ $ 6. Existing foul pole removal 02 41 19 6 EA $ $ 7. Chain link outfield fence removal 02 41 19; 31 10 00 1 LS $ $ 8. Erosion control 01 50 00; 01 57 23 1 LS $ $ Subtotal Softball Field 9. Light re-aiming 01 70 00 1 LS $ $ 10. 6” depth topsoil and compost 31 22 16.10 110 CY $ $ 11. Turfgrass (solid sod) 31 22 16.10; 32 92 00 660 SY $ $ 12. Irrigation modifications 32 84 00 1 LS $ $ 13. Infield fine grading and reconditioning 31 22 16.10 1 LS $ $ 14. 6’ ht. chain link fence 32 31 13 1130 LF $ $ 15. Fence top protection 32 33 00 1 LS $ $ 16. Home plates, base plates and pitcher’s rubbers 32 33 00 1 LS $ $ 17. Foul pole 32 33 00 6 EA $ $ 18. Scoreboard 32 33 00 3 EA $ $ 540 Item 7. 32 Item No. Description Spec Section No. Estimated Quantity Unit Bid Unit Price Bid Price 19. Concrete curb at backstop wall 32 13 13 365 LF $ $ 20. Sidewalk 32 13 13 543 SF $ $ 21. Restripe ADA parking and update ADA signage 32 17 23.95 1 LS $ $ Subtotal Owner Contingency 22. Owner contingency 1 LS $ 36,000.00 $ 36,000.00 TOTAL OF ALL UNIT BASE BID ITEMS $ Bid Deduct Alternate One: Reuse existing outfield fencing Total Deduct Alternate One $ BID ITEM SUMMARY Bid Item 1: General Conditions 1. The Work under this item shall include the establishment of facilities on the project site and the movement of personnel, construction equipment and supplies to the project site or to the vicinity of the project site in order to enable the Contractor to begin work on the contract. 2. The cost of all General Conditions will be measured as a lump sum item and will encompass General Conditions costs for the entire project. Bid Item 2: Erosion Control SWPPP Plan 1. The Work under this item shall be in accordance with Section 01 57 23 "Temporary Stormwater Pollution Control" in addition to notes provided in Plans. Required items include the following: i) Maintenance, inspection, and repair as needed for the duration of the job. ii) TCEQ requirements. iii) SWPPP Plan, any other BMP indicated in plans of specifications, and any items not listed in proposed as required by City of Sanger. 2. Measurement and payment shall be made on the basis of lump sum item for all materials, labor, and incidentals necessary to complete the Work. Bid Item 3: Clearing / Grubbing / Demo – Removal of Old Infield Extents 1. The work under this item shall be in accordance with Sections 31 10 00 "Earth Moving" and 31 22 16.10 "Fine Grading for Athletic Field" in addition to details and notes provided in the Plans. 2. Removal items include (but are not limited to) the following: i) Removal of full depth of infield surfacing in locations to be converted to turf sod. 3. Measurement and payment shall be made on the basis of lump sum item for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 4: Concrete Sidewalk Demo 1. The work under this item shall be in accordance with Sections 02 41 19 "Selective Demolition" and 31 10 00 "Site Clearing" in addition to details and notes provided in the Plans. 2. Removal items include (but are not limited to) the following: i) Concrete sidewalk. 3. Measurement and payment shall be made on the basis of square feet for all labor and incidentals necessary to complete the Work. 541 Item 7. 33 Bid Item 5: Existing Scoreboard Removal 1. The work under this item shall be in accordance with Section 02 41 19 “Selective Demolition” in addition to plans, details and notes provided in Drawings. 2. Removal items include (but are not limited to) the following: i) Scoreboard. ii) Post. iii) Footing. 3. Measurement and payment shall be made on the basis of each scoreboard for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 6: Existing Foul Pole Removal 1. The work under this item shall be in accordance with Section 02 41 19 “Selective Demolition” in addition to plans, details and notes provided in Drawings. 2. Removal items include (but are not limited to) the following: ii) Foul Pole. iv) Posts. v) Footings. 3. Measurement and payment shall be made on the basis of each foul pole for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 7: Remove Existing Chain Link Outfield Fence 1. All Work associated with this item shall be in accordance with Section 02 41 19 “Selective Demolition” and Section 31 10 00 "Site Clearing" in addition to plans and notes provided in Drawings. 2. Removal items include (but are no limited to) the following: i) Removal of rails, posts, caps, fittings, and footings. ii) Price shall include filling in post footings and providing solid sod over abandoned footings. 3. Measurement and payment shall be made on the basis of lump sum bid price for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 8: Erosion Control 1. All Work associated with this item shall be in accordance with Sections 01 50 00 "Temporary Facilities and Controls" and 01 57 23 "Temporary Stormwater and Pollution Control" in addition to plans, details and notes provided in the Drawings. 2. Measurement and payment shall be made on the basis of lump sum item for all materials, labor and incidentals necessary to complete the Work. Bid Item 9: Light Re-aiming 1. All Work associated with this item shall be in accordance with Section 01 70 00 "Execution and Closeout Requirements" in addition to manufacturer requirements. 2. Light re-aiming shall include aiming all existing softball field light poles to new field locations to achieve optimum playable light levels. 3. Measurement and payment shall be made on the basis of lump sum price for labor and incidentals necessary to complete the Work at all three fields. Bid Item 10: Topsoil (6” Topsoil and Compost) 1. All Work associated with this item shall be in accordance with Sections 31 22 16.10 "Fine Grading for Athletic Field" and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of cubic yard bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. 542 Item 7. 34 Bid Item 11: Turfgrass (solid sod) 1. All Work associated with this item shall be in accordance with Section 32 92 00 "Turf and Grasses" in addition to plans and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of square yard bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. Bid Item 12: Irrigation System Modifications 1. All Work associated with this item shall be in accordance with Section 32 84 00 "Planting Irrigation" in addition to plans, details and notes provided in Drawings. 2. Irrigation repair items include (but are not limited to) the following: i) Relocate or provide new rotor heads and piping necessary to provide full irrigation coverage at the adjusted infield extents. ii) Ensure that full irrigation system is operation with proper coverage at fields. 3. Measurement and payment shall be made on the basis of a lump sum, bid price for "Irrigation System." This price is full compensation for furnishing and installing all components; flushing and testing water lines; furnishing and operating equipment; and labor, tools, and incidentals necessary to complete the work at all three fields. Bid Item 13: Infield Fine Grading and Reconditioning 1. All Work associated with this item shall be in accordance with Sections 31 22 16.10 "Fine Grading for Athletic Field" in addition to plans and notes provided in Drawings. 2. Infield Reconditioning for this item include (but are not limited to) the following: i) Removal of existing infield materials as instructed in Section 31 22 16.10. ii) Fine grading of existing infield materials to meet grades identified in grading plan and as required to provide a fully surface draining infield. iii) Installation of new infield reconditioner and stabilizer per manufacturer specifications. 3. Measurement and payment shall be made on the basis of lump sum bid price for all labor and incidentals necessary to complete the Work at all three fields. Bid Item 14: 6’ Ht. Chain Link Fence 1. All Work associated with this item shall be in accordance with Sections 32 31 13 "Chain Link Fences and Gates" in addition to plans, details and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of a linear foot bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. Bid Item 15: Fence Top Protection 1. All Work associated with this item shall be in accordance with Section 32 33 00 "Site Furnishings" in addition to plans, details and notes provided in Drawings. 2. Fence top protection is to be installed on all existing foul line fencing and foul line gates, and proposed outfield fence. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. Bid Item 16: Home Plates, Base Plates, & Pitchers Rubber 1. All Work associated with this item shall be in accordance with Sections 32 33 00 "Site Furnishings" in addition to plans and notes provided in Drawings. 2. Measurement and payment shall be made on the basis of lump sum bid price for all materials, labor and incidentals necessary to complete the Work at all three fields. 543 Item 7. 35 Bid Item 17: Foul Pole 1. All Work associated with this item shall be in accordance with Section 32 33 00 "Site Furnishings" in addition to plans, details and notes provided in Drawings. 2. Foul Pole includes (but are not limited to) the following: i) Pole. ii) Footing. 3. Measurement and payment shall be made on the basis of a per pole bid price for all labor and incidentals necessary to complete the Work. Bid Item 18: Scoreboard 1. All Work associated with this item shall be in accordance with Section 32 33 00 "Site Furnishings" in addition to plans, details and notes provided in Drawings. 2. Scoreboard includes (but are not limited to) the following: i) Scoreboard. ii) Pole. iii) Hardwired control units. iv) Contractor provided delegated design concrete footing sealed by professional Engineer who is licensed in the State of Texas. 3. Measurement and payment shall be made on the basis of a per scoreboard bid price for all materials, delegated design, labor and incidentals necessary to complete the Work. Bid Item 19: Concrete Curb at Backstop Wall 1. All Work associated with this item shall be in accordance with Section 32 13 13 "Concrete Paving" in addition to plans, details and notes provided in Drawings. 2. Concrete curb includes (but are not limited to) the following: i) Concrete curb. ii) All reinforcing and dowels as detailed. 3. Measurement and payment shall be made on the basis of a linear foot bid price for all materials, labor and incidentals necessary to complete the Work. Bid Item 20: Sidewalk 1. All Work associated with this item shall be in accordance with Section 32 13 13 "Concrete Paving" in addition to plans, details and notes provided in Drawings. 2. Sidewalk includes (but are not limited to) the following: i) Concrete sidewalk. ii) All reinforcing and dowels as detailed. 3. Measurement and payment shall be made on the basis of a square foot bid price for all materials, labor and incidentals necessary to complete the Work. Bid Item 21: Restripe ADA Parking and Update ADA Signage 1. All Work associated with this item shall be in accordance with Section 32 17 23.95 "Pavement Markings and Signs" in addition to plans, details and notes provided in Drawings. 2. Restriping and ADA signage includes (but are not limited to) the following: i) Removal of existing ADA universal markings. ii) Restriping ADA stalls. iii) Adding ADA “Fine” sign to existing ADA parking sign poles. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work. 544 Item 7. 36 Bid Deduct Alternate 1: Reuse existing outfield fence to new outfield fence location 1. All Work associated with this item shall be in accordance with Section 32 31 13 "Chain Link Fences and Gates" in addition to plans, details and notes provided in Drawings. 2. Moving existing outfield fence includes (but are not limited to) the following: i) Reuse and reinstall existing top rails. ii) Reuse and reinstall existing chain link mesh. iii) Install new corner and line posts. iv) Install new concrete fence post footings. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work. UNIT PRICE BID Bidder agrees that, in case additional work or materials installation is authorized by the Owner, the following unit prices will be used in adjusting the contract price. These unit prices shall include all overhead, profit, taxes, material, labor, etc., for a complete installation. Unit prices for adjusting the contract price for less work or materials installation will be ninety (90%) percent of these amounts. 5-inch conc. paving on compacted subgrade, complete and in place, per sq. ft. $ Concrete curb on backstop wall, complete and in place, per linear. ft. $ 6-foot Ht. chain link fence, complete and in place, per linear. ft. $ 6-inch depth topsoil with compost, complete and in place, per square foot $ Solid sod, as specified, complete and in place, per sq. ft. $ Rotor irrigation zone modifications, complete and in place, per square ft. $ 2-inch electric irrigation valve, complete and in place, per each. $ 2-inch brass ball valve, complete and in place, per each. $ 545 Item 7. 37 9. Each bidder shall include the following information in this Proposal: · Anticipated cost of materials to be incorporated in the construction of this Project. · Anticipated cost of labor, profit, and all other costs for this Project. Cost of Materials Incorporated into this Project Cost of Labor, Profit, etc. Owner's Contingency Total Amount Base Bid Base Bid $___________ $____________ $___________ $___________ Cost of Materials Incorporated into this Project Cost of Labor, Profit, etc. Total Amount Deduct Alternate One Bid Deduct Alternate One $___________ $____________ $___________ 10. Each Bidder is required to provide a list of proposed subcontractors, the type of Work to be completed by each such subcontractor and the approximate percentage of contract labor to be completed by each subcontractor. Owner reserves the right to accept or reject any subcontracts and/or amount subcontracted. Schedule of Subcontracts Subcontractor’s Name Type of Work % of Work 1. ____________________________ __________________________ _________ 2. ____________________________ __________________________ _________ 3. ____________________________ __________________________ _________ 4. ____________________________ __________________________ _________ 5. ____________________________ __________________________ _________ Total % of Work Subcontracted _________ If additional space is necessary to provide a complete listing, please attach such additional pages as may be required. 546 Item 7. 38 11. In connection with the major items of materials to be furnished and installed, the particular supplier of equipment and materials, which the undersigned proposed to furnish will be listed in the schedule of Major Material Suppliers found below. Schedule of Major Materials Supplier’s Name Major Items of Materials to be Furnished and Installed 1. _________________ _____________________________________________ 2. _________________ _____________________________________________ 3. _________________ _____________________________________________ 4. _________________ _____________________________________________ 5. _________________ _____________________________________________ If additional space is necessary to provide a complete listing, please attach such additional pages as may be required. 12. The successful bidder shall furnish a Performance Bond and Payment Bond, on the forms which are attached hereto, in the amount of 100 percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the OWNER. In addition, the undersigned will furnish a Maintenance Bond in the amount of 100 percent of the contract sum covering defects of material and workm anship for two (2) calendar years following the Owner's approval and acceptance of th e construction. 13. The work, proposed to be done, shall be accepted when fully completed in accordance with the plans and specifications, to the satisfaction of the Engineer and the Owner. 14. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted as correct and final. NOTE: Unit and lump sum prices must be shown in words and figures for each item listed in this Proposal, and in the event of discrepancy, the words shall prevail. In case of ambiguity or lack of clearness in stating prices in the Proposal, the Owner reserves the right to accept the most advantageous construction thereof to the Owner or to reject the bid. This is a Proposal of _____________________________________, a corporation organized and existing under the laws of the State of _______________________, or a limited partnership organized and existing under the laws of the State of _______________________, or a 547 Item 7. 39 partnership, consisting of _____________________________________________ or an Individual doing business as ___________________________________________________. Seal and Authorization _________________________________________ (If a Corporation) (Signed) _________________________________________ (Title) _________________________________________ (Street Address) _________________________________________ (City and State) _________________________________________ (Telephone Number) _________________________________________ (Date) 548 Item 7. 40 QUALIFICATIONS STATEMENT CONTRACTOR shall show that he has experience with similar projects that require working at a similar scale and within similar timeframes which will require planning work efforts and means and methods accordingly. CONTRACTOR shall submit a complete list of ALL Municipal and Similar Non-Municipal current and completed projects for the past three (3) years for review. This list shall include the names of project superintendents and project scale, cost, and schedule information. General Contact Information Respondent Name and Title: ______________________________________________ Company: __________________________________________ Company Address: ______________________________________________________ Telephone Number: _________________________ Fax Number: ______________________ Email Address: ______________________________________________ Federal Tax ID: ______________________________________________ Previous Company Names Used or Companies Acquired Within the Previous 10 Years: ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Liability Insurance Provider and Limits of Coverage: Workers Compensation Insurance Provider: Surety (Performance and Payment): Address: Contact and Phone: 549 Item 7. 41 Superintendent and Backup Superintendent: Attach Work Resume on separate sheet(s). The superintendent shall be able to communicate in English and not operate any equipment and have not had any verified job safety violations in the past five years. Attach additional sheet(s) to verify safety record as required. Any variations shall be reviewed by CITY for approval or denial. A job site shall be shut down if proper supervision is not provided. Superintendent Name Backup Superintendent Name Safety Record – List ALL Verified Violations for Superintendent and Backup Superintendent with explanation, date and action taken to correct future safety violations: Superintendent Backup Superintendent Total Number of Employees to be Associated with this Job: Managerial Administrative Professional Skilled Semi-Skilled Other Percentage of work anticipated to be done by Bidder’s Employees (Based on Dollars Bid): Percentage of work anticipated to be done by Bidder’s Subcontractors (Based on Dollars Bid):_______________________ 550 Item 7. 42 Type(s) of work to be done by Bidder’s Employees (examples: demolition, masonry, structural steel, drywall, carpentry, millwork, finishes, flooring, framing, concrete paving, structural concrete, waterlines, sanitary sewer lines, storm pipe, storm inlets, excavation, etc.) ______________________________________________________________________________ ______________________________________________________________________________ ______________________________________________________________________________ Number of Years in Business as a Contractor on Above Types of Works:_______ Information and Type(s) of Work to be done by Sub-Contractors: Include name, address, phone number, references and similar work experience of each sub-contractor. Use additional sheets if needed. Type of Work Sub-Contractor Previous Projects: List of completed projects of similar type work for the past five (5) years. (Use additional sheets if necessary.) 1. Project: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 551 Item 7. 43 2. Project: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 3. Project:______________________________________________________________ Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person:___________________________ Phone:_________________________ 552 Item 7. 44 4. Project: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 5. Project:______________________________________________________________ Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 553 Item 7. 45 Current Projects: List active projects of similar type work: 1. Project:______________________________________________________________ Percent Complete: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 2. Project: Percent Complete: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: 554 Item 7. 46 3. Project: Percent Complete: Any Litigation Issues: Yes or No (Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No (Circle One) If Yes, explain: Detailed Project Description: Owner/Agency: Year Started: Contract Price: Contact Person: Phone: References: Use a separate sheet if needed. Trade references (List Company, Address, Contact Person, and Phone): Bank References (List Institution, Address, Contact Person, and Phone) Municipal References (List Municipality, Address, Contact Person, and Phone) 555 Item 7. 47 Claims and Suits (if the answer to any of the following questions is yes, please attach details): 1. Has your organization ever failed to complete any work awarded to it? 2. Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your organization or officers? 3. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? 4. Within the last five (5) years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? The undersigned agrees that the information provided is accurate and complete. Authorized Signature Title Print/Type Name Date 556 Item 7. 48 HISTORICALLY UNDERUTILIZED BUSINESS (HUB) QUESTIONAIRE A Historically Underutilized Business (HUB) is a for-profit entity that has not exceeded the size standards prescribed by 34 TAC §20.23, and has its principal place of business in Texas, and is at least 51% owned by an Asian Pacific American, Black American, Hispanic American, Native American, American woman and/or Service Disabled Veteran, who reside in Texas and actively participate in the control, operations and management of the entity's affairs. 1. Is your business a certified historically underutilized business (HUB) or Disadvantaged Business Enterprise (DBE)? Yes No 2. Please provide the certifying agency name: Certifying Agency:__________________________ 3. I have included a copy of my certification as an attachment to my proposal: Yes No By my signature I affirm the information provided on this form is accurate to the best of my knowledge. Authorized Signature Title Print/Type Name Date 557 Item 7. 49 NO BOYCOTT VERIFICATION FORM I, ________________________________________________, the undersigned representative of (Individual’s Name) _____________________________________________________________________________, (Business or Company) Hereinafter referred to as "Company", does hereby verify that the company named above, under the provisions of the laws of the United States and the State of Texas: 1. Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract. 3. Does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. 4. Does will not business with Iran, Sudan or a foreign terrorist organization while providing services to the City. By my signature I affirm the information provided on this form is accurate to the best of my knowledge. Authorized Signature Title Print/Type Name Date 558 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 10 00 - SUMMARY PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Work covered by Contract Documents. 2.Contractor use of site and premises. 3.Owner occupancy. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 1.2 WORK COVERED BY CONTRACT DOCUMENTS A.Identification: Porter Park Softball Field Renovations. B.Location: Sanger, Texas. C.Without force or effect, Work of Project consists of demolition, earthwork, fencing, infield surfacing, foul poles, scoreboards, concrete sidewalk replacement, ADA striping, turfgrass, and irrigation. 1.3 CONTRACTOR USE OF SITE AND PREMISES A.Limit use of site and premises to allow: 1.Owner occupancy. 2.Use of site and premises by public. B.Construction Operations: Limited to softball fields. Contractor shall keep existing perimeter concrete trails and playground open to general public. C.Time Restrictions for Performing Work: Weekdays 7 a.m. to 6 p.m., unless otherwise approved by Owner. 1.Utility Outages and Shutdown: Coordinate and schedule utility outages/shutdown 2.Allowed only at previously-agreed-upon times. 3.Schedule at least 1 week before outage/shutdown. 4.Submit outage/shutdown request to Architect and Owner itemizing dates, times, and durations of early requested outage/shutdown. 1.4 OWNER OCCUPANCY A.Owner will occupy premises during construction to conduct normal operations. B.Cooperate with Owner to minimize conflict, and to facilitate Owner's operations. 03815622 10/22 SUMMARY 01 10 00 - 1 559 Item 7. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 SUMMARY 01 10 00 - 2 560 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 20 00 - PRICE AND PAYMENT PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Material allowances. 2.Contingency allowance. 3.Inspection and testing allowances. 4.Schedule of Values. 5.Application for Payment. 6.Change Procedures. 7.Alternates. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 60 00 "Product Requirements" for product substitutions. 1.2 CONTINGENCY ALLOWANCE A.Include stipulated sum of $36,000.00 for use upon Owner's instruction. B.Costs Not Included in Contingency Allowance, but included in Contract Sum/Price: Bonds, project insurance (workers comp, auto, general liability, builders risk and other insurances required by Owner/Contractor agreement), overhead, profit, and other expenses contemplated for stated allowance amounts. C.Funds will be drawn from Contingency Allowance only by Change Order. D.At closeout of Contract, funds remaining in Contingency Allowance will be credited to Owner by Change Order. 1.3 SCHEDULE OF VALUES A.Submit typed schedule on AIA Form G703 - Application and Certificate for Payment Continuation Sheet. B.Submit Schedule of Values in duplicate within 15 days after date of Owner-Contractor Agreement. C.Format: Utilize Table of Contents of this Project Manual. Identify each line item with number and title of major specification Section . Identify site mobilization, general conditions, bonds, and insurance as separate line items. D.Include within each line item, a directly proportional amount of Contractor's overhead and profit. E.Revise schedule to list approved Change Orders, with each Application for Payment. 1.4 APPLICATIONS FOR PAYMENT A.Submit notarized application on AIA Form G702 - Application and Certificate for Payment and AIA G703 - Continuation Sheet. B.Content and Format: Utilize Schedule of Values for listing items in Application for Payment. 03815622 10/22 PRICE AND PAYMENT PROCEDURES 01 20 00 - 1 561 Item 7. City of Sanger Porter Park Softball Field Renovations C.Deposits on Material, Equipment or Products: 1.Material/Equipment Deposits: Owner will not pay for deposits for material, equipment or products that may be required of Contractor in order to start the fabrication process of work that will eventually be incorporated into the Project but are not actually on the Project site. All material, equipment or products must be on the Project site and properly stored before Owner will make payment to Contractor. 2.The Owner will make payment for materials, equipment or products that are properly delivered and stored on the Project site for subsequent incorporation into the Project as authorized in Owner-Contractor Agreement. 3.Owner may consider payment of materials, equipment or products that are properly stored, secured and insured in a third party warehouse within a fifty (50) mile radius of the Project site that are in accordance with the requirements and authorized in Owner-Contractor Agreement. D.Payment Period: As defined in Owner-Contractor agreement. E.A complete application for payment includes one copy of waiver of liens from each subcontractor, Construction progress schedule, and submittal schedule, all which are required to process the Application for Payment. 1.5 CHANGE PROCEDURES A.Architect will advise of minor changes in Work not involving an adjustment to Contract Sum/Price or Contract Time as authorized by Owner/Contractor Agreement by issuing Architect's Supplemental Instructions on Architect's Standard Supplemental Instruction form. B.Architect may issue a Construction Change Request which includes a detailed description of a proposed change with supplementary or revised Drawings and Specifications and a change in Contract Time for executing change. Contractor will prepare and submit an estimate within seven days. C.Contractor may propose a change by submitting request for change to Architect. Include reason for change and effect on Contract Sum/Price, Contract Time, and subcontractors. Document requested substitutions in accordance with Section 01 60 00 "Product Requirements." D.Stipulated Sum/Price Change Order: Based on Proposal Request and Contractor's fixed price quotation or Contractor's request for a Change Order as approved by Architect. E.Unit Price Change Order: For pre-determined unit prices and quantities, Change Order will be executed on a fixed unit price basis. For unit costs or quantities of units of work which are not pre-determined, execute Work under a Construction Change Directive. Changes in Contract Sum/Price or Contract Time will be computed as specified for Time and Material Change Order. F.Construction Change Directive: Architect may issue a directive, on AIA Form G713 Construction Change Directive signed by Owner, instructing Contractor to proceed with a change in Work, for subsequent inclusion in a Change Order. Document will describe changes in Work, and designate method of determining any change in Contract Sum/Price or Contract Time. Promptly execute change. G.Time and Material Change Order: 1.Submit itemized account and supporting data after completion of change, within time limits indicated in Conditions of the Contract. 2.Architect will determine change allowable in Contract Sum/Price and Contract Time as provided in Contract Documents. 3.Maintain detailed records of work done on Time and Material basis. 4.Provide full information required for evaluation of proposed changes, and to substantiate costs for changes in Work. 03815622 10/22 PRICE AND PAYMENT PROCEDURES 01 20 00 - 2 562 Item 7. City of Sanger Porter Park Softball Field Renovations H.Change Order Forms: AIA G701 Change Order. I.Execution of Change Orders: Architect will issue Change Orders for signatures of parties as provided in Conditions of the Contract. J.Change Order: Furnish an itemized breakdown, in form acceptable to Architect of costs and supporting information including but not limited to quantities and material prices. Tier subcontracted work performed at labor rates, employer payments, and rental rates. Itemize breakdown detail shall be same for subcontractor work. Provide complete supporting information for profit and overhead or markups used when requested. Consider the following items a part of overhead or Contractor's and subcontractor's mark-up and do not include as separate cost item: Labor for Superintendents, Assistant Superintendents, home office personnel, timekeepers, and maintenance mechanics at any level of contracting; individual pieces of equipment, hand tools or instruments having a new value of $500.00 or less, whether or not consumed by use; on site and main offices; modification to record Contract Documents; nor guarantee period costs. 1.6 MEASUREMENT AND PAYMENT - UNIT PRICES A.Authority: Measurement methods are delineated in individual Specification Sections. B.Take measurements and compute quantities. Architect will verify measurements and quantities. C.Payment Includes: Full compensation for required labor, products, tools, equipment, plant, transportation, services, and incidentals; erection, application or installation of an item of Work; insurance, overhead, and profit. D.Defect Assessment: Replace Work, or portions of Work, not conforming to specified requirements. If Owner agrees that it is not practical to remove and replace Work, Architect will direct an appropriate remedy or adjust payment. 1.7 ALTERNATES A.Alternates quoted on Bid Forms will be reviewed and accepted or rejected by Owner. Accepted Alternates will be identified in Owner-Contractor Agreement. B.Coordinate related work and modify surrounding work as required. C.Schedule of Alternates: 1.Deduct Alternate No. 1: Move existing outfield fence to new 225-foot outfield fence location identified on Drawings. Contractor shall reuse top and bottom rails and mesh. Contractor shall install new fence posts, clips, and concrete footings. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 PRICE AND PAYMENT PROCEDURES 01 20 00 - 3 563 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 30 00 - ADMINISTRATIVE REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Project Information Management. 2.Coordination. 3.Survey. 4.Electronic drawing file (digital data) request. 5.Submittal schedule. 6.Preconstruction meeting. 7.Request for information. 8.Site mobilization meeting. 9.Progress meetings. 10.Preinstallation meetings. 11.Cutting and patching. 12.Alteration Project procedures. B.Related Sections: 1.Other Division 01 Specification Sections apply to Work of this Section. 1.2 PROJECT INFORMATION MANAGEMENT A.Project Website: 1.Use Newforma Info Exchange; https://projects.team-psc.com/UserWeb/Login to send and receive Project information. 2.Contact Architect to setup name and password information. 3.If this Project is not listed when logged in, contact Architect to add this Project to your account. B.Project information includes, but is not limited to, the following: 1.Product Submittals. 2.Requests for Information (RFI). 3.Applications for Payment. 4.Schedules. 5.Construction Change Requests (CCRs). 6.Closeout Documents. 7.Construction Document Files. a.Weather Days. b.Electronic File Requests. c.Correspondence. d.Test Reports. e.Meeting Minutes. f.Field Reports. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 1 564 Item 7. City of Sanger Porter Park Softball Field Renovations 1.3 COORDINATION A.Coordinate scheduling, submittals, and Work to assure efficient and orderly sequence of installation of construction elements. 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 in service, such equipment. C.Coordinate space requirements and installation of mechanical and electrical work which are indicated diagrammatically on Drawings. Follow routing shown for pipes, ducts, and conduit, as closely as practicable; place runs parallel with line of building. Utilize spaces efficiently to maximize accessibility for other installations, for maintenance, and for repairs. D.In finished areas, except as otherwise indicated, conceal pipes, ducts, and wiring within construction. Coordinate locations of fixtures and outlets with finish elements. E.Items which require electrical connections shall be coordinated with anufacturer's stated Electrical Requirements for: 1.Voltage. 2.Phase. 3.Ampacity. 4.Number and size of wires. 5.Wiring diagrams. 6.Starter size, details, and location. 7.Control devices and details. F.Coordinate completion and clean-up of Work of separate Sections in preparation for Substantial Completion . G.After Owner occupancy of premises, coordinate access to site with Owner for correction of defective Work and Work not in accordance with Contract Documents, to minimize disruption of Owner's activities. 1.4 SURVEY A.Employ surveyor registered in the State of Texas to locate survey control and reference points. B.Protect survey control and reference points. C.Control datum for survey is that shown on Drawings. D.Verify set-backs and easements, and confirm Drawing dimensions and elevations. E.Provide field surveying services. Establish elevations, lines, and levels, utilizing recognized surveying practices. F.Submit registered site drawing and certificate signed by registered surveyor that elevations and locations of Work are in conformance with Contract Documents. 1.5 ELECTRONIC DRAWING FILE (DIGITAL DATA) REQUEST A.During Procurement Phase: 1.Bidders and Proposers may purchase a Digital Data file. Digital Data file will be provided in software release currently used by Primary Designer. File will be provided via Primary Designer's Project website. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 2 565 Item 7. City of Sanger Porter Park Softball Field Renovations 2.AutoCAD drawing files (.dwg) are available for purchase from Primary Designer upon request. Cost of files are indicated below plus applicable tax. a.1 - 3 Sheets: $100.00 per sheet. b.4 - 6 Sheets: $400.00 flat fee. c.7 - 9 Sheets: $500.00 flat fee. 3.Prior to delivery of file(s), purchaser shall sign a Digital Data Licensing Agreement. Payment for Digital Data file(s) shall occur upon delivery of file to purchaser. 4.Digital Data file(s) shall be used only for preparing Bids and Proposals required by this Project and shall not be used in any other form, in whole or in part. B.Upon Award of Contract: 1.Contractor shall sign a Digital Data Licensing Agreement (AIA C106-2013) for the release of electronic files. Upon Contractor submitting the executed Agreement to the Primary Designer, the Primary Designer will provide Contractor one (1) electronic copy of the AutoCAD (.dwg) file(s), and Portable Document Format (.pdf) file(s) within 5 working days. Files and Formats to be as follows: a.Landscape: Overall master file in AutoCAD format. 1)Overall Site Plan with grading, flatwork, irrigation, and planting plans. 2)All details, detail annotation and references are omitted and not part of the AutoCAD file. 2.Conformed Construction Documents: If Conformed Construction Documents are required by Owner/Primary Designer Agreement, they will be provided in PDF. Conformed Construction Documents are the Drawings and Specifications modified to include any Addenda issued before execution of the Contract. a.To the extent Conformed Construction Documents are provided to Contractor, the following provisions shall apply: 1)The Conformed Construction Documents and related information contained therein, are provided for Contractor's convenience only, and does not relieve Contractor from the requirements of the Contract Documents. Specifically, to the extent that any discrepancy or conflict exists between the Issue for Bid documents, including any Addenda issued prior to execution of the Contact or Modifications issued after the execution of the Contact on the one hand, and the Conformed Construction Documents on the other; the Issue for Bid documents, Addenda, and Modifications shall control unless otherwise specified in writing by the Primary Designer. 2)Contractor shall not use such drawings, documents, or other data, in whole or in part, for any purpose or project other than this Project in the preparation of Shop Drawings and other submittals. 3)Contractor acknowledges that such drawings, documents, and other data are subject to change or modification. Contractor shall be responsible for updating any drawings, documents, or other data obtained prior to use by them for any purpose. 4)Any Conformed Construction Documents, including any Drawings, Specifications, documents, or other data related thereto are provided "as is" without representation or warranty by Primary Designer, either expressed or implied. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 3 566 Item 7. City of Sanger Porter Park Softball Field Renovations 5)Contractor acknowledges that Conformed Construction Documents provided by Primary Designer are as a courtesy to Contractor, at their specific request, and accordingly, CONTRACTOR HEREBY AGREES TO RELEASE, HOLD HARMLESS, DEFEND AND INDEMNIFY PRIMARY DESIGNER AND OWNER FROM ANY AND ALL CLAIMS, DEMANDS, OR CAUSES OF ACTION, WHICH CONTRACTOR OR ANY THIRD PARTY MAY HAVE BY REASON OF ANY INJURY OR DAMAGE SUSTAINED BY CONTRACTOR OR THIRD PARTY ARISING OUT OF OR IN ANY WAY RELATED TO THE USE OF SUCH CONFORMED CONSTRUCTION DOCUMENTS. 1.6 SUBMITTAL SCHEDULE A.Prepare submittal schedule in accordance with General Conditions of the Contract for Construction. B.Include in submittal schedule all submittals and samples required by all section of this Project Manual and any additional submittals required by Contractor to construct the Project. C.Submit submittal schedule for Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. Failure to submit submittal schedule with the first Application for Payment will be cause for not processing Application for Payment. 1.7 PRECONSTRUCTION MEETING A.Architect will schedule a meeting after Notice to Proceed. B.Attendance Required: 1.Owner. 2.Architect. 3.Contractor. 4.Major subcontractors. C.Agenda: 1.Submission of executed bonds and insurance certificates. 2.Distribution of Contract Documents. 3.Submission of list of subcontractors, list of products, Schedule of Values, submittal schedule, and progress schedule. 4.Designation of personnel representing each party in Contract and Architect. 5.Procedures and processing of field decisions, submittals, substitutions, applications for payments, proposal request, Change Orders, Request for Information (RFI), and Contract closeout procedures. 6.Review Notice to Proceed (NTP) and Substantial Completion Dates. 7.Surface drainage requirements (SWPPP). 8.Scheduling: a.Use of premises by Owner and Contractor. b.Owner's requirements and occupancy. c.Survey and building layout. d.Security and housekeeping procedures. e.Construction progress meetings. f.Procedures for testing. g.Procedures for maintaining record documents. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 4 567 Item 7. City of Sanger Porter Park Softball Field Renovations h.Requirements for start-up of equipment. i.Inspection and acceptance of equipment put into service during construction period. 9.Scheduling activities of Construction Material Testing (CMT) lab. D.Record minutes and distribute copies within 3 days after meeting to participants with two copies to Architect and those affected by decisions made. 1.8 REQUEST FOR INFORMATION A.Request for information (RFI) requests from subcontractors or material suppliers will not be considered. All RFI's must be submitted by Contractor. B.RFI's must be submitted to Architect via software as indicated in paragraph 1.2.A C.Information indicated on RFI shall be complete before submission. If Architect determines that request can be answered with information provided, Architect will assign an RFI tracking number. Requests determined by Architect not to be an RFI will be returned to Contractor electronically and deleted from Architect's electronic tracking software without being assigned an RFI tracking number. A transmittal document returning the denied RFI request will be provided with a response indicating action to be taken by Contractor. D.RFIs may contain more than one item when items are related issues. Otherwise, only one item shall be addressed on each RFI request. E.Allow seven (7) days for Architect's response to each RFI. F.Response to RFI will be issued to Contractor and Owner per Section 01 33 00 "Submittal Procedures." G.Responses from Architect are not changes unless issued with a change per Section 01 20 00 "Price and Payment Procedures." 1.9 PROGRESS MEETINGS A.Schedule and administer meetings throughout progress of Work at minimum bi-monthly intervals. B.Make arrangements for meetings, prepare agenda with copies for participants, and preside at meetings. C.Attendance Required: 1.Owner. 2.Job superintendent. 3.Major subcontractors. 4.Suppliers. 5.Architect as appropriate to agenda topics for each meeting. D.Agenda: 1.Review minutes of previous meetings. 2.Review of Work progress. 3.Field observations, problems, and decisions. 4.Identification of problems which impede planned progress. 5.Review of submittals 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. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 5 568 Item 7. City of Sanger Porter Park Softball Field Renovations E.Record minutes, and distribute copies within 3 days to Architect, participants, and those affected by decisions made. 1.10 PREINSTALLATION MEETING A.When required in individual specification Sections, convene a preinstallation meeting at site prior to installing Work. B.Require attendance of parties directly affecting, or affected by, Work. C.Notify Architect 4 days in advance of meeting date. D.Prepare agenda and preside at meeting. 1.Review conditions of installation, preparation and installation procedures. 2.Review coordination with related work. E.Record minutes, and distribute copies within three days after meeting to participants, with 3 copies to Architect. 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 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, of correct characteristics, and in correct location. 3.2 PREPARATION A.Clean substrate surfaces prior to applying next material or substance. B.Seal cracks or openings of substrate prior to applying next material or substance. C.Apply any manufacturer required or recommended substrate primer, sealer, or conditioner prior to applying any new material or substance in contact or bond. 3.3 CUTTING AND PATCHING A.Employ skilled and experienced installer to perform cutting and patching. B.Submit request in advance of cutting or altering elements which affects: 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. 5.Work of Owner or separate contractor. C.Execute cutting, fitting, and patching including excavation and fill, to complete Work, and to: 1.Fit several parts together, to integrate with other Work. 2.Uncover Work to install or correct ill-timed Work. 3.Remove and replace defective and non-conforming Work. 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 6 569 Item 7. City of Sanger Porter Park Softball Field Renovations 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 which will avoid damage to other Work, and provide proper surfaces to receive patching and finishing. E.Cut rigid materials using masonry saw or core drill. F.Restore Work with new products in accordance with requirements of Contract Documents. G.Fit Work tight to pipes, sleeves, ducts, conduit, 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 an assembly, refinish entire unit. J.Identify any hazardous substance or condition exposed during Work to Architect for decision or remedy. 3.4 ALTERATION PROJECT PROCEDURES A.Materials: As specified in product Sections; match existing products and work for patching and extending work. B.Employ skilled and experienced installer to perform cutting and patching. C.Close openings in exterior surfaces to protect existing work from weather and extremes of temperature and humidity. D.Remove, cut, and patch work in a manner to minimize damage and to provide a means of restoring products and finishes to original condition unless otherwise specified. E.Refinish visible existing surfaces to remain in renovated rooms and spaces, to specified condition for each material, with a neat transition to adjacent finishes. F.Where new work abuts or aligns with existing, perform a smooth and even transition. Patched work to match existing adjacent work in texture and appearance. G.When finished surfaces are cut so that a smooth transition with new work is not possible, terminate existing surface along a straight line at a natural line of division and submit recommendation to Architect for review. H.Where a change of plane of 1/4-inch or more occurs, submit recommendation for providing a smooth transition for Architect review. I.Patch or replace portions of existing surfaces which are damaged, lifted, discolored, or showing other imperfections. J.Finish surfaces as specified in individual product Sections. END OF SECTION 03815622 10/22 ADMINISTRATIVE REQUIREMENTS 01 30 00 - 7 570 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 33 00 - SUBMITTAL PROCEDURES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Submittal procedures. 2.Resubmittal requirements. 3.Construction progress schedules. 4.Proposed products list. 5.Shop drawings. 6.Product data. 7.Samples. 8.Design data. 9.Test reports. 10.Certificates. 11.Manufacturers' instructions. 12.Manufacturers' field reports. 13.Erection drawings. 14.Construction photographs. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 40 00 "Quality Requirements" for manufacturers' field services and reports; Testing Laboratory Services. 4.Section 01 70 00 "Execution and Closeout Requirements" for Contract warranty, manufacturer's certificates, and closeout submittals. 1.2 SUBMITTAL PROCEDURES A.Submit to Architect for review for limited purpose of checking for conformance with information given and design concept expressed in Contract Documents. B.Produce copies and distribute in accordance with this Article. C.Use Project website to submit record documents as described in Section 01 70 00 "Execution and Closeout Requirements." D.Transmit each submittal separately with Contractor's standard transmittal letter including Contractor's name, address, and phone number. Each submittal shall contain only one Specification Section. E.Sequentially number transmittal forms using Section number or Contractors other sequential numbering system. F.Identify Project, Contractor, subcontractor, or supplier; pertinent drawing sheet and detail number(s), and Specification Section number appropriate to submittal. G.Apply Contractor's stamp, signed or initialed certifying that review, verification of products required, field dimensions, adjacent construction Work, and coordination of information, is in accordance with requirements of Work and Contract Documents. H.Schedule submittals to expedite Project, and deliver to Architect. Coordinate submission of related items. 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 1 571 Item 7. City of Sanger Porter Park Softball Field Renovations I.For each submittal for review, allow 15 days excluding delivery time to and from Contractor. J.Identify variations from Contract Documents and product or system limitations which may be detrimental to successful performance of completed Work. Information, comments, field verifications, responses, or other notations marked on submittals by Contractor shall be done in blue or green colors only. K.Allow space on submittals for Contractor and Architect's review stamps. L.Distribute copies of reviewed submittals to concerned parties. Instruct parties to promptly report any inability to comply with provisions. M.Submittals not requested will not be recognized or processed. N.Format: 1.Submit all submittals digitally using .PDF file extension. Each submittal shall be a single .PDF file including transmittal letter. Multiple files for same submittal will not be accepted. 2.Submittals in any other format, including .ZIP files, will be rejected. 3.Hard copies will not be accepted. 4.To ensure each page is legible, .PDF pages of drawings shall be same size/scale as a hard copy. Where applicable, scale symbols should be provided to indicate scale. Illegible submittals will be rejected. 5.Uploaded submittals to Project website. O.Submittal procedures described in this Article applies to construction progress schedule, products list, shop drawings, product data, samples (actual samples and digital files of same), design data, test reports, certificates, manufacturer's instructions and field reports, erection drawings, and any other type of submittal submitted to Architect. 1.3 RESUBMITTAL REQUIREMENTS A.Revise and resubmit submittals, as required, and resubmit to meet requirements as specified and as noted on submittal reviews. B.Mark as RESUBMITTAL. C.Re-use original transmittal number and supplement with sequential alphabetical or numeric suffix for each re-submittal. 1.4 CONSTRUCTION PROGRESS SCHEDULES A.Submit initial progress schedule for Architect's review within 15 days after date established in Notice to Proceed or with the first Application for Payment, whichever is sooner. B.Revise and resubmit as required. C.Submit revised schedule with each Application for Payment, identifying changes since previous version. D.Submit a horizontal bar chart with separate line for each section of Work, identifying first work day of each week. E.Indicate product/material manufacturer's lead-time for delivery to site. Include as a separate line for each product/material. F.Indicate estimated percentage of completion for each item of Work at each submission. 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 2 572 Item 7. City of Sanger Porter Park Softball Field Renovations G.Dates reviewed submittals will be required from Architect. Indicate decision dates for selection of finishes. Submit separate schedule of submittal dates for following: 1.Shop drawings. 2.Product data. 3.Samples. 4.Owner furnished products. 5.Products identified under Allowances. H.Determine appropriate lead times to allow for manufacturing and delivery of products/material for incorporation into Work. Indicate product/material manufacturer's lead-time for manufacturing and delivery to site. Include as a separate line for each product/material. Failure to timely submit and process submittals, and ordering of products/materials for delivery to site will not be grounds for approval of substitutions for other products/materials. I.Revisions to Schedules: 1.Indicate progress of each activity to date of submittal, and projected completion date of each activity. 2.Identify activities modified since previous submittal, major changes in scope, and other identifiable changes. 3.Prepare narrative report to define problem areas, anticipated delays, and impact on Schedule. Report corrective action taken, or proposed, and its effect. 1.5 SHOP DRAWINGS A.Indicate special utility and electrical characteristics, utility connection requirements, and location of utility outlets for service for functional equipment and appliances. B.Printable Image Size: Minimum 8-1/2 by 11 inches and maximum 30 by 42 inches. C.Draw details to a minimum scale of 1/2-inch equal to 1 foot. D.Draw site plans to same scale indicated on Contract Drawings. E.Draw other plans to a minimum scale of 1/8-inch equal to 1 foot. F.Construction Documents (electronic or paper format) issued by Architect cannot be used in any shape, form, or fashion in creation and development of shop drawings, except that electronic files containing floor plans or site plans which have been acquired from Architect may be used as backgrounds for Contractor, subcontractors, sub-subcontractors, and material suppliers in shop drawing process. G.In creation and publication of shop drawings, under no circumstances shall Design Professional's seal or title block of drawing be reproduced. Shop drawings must be original works from Contractor, subcontractors, sub-subcontractors, and material suppliers. 1.6 PRODUCT DATA A.Mark each copy to identify applicable products, models, options, and other data. Supplement manufacturers' standard data to provide information unique to this Project. B.Include recommendations for application and use, and reference to compliance with specified standards of trade associations and testing agencies. C.Include notation of special coordination requirements for interfacing with adjacent work and building utilities where applicable. D.After review, distribute in accordance with "Submittal Procedures" Article above and provide copies for Record Documents described in Section 01 70 00 "Execution and Closeout Requirements." 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 3 573 Item 7. City of Sanger Porter Park Softball Field Renovations 1.7 SAMPLES A.Submit samples to illustrate functional and aesthetic characteristics of product, with integral parts and attachment devices. Accompany physical sample with color digital image (photo or scanned .PDF) of sample. Coordinate sample submittals for interfacing work. B.Unless otherwise specified, submit samples of finishes from manufacturers' full range of standard colors, textures, and patterns, for Architect's selection. C.Where variations in color, pattern, or texture are inherent in material or product, submit multiple samples to indicate approximate range or variations. D.Include full Project information and identification of manufacturer, model number, type, style and color on each sample. E.Submit number of samples specified in individual Specification Sections; one of which will be retained by Architect. F.Reviewed samples which may remain as part of Work are indicated in individual Specification Sections. G.Samples will not be used for testing purposes unless specifically stated in individual Specification Sections. 1.8 DESIGN DATA A.Submit for Architect'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. 1.9 TEST REPORTS A.Submit for Architect's knowledge as Contract Administrator or for Owner. B.Submit test reports for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.10 CERTIFICATES A.When specified in individual Specification Sections, submit certification by manufacturer, installation/application subcontractor, or Contractor to Architect. B.Indicate material or product conforms to or exceeds specified requirements. Submit supporting reference data, affidavits, and certifications as appropriate. C.Certificates may be recent or previous test results on material or product, but must be acceptable to Architect. 1.11 MANUFACTURER'S INSTRUCTIONS A.When specified in individual Specification Sections, submit manufacturers' printed instructions for delivery, storage, assembly, installation, startup, adjusting, and finishing. B.Identify conflicts between manufacturers' instructions and Contract Documents. C.Indicate special procedures, conditions requiring special attention and special environmental criteria required for application or installation. 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 4 574 Item 7. City of Sanger Porter Park Softball Field Renovations 1.12 MANUFACTURER'S FIELD REPORTS A.Submit reports for Architect's benefit as Contract Administrator or for Owner. B.Submit report within 30 days of observation to Architect for information. C.Submit for information for limited purpose of assessing conformance with information given and design concept expressed in Contract Documents. 1.13 ERECTION DRAWINGS A.Submit drawings for Architect's benefit 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. C.Data indicating inappropriate or unacceptable Work may be subject to action by Architect or Owner. 1.14 CONSTRUCTION PHOTOGRAPHS A.Each month submit photographs to Architect with Application for Payment. B.Photographs: 1.Format: JPEG file extension; color. 2.Subject: a.Take 10 site photographs from differing directions indicating relative progress of Work, 5 days maximum prior to submitting pay request. C.Identify photographs with date, time, orientation, and Project identification. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 SUBMITTAL PROCEDURES 01 33 00 - 5 575 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 40 00 - QUALITY REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Quality control and control of installation. 2.Tolerances. 3.References. 4.Mockup requirements. 5.Testing and Inspection services. 6.Manufacturers' field services. 7.Examination. 8.Preparation. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 33 00 "Submittal Procedures" for submission of manufacturers' instructions and certificates. 4.Section 01 60 00 "Product Requirements" for requirements for material and product quality. 1.2 QUALITY CONTROL AND CONTROL OF INSTALLATION 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.Should manufacturers' instructions conflict with Contract Documents, request clarification from Architect before proceeding. D.Comply with specified standards as a minimum quality for Work except when more stringent tolerances, codes, or specified requirements indicate higher standards or more precise workmanship. E.Perform Work by persons qualified to produce workmanship of specified quality. F.Verify field measurements are as indicated on shop drawings or as instructed by manufacturer. G.Secure products in place with positive anchorage devices designed and sized to withstand stresses, vibration, physical distortion, or disfigurement. 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' tolerances. Should manufacturers' tolerances conflict with Contract Documents, request clarification from Architect before proceeding. C.Adjust products to appropriate dimensions; position before securing in place. 03815622 10/22 QUALITY REQUIREMENTS 01 40 00 - 1 576 Item 7. City of Sanger Porter Park Softball Field Renovations 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 on date of Notice to Proceed, except where a specific date is established by Code. C.Obtain copy of standards when required by Specification Section. D.Neither contractual relationship, duties, nor responsibilities of parties in Contract nor those of Architect shall be altered from Contract Documents by mention or inference otherwise in any reference document. 1.5 TESTING AND INSPECTION SERVICES A.Owner will appoint, employ, and pay for specified services of an independent firm to perform inspection and testing. B.The independent firm will perform inspections, tests, and other services specified in individual Specification Sections and as required by Architect or Owner. C.Testing, inspections and source quality control may occur on or off Project site. Perform off-site testing as required by Architect or Owner. D.Submit independent testing laboratory firm's reports to Architect. Reports to include observations and results of tests and will indicate compliance or non-compliance with Contract Documents. E.Cooperate with independent firm; furnish samples of materials, design mix, equipment, tools, storage, provide safe access to Project site, and provide assistance by incidental labor as requested. 1.Notify Owner, and independent firm 48 hours prior to expected time for operations requiring services. 2.Pay for additional samples and tests required for Contractor's use. F.Employment of independent testing agency or laboratory does not relieve Contractor from performing Work to Contract requirements. G.Re-testing and/or re-inspection required because of non-conformance to specified requirements will be charged to Contractor by deducting re-testing and/or re-inspection charges from Contract Sum/Price. 1.6 MANUFACTURERS' 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, and startup of equipment, as applicable, and to initiate instructions when necessary. B.Submit qualifications of observer to Architect 30 days in advance of required observations. Observer subject to approval of Architect. C.Report observations and site decisions or instructions given to applicators or installers that are supplemental or contrary to manufacturers' written instructions. D.Refer to Section 01 33 00 "Submittal Procedures," "Manufacturer's Field Reports" Article. 03815622 10/22 QUALITY REQUIREMENTS 01 40 00 - 2 577 Item 7. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A.Verify existing site conditions and substrate surfaces are acceptable for subsequent Work. Beginning new Work means acceptance of existing conditions. B.Verify 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 utility services are available, of correct characteristics, and in correct locations. 3.2 PREPARATION A.Clean substrate surfaces prior to applying next material or substance. 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. END OF SECTION 03815622 10/22 QUALITY REQUIREMENTS 01 40 00 - 3 578 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 42 00 - REFERENCES PART 1 - GENERAL 1.1 DEFINITIONS A.General: Basic Contract definitions are included in the Conditions of the Contract. B."Approved": When used to convey Architect's action on Contractor's submittals, applications, and requests, "approved" is limited to Architect's duties and responsibilities as stated in the Conditions of the Contract. C."Directed": A command or instruction by Architect. Other terms including "requested," "authorized," "selected," "required," and "permitted" have the same meaning as "directed." D."Indicated": Requirements expressed by graphic representations or in written form on Drawings, in Specifications, and in other Contract Documents. Other terms including "shown," "noted," "scheduled," and "specified" have the same meaning as "indicated." E."Regulations": Laws, ordinances, statutes, and lawful orders issued by authorities having jurisdiction, and rules, conventions, and agreements within the construction industry that control performance of the Work. F."Furnish": Supply and deliver to Project site, ready for unloading, unpacking, assembly, installation, and similar operations. G."Install": Unload, temporarily store, unpack, assemble, erect, place, anchor, apply, work to dimension, finish, cure, protect, clean, and similar operations at Project site. H."Provide": Furnish and install, complete and ready for the intended use. I."Project Site": Space available for performing construction activities. The extent of Project site is shown on Drawings and may or may not be identical with the description of the land on which Project is to be built. 1.2 INDUSTRY STANDARDS A.Applicability of Standards: Unless the Contract Documents include more stringent requirements, applicable construction industry standards have the same force and effect as if bound or copied directly into the Contract Documents to the extent referenced. Such standards are made a part of the Contract Documents by reference. B.Publication Dates: Comply with standards in effect as of date of the Contract Documents unless otherwise indicated. 1.For standards referenced by applicable building codes, comply with dates of standards as listed in building codes. C.Copies of Standards: Each entity engaged in construction on Project should be familiar with industry standards applicable to its construction activity. Copies of applicable standards are not bound with the Contract Documents. 1.Where copies of standards are needed to perform a required construction activity, obtain copies directly from publication source. 03815622 10/22 REFERENCES 01 42 00 - 1 579 Item 7. City of Sanger Porter Park Softball Field Renovations 1.3 ABBREVIATIONS AND ACRONYMS A.Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." B.Industry Organizations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Abbreviations and acronyms not included in this list shall mean the recognized name of the entities indicated in Gale's "Encyclopedia of Associations: National Organizations of the U.S." or in Columbia Books' "National Trade & Professional Associations of the United States." The information in this list is subject to change and is believed to be accurate as of the date of the Contract Documents. 1.AASHTO - American Association of State Highway and Transportation Officials; www.transportation.org. 2.ACI - American Concrete Institute; (Formerly: ACI International); www.concrete.org. 3.AEIC - Association of Edison Illuminating Companies, Inc. (The); www.aeic.org. 4.AI - Asphalt Institute; www.asphaltinstitute.org. 5.AIA - American Institute of Architects (The); www.aia.org. 6.AISC - American Institute of Steel Construction; www.aisc.org. 7.AISI - American Iron and Steel Institute; www.steel.org. 8.ANSI - American National Standards Institute; www.ansi.org. 9.ASCE - American Society of Civil Engineers; www.asce.org. 10.ASTM - ASTM International; www.astm.org. 11.AWS - American Welding Society; www.aws.org. 12.CLFMI - Chain Link Fence Manufacturers Institute; www.chainlinkinfo.org. 13.CRSI - Concrete Reinforcing Steel Institute; www.crsi.org. 14.ECA - Electronic Components Association; (See ECIA). 15.ECAMA - Electronic Components Assemblies & Materials Association; (See ECIA). 16.ECIA - Electronic Components Industry Association; www.ecianow.org. 17.EIA - Electronic Industries Alliance; (See TIA). 18.IEEE - Institute of Electrical and Electronics Engineers, Inc. (The); www.ieee.org. 19.IES - Illuminating Engineering Society; (Formerly: Illuminating Engineering Society of North America); www.ies.org. 20.IESNA - Illuminating Engineering Society of North America; (See IES). 21.NRMCA - National Ready Mixed Concrete Association; www.nrmca.org. 22.NSPE - National Society of Professional Engineers; www.nspe.org. C.Code Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is believed to be accurate as of the date of the Contract Documents. 1.ICC - International Code Council; www.iccsafe.org. 2.ICC-ES - ICC Evaluation Service, LLC; www.icc-es.org. 03815622 10/22 REFERENCES 01 42 00 - 2 580 Item 7. City of Sanger Porter Park Softball Field Renovations D.Federal Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. Information is subject to change and is up to date as of the date of the Contract Documents. 1.CPSC - Consumer Product Safety Commission; www.cpsc.gov. 2.EPA - Environmental Protection Agency; www.epa.gov. 3.OSHA - Occupational Safety & Health Administration; www.osha.gov. 4.USDA - Department of Agriculture; Agriculture Research Service; U.S. Salinity Laboratory; www.ars.usda.gov. 5.USDA - Department of Agriculture; Rural Utilities Service; www.usda.gov. 6.USDOJ - Department of Justice; Office of Justice Programs; National Institute of Justice; www.ojp.usdoj.gov. 7.USPS - United States Postal Service; www.usps.com. E.Standards and Regulations: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the standards and regulations in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1.USAB - United States Access Board; www.access-board.gov. F.State Government Agencies: Where abbreviations and acronyms are used in Specifications or other Contract Documents, they shall mean the recognized name of the entities in the following list. This information is subject to change and is believed to be accurate as of the date of the Contract Documents. 1.TAS; Architectural Barriers Texas Accessibility Standards; www.tdlr.texas.gov/ab/abtas.htm. 2.TFS; Texas A&M Forest Service; Sustainable Forestry and Economic Development; www.txforestservice.tamu.edu. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 REFERENCES 01 42 00 - 3 581 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 50 00 - TEMPORARY FACILITIES AND CONTROLS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Temporary Utilities: a.Electricity. b.Lighting. c.Communication services. d.Water. e.Sanitary. 2.Construction Facilities: a.Field offices and sheds. b.Vehicular access. c.Parking. d.Progress cleaning. e.Project identification. f.Traffic regulation. 3.Temporary Controls: a.Barriers. b.Fencing. c.Enclosures. d.Security. e.Water control. f.Dust control. g.Erosion and sediment control. h.Noise control. i.Pest and rodent control. j.Pollution control. k.Protection of Work. 4.Removal of utilities, facilities, and controls. B.Related Requirements: 1.Other Divisions 01 Specification Sections apply to Work of this Section. 2.Section 01 70 00 "Execution and Closeout Requirements" for final cleaning. 1.2 TEMPORARY ELECTRICITY A.Connect to existing power service. Power consumption shall not disrupt Owner's need for continuous service. B.Provide temporary electric feeder from electrical service at location as directed. Power consumption shall not disrupt Owner's need for continuous service. 1.3 TEMPORARY LIGHTING FOR CONSTRUCTION PURPOSES A.Existing building lighting may be utilized during construction. Owner will maintain lighting and pay cost of energy used. Exercise measures to conserve energy. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 1 582 Item 7. City of Sanger Porter Park Softball Field Renovations 1.4 TEMPORARY COMMUNICATION SERVICES A.As a minimum, provide cellular mobile telephone service for on-site superintendent and home office telephone service. 1.5 TEMPORARY WATER SERVICE A.Connect to existing water source for construction operations. Extend and supplement with temporary devices as needed to maintain specified conditions for construction operations. B.Owner will pay cost of water used. C.Exercise measures to conserve water. D.Provide temporary pipe insulation to prevent freezing. 1.6 TEMPORARY SANITARY FACILITIES A.Provide and maintain required facilities and enclosures. B.Existing facilities shall not be used. C.At end of construction, return facilities to same or better condition than originally found. 1.7 FIELD OFFICES AND SHEDS A.Field Office should not be required for Project. If Contractor believes a field office is required, consult with Owner for available location. B.Storage Areas and Sheds: 1.Size storage to requirements for products of individual Sections, allowing for access and orderly provision for maintenance and for inspection of products to requirements of Section 01 60 00 "Product Requirements." 2.Fire Extinguishers: Appropriate type fire extinguisher at each storage area. 1.8 EMPLOYEE RESIDENTIAL OCCUPANCY A.Not allowed on Owner's property. 1.9 VEHICULAR ACCESS A.Location as approved by Architect B.Provide unimpeded access for emergency vehicles. Maintain 20-foot-wide driveways with turning space between and around combustible materials. C.Provide and maintain access to fire hydrants and control valves free of obstructions. D.Provide means of removing mud from vehicle wheels before entering on site paved areas and public streets. E.Use existing on-site roads for construction traffic. 1.10 PARKING A.Use of designated areas of existing parking facilities by construction personnel is permitted. B.Do not allow heavy or tracked vehicles or construction equipment in parking areas. C.Permanent Pavements and Parking Facilities: 1.Avoid traffic loading beyond paving design capacity. Tracked vehicles not allowed. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 2 583 Item 7. City of Sanger Porter Park Softball Field Renovations D.Maintenance: 1.Maintain traffic and parking areas in sound condition free of excavated material, construction equipment, products, mud, snow, and ice. 2.Maintain existing paved areas used for construction; promptly repair breaks, potholes, low areas, standing water, and other deficiencies, to maintain paving and drainage in original, or specified, condition. E.Mud from Site Vehicles: Provide means of removing mud from vehicle wheels before entering streets. 1.11 PROGRESS CLEANING A.Maintain areas free of waste materials, debris, and rubbish. Maintain site in a clean and orderly condition. B.Remove debris and rubbish from pipe chases, plenums, attics, crawl spaces, and other closed or remote spaces, prior to enclosing space. C.Broom and vacuum clean interior areas prior to start of surface finishing, and continue cleaning to eliminate dust. D.Remove waste materials, debris, and rubbish from site and dispose off-site at intervals as required to maintain clean site. 1.12 PROJECT IDENTIFICATION A.Project Identification Sign: 1.Size: Provide one 8 ft. wide by 4 ft. high. 2.Materials: 3/4-inch-thick exterior grade plywood and solid wood frame. 3.Background Paint: Exterior quality, 2 coats; sign background of color as selected. 4.Lettering: Exterior paint of quality adequate to withstand weathering, fading, and chipping for duration of construction, contrasting colors as selected with exhibit lettering by professional sign painter. 5.Design: Design indicated in Drawings. 6.Content: a.Project title, as indicated on Contract Documents. b.Owner's name and logo. c.Council members. d.Name of Architect. e.Name of Prime Contractor. 7.Lettering: Series C of Standard Alphabet for Highway Signs, Public Roads Administration, Federal Works Agency. B.Project Informational Signs: 1.If required by other Documents or Sections of Project Manual, provide weather-protected signs for site safety procedures, wage rates, and Storm Water Pollution Prevention Plan. 2.Erect sign on or adjacent to field office, if required. C.Design sign and structure to withstand 90 miles/hr wind velocity. D.Installation: 1.Install Project identification sign within 15 days after date fixed by Notice to Proceed. 2.Erect at location directed by Owner. 3.Erect supports and framing on secure foundation, rigidly braced and framed to resist wind loadings. 4.Install sign surface plumb and level, with butt joints. Anchor securely. 5.Paint exposed surfaces of sign supports and framing. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 3 584 Item 7. City of Sanger Porter Park Softball Field Renovations E.No other signs are allowed without Owner's permission except those required by law. F.Maintenance: Maintain signs and supports clean, repair deterioration and damage. G.Removal: Remove signs, framing, supports, and foundations at completion of Project and restore area. 1.13 TRAFFIC REGULATION A.Signs, Signals, and Devices: 1.Post Mounted and Wall Mounted Traffic Control and Informational Signs: As approved by authority having jurisdiction. 2.Traffic Control Signals: As approved by local jurisdictions. 3.Traffic Cones and Drums: As approved by authority having jurisdiction. 4.Flares and Lights: As approved by authority having jurisdiction. 5.Flag Person Equipment: As required by authority 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 authority having jurisdiction, establish public thoroughfares to be used for haul routes and site access. 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 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. 1.14 BARRIERS A.Provide barriers to prevent unauthorized entry to construction areas and to protect existing facilities and adjacent properties from damage from construction operations and demolition. 1.Allow for Owner's use of site. B.Provide barricades and covered walkways required by authorities having jurisdiction for: 1.Public rights-of-way. 2.Public access to existing building. C.Provide protection for the following items designated to remain. Replace damaged items condition to original condition. 1.Trees. 2.Shrubbery. 3.Lawns. D.Protect site improvements including but not limited to pavements, walkways, and drainage structures from damage. Replace damaged site improvements to original condition. E.Protect non-owned vehicular traffic and stored materials from damage. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 4 585 Item 7. City of Sanger Porter Park Softball Field Renovations 1.15 TEMPORARY FENCING A.Construction: Commercial grade chain link fence. B.Provide 6-foot-high fence around construction site and temporary materials storage area; equip with vehicular gates with locks. 1.16 SECURITY A.Security Program: 1.Protect Work and existing premises from theft, vandalism, and unauthorized entry. 2.Initiate program at Project mobilization. 3.Maintain program throughout construction period until Owner acceptance precludes need for Contractor security. 1.17 WATER CONTROL A.Grade site to drain. B.Maintain excavations free of water. C.Provide, operate, and maintain pumping equipment. D.Protect site from puddling and running water. Provide water barriers as required to protect site from soil erosion. 1.18 DUST CONTROL A.Execute Work by methods to minimize raising dust from construction operations. B.Provide positive means to prevent air-borne dust from dispersing into atmosphere. 1.19 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, and drains, and other devices to prevent water flow that would result in erosion. D.Construct fill and waste areas by selective placement to avoid erosive surface silts or clays. E.Periodically inspect earthwork to detect evidence of erosion and sedimentation; promptly apply corrective measures. 1.20 NOISE CONTROL A.Provide methods, means, and facilities to minimize disruption of Owner's operations and activities due to noise produced by construction operations. B.Conduct activities that will produce noise that will or potentially will interfere with Owner's operations and activities at times agreed to by Owner. 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 5 586 Item 7. City of Sanger Porter Park Softball Field Renovations 1.21 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. 1.22 PROTECTION OF INSTALLED WORK 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 minimize damage. C.Provide protective coverings at openings in walls, roof, and soffits. D.Protect finished walkways, drives, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. E.Prohibit traffic or storage upon waterproofed or roofed surfaces. If traffic or activity is necessary, obtain recommendations for protection from waterproofing or roofing material manufacturer. F.Prohibit traffic from landscaped areas. 1.23 REMOVAL OF UTILITIES, FACILITIES, AND CONTROLS A.Remove temporary above grade utilities, equipment, facilities, and materials as soon as permanent facilities can be utilized. B.Remove risers for underground utilities to a minimum depth of 2 feet and cap. C.Remove buried equipment, facilities, and materials completely to a minimum depth of 2 feet and cap. D.Backfill excavations as specified in other sections and grade site as indicated. E.Clean and repair damage caused by installation or use of temporary work. F.Restore existing facilities used during construction to original condition. Restore permanent facilities used during construction to specified condition. G.Remove the following when no longer needed: 1.Enclosures. 2.Temporary fencing. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 TEMPORARY FACILITIES AND CONTROLS 01 50 00 - 6 587 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 TEMPORARY STORMWATER POLLUTION CONTROL 01 57 23 - 1 10/22 SECTION 01 57 23 - TEMPORARY STORMWATER POLLUTION CONTROL PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Contractor responsibilities. 2. Submittals. 3. Erosion and sediment controls. B. Related Requirements: 1. Local jurisdiction requirements. 2. Division 01 Specification Sections apply to Work of this Section. 1.2 CONTRACTOR RESPONSIBILITIES A. Contractor is solely responsible for meeting all TCEQ and EPA requirements for stormwater pollution prevention: 1. Develop a Stormwater Pollution Prevention Plan (SWPPP) if not provided; 2. File Notice of Intent (NOI) and include Owner as an "Operator"; 3. Install and maintain all erosion control measures and best management practices (BMPs); 4. Perform inspections and prepare reports; and 5. File Notice of Termination (NOT). 1.3 SUBMITTALS A. Submit to Engineer, SWPPP, Submittal Procedures, and all other related documentation conforming to Section 01 33 00 "Submittal Procedures." 1.4 EROSION AND SEDIMENT CONTROLS A. Implement structural measures to divert flows from exposed soils, temporarily store flows, or otherwise limit run-off and discharge of pollutants from exposed areas of site. Timely implement structural practices as specified in SWPPP during construction to minimize erosion and sediment run-off. B. Stabilized Ingress/Egress: 1. Provide stabilized access to/from construction site as soon as practical per SWPPP. 2. Ensure any soil tracked off-site is cleaned from existing roads, alleys, and any adjacent properties as soon as possible. Check for any pollutants (mud, silt, sand, cement, construction materials, etc.) tracked or washed off-site and perform necessary clean- up measures at the end of each work day. C. Silt Fences/Diversion Berms: Provide as a temporary structural practice to minimize erosion and sediment runoff, as necessary. Properly install silt fences and/or diversion berms to effectively retain sediment immediately after completing each phase of work where erosion would occur as sheet and rill erosion (clearing and grubbing, excavation, embankment, grading, etc.). 588 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 TEMPORARY STORMWATER POLLUTION CONTROL 01 57 23 - 2 10/22 D. Sand/Gravel Bags: Provide as a temporary structural practice to minimize erosion and sediment runoff. Properly place bags to effectively retain sediment immediately after completing each phase of work (clearing and grubbing, excavation, embankment, grading, etc.) in each independent runoff area (after clearing and grubbing between ridge and drain, place bags as Work progresses, remove/replace/relocate bags as needed for Work to progress in drainage area). Replace sand/gravel bags no longer in good condition, as needed. E. Site Stabilization: 1. Minimize surface area of base soil material at one time. 2. Implement necessary stabilization measures including: a. Temporary/permanent seeding/sodding; b. Inlet protection. 3. Implement stabilization measures per SWPPP. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 589 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 60 00 - PRODUCT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Products. 2.Product delivery, storage, and handling. 3.Product options. 4.Substitutions. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 3.Section 01 40 00 "Quality Requirements" for product quality monitoring. 4.Section 01 42 00 "References." 1.2 PRODUCTS A.Products: Means new material, machinery, components, equipment, fixtures, and systems forming Work and does not include machinery and equipment used for preparation, fabrication, conveying and erection of Work. When allowed by Contract Documents, products may include used and/or existing materials or components. B.Hazardous Materials: Products or material containing hazardous materials or substances, including but not limited to asbestos or polychlorinated biphenylshall (PCB), shall not be included in Work. C.Do not use materials and equipment removed from existing premises, except as specifically permitted by Contract Documents. D.Provide interchangeable components of same manufacturer, for similar components. E.Materials required to match existing work and not otherwise specified, shall be equal to existing work in quality, color, and finish. Workmanship and installation shall be comparable to adjacent existing work. Architect shall be authority in determination of acceptable work. 1.3 PRODUCT DELIVERY, STORAGE, AND HANDLING A.Delivery: 1.Deliver materials, products, and equipment to site in manufacturer's original, unopened containers or packaging, with identifying labels intact and legible. 2.Promptly inspect shipments to assure that products comply with requirements, quantities are correct, and products are undamaged. 3.Provide equipment and personnel to handle products by methods to prevent soiling, disfigurement, or damage. 4.Arrange deliveries in accord with construction schedule and in ample time to facilitate inspection prior to installation to avoid unnecessary delays in construction process. 03815622 10/22 PRODUCT REQUIREMENTS 01 60 00 - 1 590 Item 7. City of Sanger Porter Park Softball Field Renovations B.Storage: 1.Store and protect products in accordance with manufacturer's instructions, with seals and labels intact and legible. 2.Store sensitive products in weathertight, climate-controlled enclosures. 3.For exterior storage of fabricated products, place on supports, above ground, sloped to drain water. 4.Cover products subject to deterioration with impervious sheet covering. Provide ventilation to avoid condensation or potential degradation of products. 5.Store loose granular materials on solid flat surfaces in a well-drained area. Prevent mixing with foreign matter. 6.Provide equipment and personnel to store products by methods to prevent soiling, disfigurement, or damage. 7.Arrange storage of products to permit access for inspection. Periodically inspect to verify products are undamaged and are maintained in acceptable condition. 8.Materials, products, and equipment may be stored off site in a bonded and insured warehouse approved by Architect and Owner. Pay all costs incurred for off-site storage facilities. Products properly stored in off-site storage facilities may be included in progress pay requests with written approval of Architect. C.Handling: Handle materials, products, and equipment in a manner prescribed by manufacturer or specified to protect from damage during storage and installation. 1.4 PRODUCT OPTIONS A.Products Specified by Reference Standards or by Description Only: Any product meeting those standards or description. B.Products Specified by Naming One or More Manufacturers: Products of manufacturers named and meeting specifications, no options or substitutions allowed. C.Products Specified by Naming One or More Manufacturers with a Provision for Substitutions: Submit a request for substitution for any manufacturer not named in accordance with this Section. 1.5 SUBSTITUTIONS A.Architect will consider requests for substitutions within 7 days after date established in Notice to Proceed. B.Substitutions (after bidding period) 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. D.A request constitutes a representation that Bidder: 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 which may be required for Work to be complete with no additional cost to Owner. 4.Waives claims for additional costs or time extension which may subsequently become apparent. 5.Will reimburse Owner and Architect for review or edesign services associated with re-approval by authorities. 03815622 10/22 PRODUCT REQUIREMENTS 01 60 00 - 2 591 Item 7. City of Sanger Porter Park Softball Field Renovations 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 request for Substitution for consideration. Limit each request to one proposed Substitution. 2.Requests shall include name of material or equipment to be substituted and a description of proposed substitution including Drawings, performance and test data, and other information necessary for an evaluation. 3.Submit item-by-item (line-by-line) comparison of each item listed in Specification compiled and submitted comparing specified material/product with proposed substitution and specifically noting all differences between the compared products and/or systems. 4.Submit statement setting forth changes in other material, equipment or other portions of Work including changes in work of other contracts that incorporation of proposed substitution would require shall be included. 5.Submit shop drawings, product data, and certified test results for proposed product equivalence. 6.Architect will notify Contractor, in writing, of decision to accept or reject request. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 PRODUCT REQUIREMENTS 01 60 00 - 3 592 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 01 70 00 - EXECUTION AND CLOSEOUT REQUIREMENTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Closeout procedures. 2.Final cleaning. 3.Starting of systems. 4.Demonstration and instructions. 5.Testing, adjusting, and balancing. 6.Protecting installed construction. 7.Project record documents. 8.Operation and maintenance data. 9.Manual for materials and finishes. 10.Manual for equipment and systems. 11.Spare parts and maintenance products. 12.Product warranties and product bonds. 13.Maintenance service. B.Related Requirements: 1.Other Division 01 Specification Sections apply to Work of this Section. 2.Section 01 30 00 "Administrative Requirements" for Project information management. 1.2 CLOSEOUT PROCEDURES A.Submit written certification that Contract Documents have been reviewed, Work has been inspected, and that Work is complete in accordance with Contract Documents and ready for Architect's review. B.Provide submittals to Architect required by authority having jurisdiction. C.Submit final Application for Payment identifying total adjusted Contract Sum, previous payments, and sum remaining due. D.Closeout documents will be submitted electronically in OCR (Optical Character Recognition)/PDF format. E.At Owner's request, Contractor shall provide a hard copy of Closeout Documents in three-ring binders. 1.3 FINAL CLEANING A.Execute final cleaning prior to final Project assessment. B.Clean equipment and fixtures to sanitary condition with cleaning materials appropriate to surface and material being cleaned. C.Clean debris from roofs, gutters, downspouts, and drainage systems. D.Clean site; sweep paved areas, rake clean landscaped surfaces. E.Remove waste and surplus materials, rubbish, and construction facilities from site. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 1 593 Item 7. City of Sanger Porter Park Softball Field Renovations 1.4 STARTING OF SYSTEMS A.Coordinate schedule for startup of various equipment and systems. B.Notify Owner 7 days prior to startup of each item. C.Verify 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 tests, meter readings, and specified electrical characteristics agree with those required by equipment or system manufacturer. E.Verify wiring and support components for equipment are complete and tested. F.Execute startup under supervision of applicable manufacturer's representative in accordance with manufacturers' instructions. G.When specified in individual Specification Sections, require manufacturer to provide authorized representative to be present at site to inspect, check, and approve equipment or system installation prior to startup, and to supervise placing equipment or system in operation. H.Submit a written report in accordance with 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 2 weeks prior to date of Substantial Completion. B.For equipment or systems requiring seasonal operation, perform demonstration for other season within 6 months. C.Utilize operation and maintenance manuals as basis for instruction. Review contents of manual with Owner's personnel in detail to explain aspects of operation and maintenance. D.Demonstrate startup, operation, control, adjustment, troubleshooting, servicing, maintenance, and shutdown of each item of equipment at agreed time, at equipment location. E.Prepare and insert additional data in operations and maintenance manuals when need for additional data becomes apparent during instruction. F.Required instruction time for each item of equipment and system is specified in individual Sections. 1.6 TESTING, ADJUSTING, AND BALANCING A.Owner will appoint, employ, and pay for services of independent firm to perform testing, adjusting, and balancing. B.Reports will be submitted by independent firm to Architect indicating observations and results of tests and indicating compliance or non-compliance with requirements of Contract Documents. 1.7 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.Protect finished floors, stairs, and other surfaces from traffic, dirt, wear, damage, or movement of heavy objects, by protecting with durable sheet materials. D.Prohibit traffic from landscaped areas. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 2 594 Item 7. City of Sanger Porter Park Softball Field Renovations 1.8 PROJECT RECORD DOCUMENTS A.Maintain on site one set of record documents; record actual revisions to Work: 1.Drawings. 2.Specifications. 3.Addenda. 4.Change Orders and other modifications to 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 products installed, including following: 1.Manufacturer's name and product model and number. 2.Product substitutions or alternates utilized. 3.Changes made by Addenda, Change Orders, RFI responses, and other modifications. For Addenda, Change Orders, and RFI responses, cut out and tape to pages in appropriate location, referencing source of change. F.Record Drawings and Shop Drawings: Legibly mark each item to record actual construction including: 1.Measured horizontal and vertical locations of underground utilities and appurtenances, referenced to permanent surface improvements. 2.Field changes of dimension and detail. 3.Details not on original Contract Drawings. 4.Changes made by Addenda, Change Order, RFI responses, and other modifications. For Addenda, Change Orders, and RFI responses, cut out and tape to pages in appropriate location, referencing source of change. 5.Submit in OCR (Optical Character Recognition)/PDF format. 6.Internally subdivide contents with page dividers, organized into CSI format shown in Project Manual. 7.Prepare a table of contents, listing each of Division headings and listing each material/product under each heading by manufacturer and material/product name. 8.Submit complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format. 9.Submit information with Application for Final Payment and include MSDS for materials/products delivered or installed in Project. G.Submit documents to Architect with claim for final Application for Payment. 1.9 OPERATION AND MAINTENANCE DATA A.Submit data electronically in 8-1/2- by 11-inch text pages, OCR (Optical Character Recognition)/PDF format. B.Submit documents with Application for Final Payment. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 3 595 Item 7. City of Sanger Porter Park Softball Field Renovations 1.10 MANUAL FOR MATERIALS AND FINISHES A.Submit in OCR (Optical Character Recognition)/PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return electronic file with comments. B.For equipment, or component parts of equipment put into service during construction and operated by Owner, submit documents within 10 days after acceptance. C.Submit one electronic copy of completed volumes 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of electronic document set as required prior to final submission. D.Submit electronic documents of revised final volumes in final form within 10 days after final inspection. E.Building Products, Applied Materials, and Finishes: Include product data, with catalog number, size, composition, and color and texture designations. 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 fly sheet. 1.11 MANUAL FOR EQUIPMENT AND SYSTEMS A.Submit in OCR (Optical Character Recognition)/PDF format of preliminary draft or proposed formats and outlines of contents before start of Work. Architect will review draft and return with comments. B.For equipment, or component parts of equipment put into service during construction and operated by Owner, submit electronic documents within 10 days after acceptance. C.Submit electronic copy of completed volume(s) 15 days prior to final inspection. Draft copy to be reviewed and returned after final inspection, with Architect comments. Revise content of electronic document set as required prior to final submission. D.Submit electronic documents in OCR (Optical Character Recognition)/PDF format of revised final volumes in final form within 10 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; by label machine. 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. K.Include manufacturer's printed operation and maintenance instructions. L.Include sequence of operation by controls manufacturer. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 4 596 Item 7. City of Sanger Porter Park Softball Field Renovations 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 dividers. 1.12 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. 1.13 PRODUCT WARRANTIES AND PRODUCT BONDS A.Obtain warranties and bonds executed by responsible subcontractors, suppliers, and manufacturers, within 10 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. F.Submit one complete set of aforementioned information in OCR (Optical Character Recognition)/PDF format for review. G.Submit prior to Application for Final Payment. H.Time of Submittals: 1.For equipment or component parts of equipment put into service during construction with Owner's permission, submit documents within 10 days after acceptance. 2.Make other submittals within 10 days after Date of Substantial Completion, prior to final Application for Payment. 3.For items of Work for which acceptance is delayed beyond Date of Substantial Completion, submit within 10 days after acceptance, listing date of acceptance as beginning of warranty or bond period. 1.14 MAINTENANCE SERVICE A.Furnish service and maintenance of components indicated in Specification Sections during warranty period. 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. 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 5 597 Item 7. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION (Not Used) END OF SECTION 03815622 10/22 EXECUTION AND CLOSEOUT REQUIREMENTS 01 70 00 - 6 598 Item 7. EXHIBIT A TECHNICAL SPECIFICATIONS 599 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 02 41 19 - SELECTIVE DEMOLITION PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Demolition and removal of selected site elements. 2.Salvage of existing items to be reused or recycled. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 01 73 00 "Execution" for cutting and patching procedures. 3.Section 31 10 00 "Site Clearing" for site clearing and removal of above- and below-grade improvements. 1.2 DEFINITIONS A.Remove: Detach items from existing construction and legally dispose of them off-site unless indicated to be removed and salvaged or removed and reinstalled. B.Remove and Reinstall: Detach items from existing construction, prepare for reuse, and reinstall where indicated. C.Existing to Remain: Existing items of construction that are not to be permanently removed and that are not otherwise indicated to be removed, removed and salvaged, or removed and reinstalled. 1.3 MATERIALS OWNERSHIP A.Unless otherwise indicated, demolition waste becomes property of Contractor. B.Historic items, relics, antiques, and similar objects including, but not limited to, cornerstones and their contents, commemorative plaques and tablets, and other items of interest or value to Owner that may be uncovered during demolition remain the property of Owner. 1.Carefully salvage in a manner to prevent damage and promptly return to Owner. 1.4 PREINSTALLATION MEETINGS A.Predemolition Conference: Conduct conference at Project site. 1.Inspect and discuss condition of construction to be selectively demolished. 2.Review requirements of work performed by other trades that rely on substrates exposed by selective demolition operations. 3.Review areas where existing construction is to remain and requires protection. 1.5 INFORMATIONAL SUBMITTALS A.Inventory: Submit a list of items to be removed and salvaged and deliver to Owner prior to start of demolition. B.Predemolition Photographs or Video: Submit before Work begins. 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 1 600 Item 7. City of Sanger Porter Park Softball Field Renovations 1.6 CLOSEOUT SUBMITTALS A.Inventory: Submit a list of items that have been removed and salvaged. 1.7 FIELD CONDITIONS A.Conditions existing at time of inspection for bidding purpose will be maintained by Owner as far as practical. 1.Before selective demolition, Owner will remove the following items: a.<Insert items to be removed by Owner>. B.Notify Architect of discrepancies between existing conditions and Drawings before proceeding with selective demolition. C.Storage or sale of removed items or materials on-site is not permitted. D.Utility Service: Maintain existing utilities indicated to remain in service and protect them against damage during selective demolition operations. 1.Maintain fire-protection facilities in service during selective demolition operations. PART 2 - PRODUCTS (Not Used) PART 3 - EXECUTION 3.1 EXAMINATION A.Verify that utilities have been disconnected and capped before starting selective demolition operations. B.Review record documents of existing construction provided by Owner. Owner does not guarantee that existing conditions are same as those indicated in record documents. C.Survey existing conditions and correlate with requirements indicated to determine extent of selective demolition required. D.When unanticipated mechanical, electrical, or structural elements that conflict with intended function or design are encountered, investigate and measure the nature and extent of conflict. Promptly submit a written report to Architect. 3.2 UTILITY SERVICES AND MECHANICAL/ELECTRICAL SYSTEMS A.Existing Services/Systems to Remain: Maintain services/systems indicated to remain and protect them against damage. 1.Comply with requirements for existing services/systems interruptions specified in Section 01 10 00 "Summary." 3.3 PREPARATION A.Site Access and Temporary Controls: Conduct selective demolition and debris-removal operations to ensure minimum interference with roads, streets, walks, walkways, and other adjacent occupied and used facilities. 1.Comply with requirements for access and protection specified in Section 01 50 00 "Temporary Facilities and Controls." 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 2 601 Item 7. City of Sanger Porter Park Softball Field Renovations 3.4 SELECTIVE DEMOLITION, GENERAL A.General: Demolish and remove existing construction only to the extent required by new construction and as indicated. Use methods required to complete the Work within limitations of governing regulations and as follows: 1.Proceed with selective demolition systematically, from higher to lower level. Complete selective demolition operations above each floor or tier before disturbing supporting members on the next lower level. 2.Neatly cut openings and holes plumb, square, and true to dimensions required. Use cutting methods least likely to damage construction to remain or adjoining construction. Use hand tools or small power tools designed for sawing or grinding, not hammering and chopping, to minimize disturbance of adjacent surfaces. Temporarily cover openings to remain. 3.Cut or drill from the exposed or finished side into concealed surfaces to avoid marring existing finished surfaces. 4.Remove structural framing members and lower to ground by method suitable to avoid free fall and to prevent ground impact or dust generation. 5.Locate selective demolition equipment and remove debris and materials so as not to impose excessive loads on supporting walls, floors, or framing. 6.Dispose of demolished items and materials promptly. B.Removed and Reinstalled Items: 1.Clean and repair items to functional condition adequate for intended reuse. 2.Pack or crate items after cleaning and repairing. Identify contents of containers. 3.Protect items from damage during transport and storage. 4.Reinstall items in locations indicated. Comply with installation requirements for new materials and equipment. Provide connections, supports, and miscellaneous materials necessary to make item functional for use indicated. C.Existing Items to Remain: Protect construction indicated to remain against damage and soiling during selective demolition. When permitted by Architect, items may be removed to a suitable, protected storage location during selective demolition and cleaned, and reinstalled in their original locations after selective demolition operations are complete. 3.5 SELECTIVE DEMOLITION PROCEDURES FOR SPECIFIC MATERIALS A.Concrete: Demolish in sections. Cut concrete full depth at existing joints with construction to remain and at regular intervals using power-driven saw, then remove concrete between saw cuts. 3.6 DISPOSAL OF DEMOLISHED MATERIALS A.General: Except for items or materials indicated to be reused, salvaged, reinstalled, or otherwise indicated to remain Owner's property, remove demolished materials from Project site and legally dispose of them in an EPA-approved landfill. 1.Do not allow demolished materials to accumulate on-site. 2.Remove and transport debris in a manner that will prevent spillage on adjacent surfaces and areas. B.Disposal: Transport demolished materials off Owner's property and legally dispose of them. 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 3 602 Item 7. City of Sanger Porter Park Softball Field Renovations 3.7 CLEANING A.Clean adjacent structures and improvements of dust, dirt, and debris caused by selective demolition operations. Return adjacent areas to condition existing before selective demolition operations began. END OF SECTION 03815622 10/22 SELECTIVE DEMOLITION 02 41 19 - 4 603 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 31 10 00 - SITE CLEARING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Protecting existing vegetation to remain. 2.Clearing and grubbing. 3.Removing above- and below-grade site improvements. 4.Temporary erosion and sedimentation control. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 01 50 00 "Temporary Facilities and Controls" for temporary erosion- and sedimentation-control measures. 1.2 DEFINITIONS A.Subsoil: Soil beneath the level of subgrade; soil beneath the topsoil layers of a naturally occurring soil profile, typified by less than 1 percent organic matter and few soil organisms. B.Surface Soil: Soil that is present at the top layer of the existing soil profile. In undisturbed areas, surface soil is typically called "topsoil," but in disturbed areas such as urban environments, the surface soil can be subsoil. C.Plant-Protection Zone: Area surrounding individual trees, groups of trees, shrubs, or other vegetation to be protected during construction and indicated on Drawings. D.Tree-Protection Zone: Area surrounding individual trees or groups of trees to be protected during construction and indicated on Drawings. E.Vegetation: Trees, shrubs, groundcovers, grass, and other plants. 1.3 PREINSTALLATION MEETINGS A.Preinstallation Conference: Conduct conference at Project site. 1.4 MATERIAL OWNERSHIP A.Except for materials indicated to be stockpiled or otherwise remain Owner's property, cleared materials shall become Contractor's property and shall be removed from Project site. 1.5 INFORMATIONAL SUBMITTALS A.Existing Conditions: Documentation of existing trees and plantings, adjoining construction, and site improvements that establishes preconstruction conditions that might be misconstrued as damage caused by site clearing. 1.Use sufficiently detailed photographs or video recordings. 03815622 10/22 SITE CLEARING 31 10 00 - 1 604 Item 7. City of Sanger Porter Park Softball Field Renovations 1.6 FIELD CONDITIONS A.Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during site-clearing operations. 1.Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2.Provide alternate routes around closed or obstructed trafficways if required by Owner or authorities having jurisdiction. B.Salvageable Improvements: Carefully remove items indicated to be salvaged and store on Owner's premises. C.Utility Locator Service: Notify utility locator service for area where Project is located before site clearing. D.Do not commence site clearing operations until temporary erosion- and sedimentation-control and plant-protection measures are in place. PART 2 - PRODUCTS 2.1 MATERIALS A.Satisfactory Soil Material: Requirements for satisfactory soil material are specified in Section 31 20 00 "Earth Moving." 1.Obtain approved borrow soil material off-site when satisfactory soil material is not available on-site. B.Antirust Coating: Fast-curing, lead- and chromate-free, self-curing, universal modified-alkyd primer complying with MPI #23 (surface-tolerant, anticorrosive metal primer)or SSPC-Paint 20 or SSPC-Paint 29 zinc-rich coating. PART 3 - EXECUTION 3.1 PREPARATION A.Protect and maintain benchmarks and survey control points from disturbance during construction. B.Verify that trees, shrubs, and other vegetation to remain or to be relocated have been flagged and that protection zones have been identified and enclosed according to requirements in Drawings. C.Protect existing site improvements to remain from damage during construction. 1.Restore damaged improvements to their original condition, as acceptable to Owner. 3.2 TEMPORARY EROSION AND SEDIMENTATION CONTROL A.Provide temporary erosion- and sedimentation-control measures to prevent soil erosion and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways, according to erosion- and sedimentation-control Drawings and requirements of authorities having jurisdiction. B.Verify that flows of water redirected from construction areas or generated by construction activity do not enter or cross protection zones. 03815622 10/22 SITE CLEARING 31 10 00 - 2 605 Item 7. City of Sanger Porter Park Softball Field Renovations C.Inspect, maintain, and repair erosion- and sedimentation-control measures during construction until permanent vegetation has been established. D.Remove erosion and sedimentation controls, and restore and stabilize areas disturbed during removal. 3.3 TREE AND PLANT PROTECTION A.Protect trees and plants remaining on-site according to requirements in Drawings. B.Repair or replace trees, shrubs, and other vegetation indicated to remain or be relocated that are damaged by construction operations. 3.4 EXISTING UTILITIES A.Locate, identify, disconnect, and seal or cap utilities indicated to be removed. 1.Arrange with utility companies to shut off indicated utilities. B.Locate, identify, and disconnect utilities indicated to be abandoned in place. C.Interrupting Existing Utilities: Do not interrupt utilities serving facilities occupied by Owner or others, unless permitted under the following conditions and then only after arranging to provide temporary utility services according to requirements indicated: 1.Notify Owner not less than two days in advance of proposed utility interruptions. 2.Do not proceed with utility interruptions without Owner's written permission. D.Excavate for and remove underground utilities indicated to be removed. 3.5 CLEARING AND GRUBBING A.Remove obstructions, trees, shrubs, and other vegetation to permit installation of new construction. 1.Do not remove trees, shrubs, and other vegetation indicated to remain or to be relocated. B.Fill depressions caused by clearing and grubbing operations with satisfactory soil material unless further excavation or earthwork is indicated. 1.Place fill material in horizontal layers not exceeding a loose depth of 8 inches, and compact each layer to a density equal to adjacent original ground. 3.6 SITE IMPROVEMENTS A.Remove existing above- and below-grade improvements as indicated and necessary to facilitate new construction. B.Remove slabs, paving, curbs, gutters, and aggregate base as indicated. 1.Unless existing full-depth joints coincide with line of demolition, neatly saw-cut along line of existing pavement to remain before removing adjacent existing pavement. Saw-cut faces vertically. 2.Paint cut ends of steel reinforcement in concrete to remain with two coats of antirust coating, following coating manufacturer's written instructions. Keep paint off surfaces that will remain exposed. 03815622 10/22 SITE CLEARING 31 10 00 - 3 606 Item 7. City of Sanger Porter Park Softball Field Renovations 3.7 DISPOSAL OF SURPLUS AND WASTE MATERIALS A.Remove surplus soil material, unsuitable topsoil, obstructions, demolished materials, and waste materials including trash and debris, and legally dispose of them off Owner's property. END OF SECTION 03815622 10/22 SITE CLEARING 31 10 00 - 4 607 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 31 20 00 - EARTH MOVING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Excavating and filling for rough grading the Site. 2.Preparing subgrades for walks turf and grasses. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 31 10 00 "Site Clearing" for site stripping, grubbing, stripping topsoil, and removal of above- and below-grade improvements and utilities. 1.2 DEFINITIONS A.Backfill: Soil material or controlled low-strength material used to fill an excavation. 1.Initial Backfill: Backfill placed beside and over pipe in a trench, including haunches to support sides of pipe. 2.Final Backfill: Backfill placed over initial backfill to fill a trench. B.Borrow Soil: Satisfactory soil imported from off-site for use as fill or backfill. C.Excavation: Removal of material encountered above subgrade elevations and to lines and dimensions indicated. 1.Authorized Additional Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions as directed by Architect. Authorized additional excavation and replacement material will be paid for according to Contract provisions for changes in the Work. 2.Unauthorized Excavation: Excavation below subgrade elevations or beyond indicated lines and dimensions without direction by Architect. Unauthorized excavation, as well as remedial work directed by Architect, shall be without additional compensation. D.Fill: Soil materials used to raise existing grades. E.Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material that exceed 1 cu. yd. for bulk excavation or 3/4 cu. yd. for footing, trench, and pit excavation that cannot be removed by rock-excavating equipment equivalent to the following in size and performance ratings, without systematic drilling, ram hammering, ripping, or blasting, when permitted: 1.Equipment for Footing, Trench, and Pit Excavation: Late-model, track-mounted hydraulic excavator; equipped with a 42-inch- maximum-width, short-tip-radius rock bucket; rated at not less than 138-hp flywheel power with bucket-curling force of not less than 28,700 lbf and stick-crowd force of not less than 18,400 lbf with extra-long reach boom. F.Rock: Rock material in beds, ledges, unstratified masses, conglomerate deposits, and boulders of rock material 3/4 cu. yd. or more in volume that exceed a standard penetration resistance of 100 blows/2 inches when tested by a geotechnical testing agency, according to ASTM D1586. G.Subgrade: Uppermost surface of an excavation or the top surface of a fill or backfill immediately below subbase, drainage fill, drainage course, or topsoil materials. H.Utilities: On-site underground pipes, conduits, ducts, and cables as well as underground services within buildings. 03815622 10/22 EARTH MOVING 31 20 00 - 1 608 Item 7. City of Sanger Porter Park Softball Field Renovations 1.3 FIELD CONDITIONS A.Traffic: Minimize interference with adjoining roads, streets, walks, and other adjacent occupied or used facilities during earth-moving operations. 1.Do not close or obstruct streets, walks, or other adjacent occupied or used facilities without permission from Owner and authorities having jurisdiction. 2.Provide alternate routes around closed or obstructed traffic ways if required by Owner or authorities having jurisdiction. B.Utility Locator Service: Notify utility locator service for area where Project is located before beginning earth-moving operations. C.Do not commence earth-moving operations until temporary site fencing and erosion- and sedimentation-control measures specified in Section 01 50 00 "Temporary Facilities and Controls" and Section 01 57 23 Temporary Stormwater Pollution Control are in place. PART 2 - PRODUCTS 2.1 SOIL MATERIALS A.General: Provide borrow soil materials when sufficient satisfactory soil materials are not available from excavations. B.Satisfactory Soils: Soil Classification Groups GW, GP, GM, SW, SP, and SM according to ASTM D2487, or a combination of these groups; free of rock or gravel larger than 3 inches in any dimension, debris, waste, frozen materials, vegetation, and other deleterious matter. C.Unsatisfactory Soils: Soil Classification Groups GC, SC, CL, ML, OL, CH, MH, OH, and PT according to ASTM D2487, or a combination of these groups. 1.Unsatisfactory soils also include satisfactory soils not maintained within 2 percent of optimum moisture content at time of compaction. PART 3 - EXECUTION 3.1 PREPARATION A.Protect structures, utilities, sidewalks, pavements, and other facilities from damage caused by settlement, lateral movement, undermining, washout, and other hazards created by earth-moving operations. B.Protect and maintain erosion and sedimentation controls during earth-moving operations. C.Protect subgrades and foundation soils from freezing temperatures and frost. Remove temporary protection before placing subsequent materials. 3.2 DEWATERING A.Provide dewatering system of sufficient scope, size, and capacity to control hydrostatic pressures and to lower, control, remove, and dispose of ground water and permit excavation and construction to proceed on dry, stable subgrades. B.Prevent surface water and ground water from entering excavations, from ponding on prepared subgrades, and from flooding Project site and surrounding area. 03815622 10/22 EARTH MOVING 31 20 00 - 2 609 Item 7. City of Sanger Porter Park Softball Field Renovations C.Protect subgrades from softening, undermining, washout, and damage by rain or water accumulation. 1.Reroute surface water runoff away from excavated areas. Do not allow water to accumulate in excavations. Do not use excavated trenches as temporary drainage ditches. D.Dispose of water removed by dewatering in a manner that avoids endangering public health, property, and portions of work under construction or completed. Dispose of water and sediment in a manner that avoids inconvenience to others. 3.3 EXPLOSIVES A.Explosives: Do not use explosives. B.Explosives: Obtain written permission from authorities having jurisdiction before bringing explosives to Project site or using explosives on Project site. 1.Perform blasting without damaging adjacent structures, property, or site improvements. 2.Perform blasting without weakening the bearing capacity of rock subgrade and with the least-practicable disturbance to rock to remain. 3.4 EXCAVATION, GENERAL A.Unclassified Excavation: Excavate to subgrade elevations regardless of the character of surface and subsurface conditions encountered. Unclassified excavated materials may include rock, soil materials, and obstructions. No changes in the Contract Sum or the Contract Time will be authorized for rock excavation or removal of obstructions. 1.If excavated materials intended for fill and backfill include unsatisfactory soil materials and rock, replace with satisfactory soil materials. 2.Remove rock to lines and grades indicated to permit installation of permanent construction without exceeding the following dimensions: a.12 inches outside of concrete forms at footings. b.6 inches outside of minimum required dimensions of concrete cast against grade. c.6 inches beneath pipe in trenches and the greater of 24 inches wider than pipe or 42 inches wide. 3.5 EXCAVATION FOR WALKS AND PAVEMENTS A.Excavate surfaces under walks and pavements to indicated lines, cross sections, elevations, and subgrades. 3.6 EXCAVATION FOR UTILITY TRENCHES A.Excavate trenches to indicated gradients, lines, depths, and elevations. 1.Beyond building perimeter, excavate trenches to allow installation of top of pipe below frost line. B.Excavate trenches to uniform widths to provide the following clearance on each side of pipe or conduit. Excavate trench walls vertically from trench bottom to 12 inches higher than top of pipe or conduit unless otherwise indicated. 1.Clearance: 12 inches each side of pipe or conduit. 03815622 10/22 EARTH MOVING 31 20 00 - 3 610 Item 7. City of Sanger Porter Park Softball Field Renovations C.Trench Bottoms: Excavate and shape trench bottoms to provide uniform bearing and support of pipes and conduit. Shape subgrade to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. Remove projecting stones and sharp objects along trench subgrade. 1.For pipes and conduit less than 6 inches in nominal diameter, hand-excavate trench bottoms and support pipe and conduit on an undisturbed subgrade. 2.For pipes and conduit 6 inches or larger in nominal diameter, shape bottom of trench to support bottom 90 degrees of pipe or conduit circumference. Fill depressions with tamped sand backfill. 3.For flat-bottomed, multiple-duct conduit units, hand-excavate trench bottoms and support conduit on an undisturbed subgrade. 4.Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. D.Trench Bottoms: Excavate trenches 4 inches deeper than bottom of pipe and conduit elevations to allow for bedding course. Hand-excavate deeper for bells of pipe. 1.Excavate trenches 6 inches deeper than elevation required in rock or other unyielding bearing material to allow for bedding course. E.Trenches in Tree- and Plant-Protection Zones: 1.Hand-excavate to indicated lines, cross sections, elevations, and subgrades. Use narrow-tine spading forks to comb soil and expose roots. Do not break, tear, or chop exposed roots. Do not use mechanical equipment that rips, tears, or pulls roots. 2.Do not cut main lateral roots or taproots; cut only smaller roots that interfere with installation of utilities. 3.7 SUBGRADE INSPECTION A.Notify Architect when excavations have reached required subgrade. B.If Architect determines that unsatisfactory soil is present, continue excavation and replace with compacted backfill or fill material as directed. C.Compact subgrade below pavements with a Hand Operated Compactor to identify soft pockets and areas of excess yielding. Do not Compact wet or saturated subgrades. 1.Excavate soft spots, unsatisfactory soils, and areas of excessive pumping or rutting, as determined by Architect, and replace with compacted backfill or fill as directed. D.Reconstruct subgrades damaged by freezing temperatures, frost, rain, accumulated water, or construction activities, as directed by Architect, without additional compensation. 3.8 STORAGE OF SOIL MATERIALS A.Stockpile borrow soil materials and excavated satisfactory soil materials without intermixing. Place, grade, and shape stockpiles to drain surface water. Cover to prevent windblown dust. 1.Stockpile soil materials away from edge of excavations. Do not store within drip line of remaining trees. 3.9 BACKFILL A.Place and compact backfill in excavations promptly, but not before completing the following: 1.Testing and inspecting underground utilities. 2.Removing concrete formwork. 3.Removing trash and debris. B.Place backfill on subgrades free of mud, frost, snow, or ice. 03815622 10/22 EARTH MOVING 31 20 00 - 4 611 Item 7. City of Sanger Porter Park Softball Field Renovations 3.10 UTILITY TRENCH BACKFILL A.Place backfill on subgrades free of mud, frost, snow, or ice. B.Place and compact bedding course on trench bottoms and where indicated. Shape bedding course to provide continuous support for bells, joints, and barrels of pipes and for joints, fittings, and bodies of conduits. C.Trenches under Footings: Backfill trenches excavated under footings and within 18 inches of bottom of footings with satisfactory soil; fill with concrete to elevation of bottom of footings. D.Backfill voids with satisfactory soil while removing shoring and bracing. E.Initial Backfill: 1.Soil Backfill: Place and compact initial backfill of satisfactory soil, free of particles larger than 1 inch in any dimension, to a height of 12 inches over the pipe or conduit. a.Carefully compact initial backfill under pipe haunches and compact evenly up on both sides and along the full length of piping or conduit to avoid damage or displacement of piping or conduit. Coordinate backfilling with utilities testing. F.Final Backfill: 1.Soil Backfill: Place and compact final backfill of satisfactory soil to final subgrade elevation. 3.11 SOIL FILL A.Plow, scarify, bench, or break up sloped surfaces steeper than 1 vertical to 4 horizontal so fill material will bond with existing material. B.Place and compact fill material in layers to required elevations as follows: 1.Under grass and planted areas, use satisfactory soil material. 2.Under walks and pavements, use satisfactory soil material. C.Place soil fill on subgrades free of mud, frost, snow, or ice. 3.12 SOIL MOISTURE CONTROL A.Uniformly moisten or aerate subgrade and each subsequent fill or backfill soil layer before compaction to within 2 percent of optimum moisture content. 1.Do not place backfill or fill soil material on surfaces that are muddy, frozen, or contain frost or ice. 2.Remove and replace, or scarify and air dry, otherwise satisfactory soil material that exceeds optimum moisture content by 2 percent and is too wet to compact to specified dry unit weight. 3.13 COMPACTION OF SOIL BACKFILLS AND FILLS A.Place backfill and fill soil materials in layers not more than 8 inches in loose depth for material compacted by heavy compaction equipment and not more than 4 inches in loose depth for material compacted by hand-operated tampers. B.Place backfill and fill soil materials evenly on all sides of structures to required elevations and uniformly along the full length of each structure. 03815622 10/22 EARTH MOVING 31 20 00 - 5 612 Item 7. City of Sanger Porter Park Softball Field Renovations C.Compact soil materials to not less than the following percentages of maximum dry unit weight according to ASTM D698: 1.Under walkways, scarify and recompact top 6 inches below subgrade and compact each layer of backfill or fill soil material at 92 percent. 2.For utility trenches, compact each layer of initial and final backfill soil material at 85 percent. 3.14 GRADING A.General: Uniformly grade areas to a smooth surface, free of irregular surface changes. Comply with compaction requirements and grade to cross sections, lines, and elevations indicated. 1.Provide a smooth transition between adjacent existing grades and new grades. 2.Cut out soft spots, fill low spots, and trim high spots to comply with required surface tolerances. B.Site Rough Grading: Slope grades to direct water away from buildings and to prevent ponding. Finish subgrades to elevations required to achieve indicated finish elevations, within the following subgrade tolerances: 1.Turf or Unpaved Areas: Plus or minus1/2-inch. 2.Walks: Plus or minus 1/4-inch. 3.15 FIELD QUALITY CONTROL A.Special Inspections: Owner will engage a qualified special inspector to perform the following special inspections: 1.Determine prior to placement of fill that site has been prepared in compliance with requirements. 2.Determine that fill material classification and maximum lift thickness comply with requirements. 3.Determine, during placement and compaction, that in-place density of compacted fill complies with requirements. B.Testing Agency: Owner will engage a qualified geotechnical engineering testing agency to perform tests and inspections. C.Allow testing agency to inspect and test subgrades and each fill or backfill layer. Proceed with subsequent earth moving only after test results for previously completed work comply with requirements. D.Testing agency will test compaction of soils in place according to ASTM D1556, ASTM D2167, ASTM D2937, and ASTM D6938, as applicable. Tests will be performed at the following locations and frequencies: 1.Paved and Building Slab Areas: At subgrade and at each compacted fill and backfill layer, at least one test for every 2,000 sq. ft. or less of paved area or building slab but in no case fewer than three tests. E.When testing agency reports that subgrades, fills, or backfills have not achieved degree of compaction specified, scarify and moisten or aerate, or remove and replace soil materials to depth required; recompact and retest until specified compaction is obtained. 03815622 10/22 EARTH MOVING 31 20 00 - 6 613 Item 7. City of Sanger Porter Park Softball Field Renovations 3.16 PROTECTION A.Protecting Graded Areas: Protect newly graded areas from traffic, freezing, and erosion. Keep free of trash and debris. B.Repair and reestablish grades to specified tolerances where completed or partially completed surfaces become eroded, rutted, settled, or where they lose compaction due to subsequent construction operations or weather conditions. 1.Scarify or remove and replace soil material to depth as directed by Architect; reshape and recompact. C.Where settling occurs before Project correction period elapses, remove finished surfacing, backfill with additional soil material, compact, and reconstruct surfacing. 1.Restore appearance, quality, and condition of finished surfacing to match adjacent work, and eliminate evidence of restoration to greatest extent possible. 3.17 DISPOSAL OF SURPLUS AND WASTE MATERIALS A.Remove surplus satisfactory soil and waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. B.Transport surplus satisfactory soil to designated storage areas on Owner's property. Stockpile or spread soil as directed by Architect. 1.Remove waste materials, including unsatisfactory soil, trash, and debris, and legally dispose of them off Owner's property. END OF SECTION 03815622 10/22 EARTH MOVING 31 20 00 - 7 614 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 1 10/22 SECTION 31 22 16.10 - FINE GRADING FOR ATHLETIC FIELD PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. Work in this Section includes furnishing all labor, materials, equipment, and services required to construct, shape, ballfield topsoil (final 6 inches of fill) to the required lines, fine grades, and cross sections as specified herein and on the Plans. 2. Infield Surfacing Material. 3. Contractor will enact erosion control measures as provided for in the Plans. 4. Contractor will replace topsoil that may be lost to erosion or construction processes. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 TEST REPORTS A. Owner will bear the cost of all testing requirements and will submit test reports from a commercial testing laboratory as specified herein and in the Conditions of the Contract. 1.3 GENERAL IMPORTANCE A. Properly placed and finished topsoil and infield material in the ballfield is essential to the success of this Project. Much of the ballfield areas to be planted in turfgrass have minimal surface gradients which must be properly finished to ensure positive surface drainage. Contractor will be required to prove the competence and experience of his workers and subcontractors with respect to their abilities to execute the fine grading required on this Project. PART 2 - PRODUCTS 2.1 TOPSOIL A. Planting-Soil for Turf: Imported, naturally formed soil from off-site sources and consisting of sandy loam soil according to USDA textures; and modified to produce viable planting soil. 1. Sources: Take imported, unamended soil from sources that are naturally well-drained sites where topsoil occurs at least 4 inches deep, not from agricultural land, bogs, or marshes; and that do not contain undesirable organisms; disease-causing plant pathogens; or obnoxious weeds and invasive plants including, but not limited to, quack grass, Johnsongrass, poison ivy, nutsedge, nimble will, Canada thistle, bindweed, bent grass, wild garlic, ground ivy, perennial sorrel, and bromegrass. 2. Additional Properties of Imported Soil before Amending: Soil reaction of pH 6 to 7 and minimum of 6 percent organic-matter content, friable, and with sufficient structure to give good tilth and aeration. 615 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 2 10/22 3. Unacceptable Properties: Clean soil of the following: a. Unacceptable Materials: Concrete slurry, concrete layers or chunks, cement, plaster, building debris, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, acid, and other extraneous materials that are harmful to plant growth. b. Unsuitable Materials: Stones, roots, plants, sod, clay lumps, and pockets of coarse sand that exceed a combined maximum of 8 percent by dry weight of the imported soil. 2.2 "BLUE TOP" STAKES A. Wooden stakes shall be used to mark final fine grades. Stakes shall be capable of being driven fully into the ground without splitting and without pulverization of their tops. Nominal dimensions of stakes shall be not less than 2-inch x 2-inch x 8-inch long with all four sides beveled into a sharpened bottom point at one end and with a flat top at the other end. After being driven to the proper elevation, each stake top shall be securely fitted with a brightly colored attachment of fibrous plastic strands suitable for promoting visual identification of the driven stake. 2.3 INFIELD SURFACING MATERIAL A. Infield surfacing shall be a mixture of the following materials: 1. Red clay mined from virgin clay pits or banks, screened to a maximum diameter of 1/4-inch. 2. "Masonry" sand with a particle size as graded within the following limits: Size Percent Passing No. 4 100% No. 8 95% to 100% No. 16 70% to 100% No. 30 40% to 75% No. 50 10% to 35% No. 100 2% to 15% No. 200 0% 3. Infield Conditioner: Turface Athletics – MVP, Red Dog – Red Diamond, or approved equal. 4. "Stabilizer": A non-toxic organic soil binder additive. 5. All soil types must be free of foreign soil, debris, gravel, rock, organic matter, and other objectionable foreign material. 6. Infield surfacing mixtures shall be 70 percent clay and 30 percent sand by volume. B. Sample: 1. Provide a 1-gallon sample of the proposed premixed infield surfacing material submitted for Owner's approval, prior to installation. 616 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 3 10/22 2.4 COMPOST A. Compost: Well-composted, stable, and weed-free organic matter produced by composting feedstock, and bearing USCC's "Seal of Testing Assurance," and as follows: 1. Feedstock: Limited to leaves. 2. Reaction: pH of 5.5 to 8. 3. Soluble-Salt Concentration: Less than 4 dS/m. 4. Moisture Content: 35-55 percent by weight. 5. Organic Matter Content: 30 to 40 percent of dry weight. 6. Particle Size: Minimum of 98 percent passing through a 2-inch sieve. 2.5 SOIL AMENDMENTS A. See Section 32 92 00 "Turf and Grasses." PART 3 - EXECUTION 3.1 GENERAL A. All subgrade preparation shall be accomplished prior to placing topsoil. Placement and fine grading of the ballfield topsoil shall be performed as specified herein, and the completed Work shall conform to the required lines, grades, and cross sections of the Plans. Where topsoil has been lost to erosion or construction operations, it shall be replaced. 3.2 TOPSOIL PLACEMENT AND FINE GRADING A. Topsoil placement will not begin until all underground installations are complete, in place, tested to be working properly, and properly backfilled. Topsoil placement will not be attempted until construction which involves heavy vehicles is complete. Such vehicles cause rutting and over compaction. B. Onsite topsoil shall first be placed at a depth of 6 inches and shall be graded to within 0.10-foot of finished grade. C. Compost shall be spread evenly over the topsoil, then incorporated into the topsoil using a pulvimixer, until they are pulverized creating a homogenous layer of topsoil ready for planting. Apply compost as recommended by soil testing. D. The ballfield area should then be tilled to a depth of 6 inches to incorporate the soil amendments and fertilizer into the topsoil. E. After tilling, athletic field topsoil shall be compacted to a minimum of 92 percent of Standard Density ASTM D 698 at plus or minus 2 percent of optimum moisture and fine graded to within 0.05-foot of finished grade. F. Fine grading shall be executed over all athletic field playing areas by the use of laser guided earthwork equipment. G. If topsoil is lost to erosion or construction operations it shall be replaced. If not recoverable on the site, topsoil shall be provided from an off-site source as "imported topsoil." H. After fine grading is accomplished, it shall be Contractor's responsibility to protect all fine graded areas from vehicular traffic or other disruptive activities. Damages to the fine graded surfaces will be restored to a satisfactory condition as prescribed herein until the job is finished and accepted. 617 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 FINE GRADING FOR ATHLETIC FIELD 31 22 16.10 - 4 10/22 I. It is anticipated that some areas of topsoil may become overcompacted and resistant to proper grading. Such areas will be loosened and pulverized with discing machinery and will then be recompacted to normal density before fine grading. The use of a watering truck to moisten dried and hardened areas may be necessary. 3.3 INFIELD SURFACING A. Fine Grading: Remove top 1-inch of existing skinned infield and fine grade remaining infield material within 1-inch of final grades indicated on Plans. The surface of the surfacing material for the infield after fine grading shall be true to line, grade and cross section. When tested with an 8-foot straight edge it shall have no deviation from the face of the straight edge in excess of 1/4-inch at any point. Any point of the surface not meeting these requirements shall be corrected. B. Moisten the fine-graded skinned infield. C. New Infield Conditioner Placement: Infield conditioner shall be spread over the existing infield material in a 1-inch layer and "Stabilizer" shall be applied at a rate of 1 pound per 30 square feet. Infield conditioner and "Stabilizer" shall be tilled into the infield surfacing to a depth of 3 inches. D. Watering: Water shall be applied over the entire area and allowed to penetrate to a depth of 4 inches or until water is visibly standing on the surfacing material. This is necessary to activate the "Stabilizer." After surface water has disappeared the surfacing shall be compacted. E. Compaction: Infield surfacing shall be compacted between 90 percent and 95 percent of Standard AASHTO Density by rolling with a small 1-ton roller. The finished product shall be 8 inches of compacted surfacing, finely graded to the finished contours indicated on the Plans. 3.4 RECORD DRAWING A. Upon completion of grading operations and prior to turfgrass planting, Contractor must verify the accuracy of the ballfield grading by having a registered public surveyor shoot grades on a 50-foot grid over the entire ballfield. The grades will then be transferred to a reproducible Drawing of the grading plan and delivered to Architect for approval. No grass planting can begin until the Record Drawing is approved by Architect. 3.5 TESTING A. Spot field tests of soil densities shall be required of Contractor by Owner's Representative at Owner’s expense at the place and time of Owner's choosing. Any area not meeting density control requirements shall be immediately excavated, reconstructed, and retested, at the expense of Contractor, until satisfactory results are obtained. Up to a total of twenty-five initial tests may be required. END OF SECTION 618 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 32 13 13 - CONCRETE PAVING PART 1 - GENERAL 1.1 SUMMARY A.Section Includes Concrete Paving Including the Following: 1.Curbs and gutters. 2.Walks. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 2.Section 32 13 73 "Concrete Paving Joint Sealants" for joint sealants in expansion and contraction joints within concrete paving and in joints between concrete paving and asphalt paving or adjacent construction. 1.2 DEFINITIONS A.Cementitious Materials: Portland cement alone or in combination with one or more of blended hydraulic cement, fly ash, slag cement, and other pozzolans. B.W/C Ratio: The ratio by weight of water to cementitious materials. 1.3 PREINSTALLATION MEETINGS A.Preinstallation Conference: Conduct conference at Project site. 1.Review methods and procedures related to concrete paving, including but not limited to, the following: a.Concrete mixture design. b.Quality control of concrete materials and concrete paving construction practices. 2.Require representatives of each entity directly concerned with concrete paving to attend, including the following: a.Contractor's superintendent. b.Ready-mix concrete manufacturer. c.Concrete paving subcontractor. 1.4 ACTION SUBMITTALS A.Product Data: For each type of product. B.Design Mixtures: For each concrete paving mixture. Include alternate design mixtures when characteristics of materials, Project conditions, weather, test results, or other circumstances warrant adjustments. 03815622 10/22 CONCRETE PAVING 32 13 13 - 1 619 Item 7. City of Sanger Porter Park Softball Field Renovations 1.5 INFORMATIONAL SUBMITTALS A.Qualification Data: For qualified ready-mix concrete manufacturer. B.Material Certificates: For the following, from manufacturer: 1.Cementitious materials. 2.Steel reinforcement and reinforcement accessories. 3.Admixtures. 4.Bonding agent or epoxy adhesive. 5.Joint fillers. C.Material Test Reports: For each of the following: 1.Aggregates: 1.6 PRECONSTRUCTION TESTING A.Preconstruction Testing Service: Engage a qualified independent testing agency to perform preconstruction testing on concrete paving mixtures. 1.7 FIELD CONDITIONS A.Traffic Control: Maintain access for vehicular and pedestrian traffic as required for other construction activities. B.Cold-Weather Concrete Placement: Protect concrete work from physical damage or reduced strength that could be caused by frost, freezing, or low temperatures. Comply with ACI 306.1 and the following: 1.When air temperature has fallen to or is expected to fall below 40 degrees F, uniformly heat water and aggregates before mixing to obtain a concrete mixture temperature of not less than 50 degrees F and not more than 80 degrees F at point of placement. 2.Do not use frozen materials or materials containing ice or snow. 3.Do not use calcium chloride, salt, or other materials containing antifreeze agents or chemical accelerators unless otherwise specified and approved in design mixtures. C.Hot-Weather Concrete Placement: Comply with ACI 301 and as follows when hot-weather conditions exist: 1.Cool ingredients before mixing to maintain concrete temperature below 90 degrees F at time of placement. Chilled mixing water or chopped ice may be used to control temperature, provided water equivalent of ice is calculated in total amount of mixing water. Using liquid nitrogen to cool concrete is Contractor's option. 2.Cover steel reinforcement with water-soaked burlap, so steel temperature will not exceed ambient air temperature immediately before embedding in concrete. 3.Fog-spray forms, steel reinforcement, and subgrade just before placing concrete. Keep subgrade moisture uniform without standing water, soft spots, or dry areas. PART 2 - PRODUCTS 2.1 CONCRETE, GENERAL A.ACI Publications: Comply with ACI 301 unless otherwise indicated. 03815622 10/22 CONCRETE PAVING 32 13 13 - 2 620 Item 7. City of Sanger Porter Park Softball Field Renovations 2.2 FORMS A.Form Materials: Plywood, metal, metal-framed plywood, or other approved panel-type materials to provide full-depth, continuous, straight, and smooth exposed surfaces. 1.Use flexible or uniformly curved forms for curves with a radius of 100 feet or less. Do not use notched and bent forms. B.Form-Release Agent: Commercially formulated form-release agent that will not bond with, stain, or adversely affect concrete surfaces and that will not impair subsequent treatments of concrete surfaces. 2.3 STEEL REINFORCEMENT A.Reinforcing Bars: ASTM A 615, Grade 60; deformed. B.Bar Supports: Bolsters, chairs, spacers, and other devices for spacing, supporting, and fastening reinforcing bars, welded-wire reinforcement, and dowels in place. Manufacture bar supports according to CRSI's "Manual of Standard Practice" from steel wire, plastic, or precast concrete of greater compressive strength than concrete specified, and as follows: 1.Equip wire bar supports with sand plates or horizontal runners where base material will not support chair legs. 2.For epoxy-coated reinforcement, use epoxy-coated or other dielectric-polymer-coated wire bar supports. 2.4 CONCRETE MATERIALS A.Cementitious Materials: Use the following cementitious materials, of same type, brand, and source throughout Project: 1.Portland Cement: ASTM C 150, gray portland cement Type I/II. B.Normal-Weight Aggregates: ASTM C 33, Class 4M, uniformly graded. Provide aggregates from a single source with documented service-record data of at least 10 years' satisfactory service in similar paving applications and service conditions using similar aggregates and cementitious materials. 1.Maximum Coarse-Aggregate Size: 1-1/2 inches nominal. 2.Fine Aggregate: Free of materials with deleterious reactivity to alkali in cement. C.Air-Entraining Admixture: ASTM C 260. D.Chemical Admixtures: Admixtures certified by manufacturer to be compatible with other admixtures and to contain not more than 0.1 percent water-soluble chloride ions by mass of cementitious material. 1.Water-Reducing Admixture: ASTM C 494, Type A. 2.Retarding Admixture: ASTM C 494, Type B. 3.Water-Reducing and Retarding Admixture: ASTM C 494, Type D. 4.High-Range, Water-Reducing Admixture: ASTM C 494, Type F. 5.High-Range, Water-Reducing and Retarding Admixture: ASTM C 494, Type G. 6.Plasticizing and Retarding Admixture: ASTM C 1017, Type II. E.Water: Potable and complying with ASTM C 94. 03815622 10/22 CONCRETE PAVING 32 13 13 - 3 621 Item 7. City of Sanger Porter Park Softball Field Renovations 2.5 CURING MATERIALS A.Absorptive Cover: AASHTO M 182, Class 3, burlap cloth made from jute or kenaf, weighing approximately 9 oz./sq. yd. dry or cotton mats. B.Moisture-Retaining Cover: ASTM C 171, polyethylene film or white burlap-polyethylene sheet. C.Water: Potable. D.Evaporation Retarder: Waterborne, monomolecular, film forming, manufactured for application to fresh concrete. 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.BASF Corporation-Construction Systems; MasterKure ER 50 (Pre-2014: Confilm. b.Sika Corporation; SikaFilm. c.W.R. Meadows, Inc; EVAPRE. E.Clear, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 1, Class B, dissipating. 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.ChemMasters, Inc; Safe-Cure Clear DR. b.Dayton Superior; Clear Resin Cure J11W. c.W.R. Meadows, Inc; 1100-CLEAR SERIES. F.White, Waterborne, Membrane-Forming Curing Compound: ASTM C 309, Type 2, Class B, dissipating. 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.ChemMasters, Inc; Safe-Cure 2000. b.Dayton Superior; White Resin Cure J10W. c.W.R. Meadows, Inc; 1100-WHITE SERIES. 2.6 RELATED MATERIALS A.Joint Fillers: ASTM D 1751, asphalt-saturated cellulosic fiber in preformed strips. B.Bonding Agent: ASTM C 1059, Type II, non-redispersible, acrylic emulsion or styrene butadiene. C.Epoxy-Bonding Adhesive: ASTM C 881, 2-component epoxy resin capable of humid curing and bonding to damp surfaces; of class suitable for application temperature, of grade complying with requirements, and of the following types: 1.Types IV and V, load bearing, for bonding hardened or freshly mixed concrete to hardened concrete. 2.7 CONCRETE MIXTURES A.Prepare design mixtures, proportioned according to ACI 301, for each type and strength of normal-weight concrete, and as determined by either laboratory trial mixtures or field experience. 1.Use a qualified independent testing agency for preparing and reporting proposed concrete design mixtures for the trial batch method. 2.When automatic machine placement is used, determine design mixtures and obtain laboratory test results that comply with or exceed requirements. 03815622 10/22 CONCRETE PAVING 32 13 13 - 4 622 Item 7. City of Sanger Porter Park Softball Field Renovations B.Add air-entraining admixture at manufacturer's prescribed rate to result in normal-weight concrete at point of placement having an air content as follows: 1.Air Content: 4-1/2 percent plus or minus 1-1/2 percent for 1-1/2-inch nominal maximum aggregate size. 2.Air Content: 4-1/2 percent plus or minus 1-1/2 percent for 1-inch nominal maximum aggregate size. 3.Air Content: 5 percent plus or minus 1-1/2 percent for 3/4-inch nominal maximum aggregate size. C.Limit water-soluble, chloride-ion content in hardened concrete to 0.30 percent by weight of cement. D.Chemical Admixtures: Use admixtures according to manufacturer's written instructions. E.Concrete Mixtures: Normal-weight concrete. 1.Compressive Strength (28 Days): 4,000 psi . 2.Maximum W/C Ratio at Point of Placement: 0.45. 3.Slump Limit: 5 inches, plus or minus 1 inch. 2.8 CONCRETE MIXING A.Ready-Mixed Concrete: Measure, batch, and mix concrete materials and concrete according to ASTM C 94. Furnish batch certificates for each batch discharged and used in the Work. 1.When air temperature is between 85 and 90 degrees F, reduce mixing and delivery time from 1-1/2 hours to 75 minutes; when air temperature is above 90 degrees F, reduce mixing and delivery time to 60 minutes. PART 3 - EXECUTION 3.1 EXAMINATION A.Examine exposed subgrades and subbase surfaces for compliance with requirements for dimensional, grading, and elevation tolerances. B.Compact subbase surface below concrete paving to identify soft pockets and areas of excess yielding. 1.Correct subbase with soft spots and areas of pumping or rutting exceeding depth of 1/2-inch according to requirements in Section 31 20 00 "Earth Moving." C.Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A.Remove loose material from compacted subbase surface immediately before placing concrete. 3.3 EDGE FORMS AND SCREED CONSTRUCTION A.Set, brace, and secure edge forms, bulkheads, and intermediate screed guides to required lines, grades, and elevations. Install forms to allow continuous progress of work and so forms can remain in place at least 24 hours after concrete placement. B.Clean forms after each use and coat with form-release agent to ensure separation from concrete without damage. 03815622 10/22 CONCRETE PAVING 32 13 13 - 5 623 Item 7. City of Sanger Porter Park Softball Field Renovations 3.4 STEEL REINFORCEMENT INSTALLATION A.General: Comply with CRSI's "Manual of Standard Practice" for fabricating, placing, and supporting reinforcement. B.Clean reinforcement of loose rust and mill scale, earth, ice, or other bond-reducing materials. C.Arrange, space, and securely tie bars and bar supports to hold reinforcement in position during concrete placement. Maintain minimum cover to reinforcement. 3.5 JOINTS A.General: Form construction, isolation, and contraction joints and tool edges true to line, with faces perpendicular to surface plane of concrete. Construct transverse joints at right angles to centerline unless otherwise indicated. 1.When joining existing paving, place transverse joints to align with previously placed joints unless otherwise indicated. B.Construction Joints: Set construction joints at side and end terminations of paving and at locations where paving operations are stopped for more than one-half hour unless paving terminates at isolation joints. 1.Continue steel reinforcement across construction joints unless otherwise indicated. Do not continue reinforcement through sides of paving strips unless otherwise indicated. 2.Butt Joints: Use epoxy-bonding adhesive at joint locations where fresh concrete is placed against hardened or partially hardened concrete surfaces. C.Isolation Joints: Form isolation joints of preformed joint-filler strips abutting concrete curbs, catch basins, manholes, inlets, structures, other fixed objects, and where indicated. 1.Locate expansion joints at intervals of 50 feet unless otherwise indicated. 2.Extend joint fillers full width and depth of joint. 3.Terminate joint filler not less than 1/2 inch or more than 1 inch below finished surface if joint sealant is indicated. 4.Place top of joint filler flush with finished concrete surface if joint sealant is not indicated. 5.Furnish joint fillers in one-piece lengths. Where more than one length is required, lace or clip joint-filler sections together. 6.During concrete placement, protect top edge of joint filler with metal, plastic, or other temporary preformed cap. Remove protective cap after concrete has been placed on both sides of joint. D.Contraction Joints: Form weakened-plane contraction joints, sectioning concrete into areas as indicated. Construct contraction joints for a depth equal to at least one-fourth of the concrete thickness, as follows, to match jointing of existing adjacent concrete paving: 1.Grooved Joints: Form contraction joints after initial floating by grooving and finishing each edge of joint with grooving tool to a 3/8-inch radius. Repeat grooving of contraction joints after applying surface finishes. Eliminate grooving-tool marks on concrete surfaces. E.Edging: After initial floating, tool edges of paving, gutters, curbs, and joints in concrete with an edging tool to a 3/8-inch radius. Repeat tooling of edges after applying surface finishes. Eliminate edging-tool marks on concrete surfaces. 03815622 10/22 CONCRETE PAVING 32 13 13 - 6 624 Item 7. City of Sanger Porter Park Softball Field Renovations 3.6 CONCRETE PLACEMENT A.Before placing concrete, inspect and complete formwork installation, steel reinforcement, and items to be embedded or cast-in. B.Remove snow, ice, or frost from subbase surface and steel reinforcement before placing concrete. Do not place concrete on frozen surfaces. C.Moisten subbase to provide a uniform dampened condition at time concrete is placed. Do not place concrete around manholes or other structures until they are at required finish elevation and alignment. D.Comply with ACI 301 requirements for measuring, mixing, transporting, and placing concrete. E.Do not add water to concrete during delivery or at Project site. Do not add water to fresh concrete after testing. F.Deposit and spread concrete in a continuous operation between transverse joints. Do not push or drag concrete into place or use vibrators to move concrete into place. G.Consolidate concrete according to ACI 301 by mechanical vibrating equipment supplemented by hand spading, rodding, or tamping. 1.Consolidate concrete along face of forms and adjacent to transverse joints with an internal vibrator. Keep vibrator away from joint assemblies, reinforcement, or side forms. Use only square-faced shovels for hand spreading and consolidation. Consolidate with care to prevent dislocating reinforcement joint devices. H.Screed paving surface with a straightedge and strike off. I.Commence initial floating using bull floats or darbies to impart an open-textured and uniform surface plane before excess moisture or bleedwater appears on the surface. Do not further disturb concrete surfaces before beginning finishing operations or spreading surface treatments. 3.7 FLOAT FINISHING A.General: Do not add water to concrete surfaces during finishing operations. B.Float Finish: Begin the second floating operation when bleedwater sheen has disappeared and concrete surface has stiffened sufficiently to permit operations. Float surface with power-driven floats or by hand floating if area is small or inaccessible to power units. Finish surfaces to true planes. Cut down high spots and fill low spots. Refloat surface immediately to uniform granular texture. 1.Medium-to-Fine-Textured Broom Finish: Draw a soft-bristle broom across float-finished concrete surface, perpendicular to line of traffic, to provide a uniform, fine-line texture. 3.8 CONCRETE PROTECTION AND CURING A.General: Protect freshly placed concrete from premature drying and excessive cold or hot temperatures. B.Comply with ACI 306.1 for cold-weather protection. C.Evaporation Retarder: Apply evaporation retarder to concrete surfaces if hot, dry, or windy conditions cause moisture loss approaching 0.2 lb/sq. ft. x h before and during finishing operations. Apply according to manufacturer's written instructions after placing, screeding, and bull floating or darbying concrete but before float finishing. D.Begin curing after finishing concrete but not before free water has disappeared from concrete surface. 03815622 10/22 CONCRETE PAVING 32 13 13 - 7 625 Item 7. City of Sanger Porter Park Softball Field Renovations E.Curing Methods: Cure concrete by moisture-retaining-cover curing as follows: 1.Moisture-Retaining-Cover Curing: Cover concrete surfaces with moisture-retaining cover, placed in widest practicable width, with sides and ends lapped at least 12 inches, and sealed by waterproof tape or adhesive. Immediately repair any holes or tears occurring during installation or curing period, using cover material and waterproof tape. 3.9 PAVING TOLERANCES A.Comply with tolerances in ACI 117 and as follows: 1.Elevation: 1/4-inch. 2.Thickness: Plus 3/8-inch, minus 1/4-inch. 3.Surface: Gap below 10-feet- long; unleveled straightedge not to exceed 1/2-inch. 4.Joint Spacing: 3 inches. 5.Contraction Joint Depth: Plus 1/4-inch, no minus. 6.Joint Width: Plus 1/8-inch, no minus. 3.10 FIELD QUALITY CONTROL A.Testing Services: Testing and inspecting of composite samples of fresh concrete obtained according to ASTM C 172 shall be performed according to the following requirements: 1.Testing Frequency: Obtain at least one composite sample for each 5,000 sq. ft. or fraction thereof of each concrete mixture placed each day. a.When frequency of testing will provide fewer than five compressive-strength tests for each concrete mixture, testing shall be conducted from at least five randomly selected batches or from each batch if fewer than five are used. 2.Slump: ASTM C 143; 1 test at point of placement for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. Perform additional tests when concrete consistency appears to change. 3.Air Content: ASTM C 231, pressure method; 1 test for each composite sample, but not less than 1 test for each day's pour of each concrete mixture. 4.Concrete Temperature: ASTM C 1064; 1 test hourly when air temperature is 40 degrees F and below and when it is 80 degrees F and above, and 1 test for each composite sample. 5.Compression Test Specimens: ASTM C 31; cast and laboratory cure 1 set of 3 standard cylinder specimens for each composite sample. 6.Compressive-Strength Tests: ASTM C 39; test 1 specimen at 7 days and 2 specimens at 28 days. a.A compressive-strength test shall be the average compressive strength from 2 specimens obtained from same composite sample and tested at 28 days. B.Strength of each concrete mixture will be satisfactory if average of any 3 consecutive compressive-strength tests equals or exceeds specified compressive strength and no compressive-strength test value falls below specified compressive strength by more than 500 psi. C.Test results shall be reported in writing to Architect, concrete manufacturer, and Contractor within 48 hours of testing. Reports of compressive-strength tests shall contain Project identification name and number, date of concrete placement, name of concrete testing and inspecting agency, location of concrete batch in Work, design compressive strength at 28 days, concrete mixture proportions and materials, compressive breaking strength, and type of break for both 7- and 28-day tests. 03815622 10/22 CONCRETE PAVING 32 13 13 - 8 626 Item 7. City of Sanger Porter Park Softball Field Renovations D.Nondestructive Testing: Impact hammer, sonoscope, or other nondestructive device may be permitted by Architect but will not be used as sole basis for approval or rejection of concrete. E.Additional Tests: Testing and inspecting agency shall make additional tests of concrete when test results indicate that slump, air entrainment, compressive strengths, or other requirements have not been met, as directed by Architect. F.Concrete paving will be considered defective if it does not pass tests and inspections. G.Additional testing and inspecting, at Contractor's expense, will be performed to determine compliance of replaced or additional work with specified requirements. H.Prepare test and inspection reports. 3.11 REPAIR AND PROTECTION A.Remove and replace concrete paving that is broken, damaged, or defective or that does not comply with requirements in this Section. Remove work in complete sections from joint to joint unless otherwise approved by Architect. B.Drill test cores, where directed by Architect, when necessary to determine magnitude of cracks or defective areas. Fill drilled core holes in satisfactory paving areas with portland cement concrete bonded to paving with epoxy adhesive. C.Protect concrete paving from damage. Exclude traffic from paving for at least 14 days after placement. When construction traffic is permitted, maintain paving as clean as possible by removing surface stains and spillage of materials as they occur. D.Maintain concrete paving free of stains, discoloration, dirt, and other foreign material. Sweep paving not more than two days before date scheduled for Substantial Completion inspections. END OF SECTION 03815622 10/22 CONCRETE PAVING 32 13 13 - 9 627 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 32 13 73 - CONCRETE PAVING JOINT SEALANTS PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Cold-applied joint sealants. 2.Primers. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 1.2 ACTION SUBMITTALS A.Product Data: For each type of product. B.Samples: For each kind and color of joint sealant required. PART 2 - PRODUCTS 2.1 MATERIALS, GENERAL A.Compatibility: Provide joint sealants, backing materials, and other related materials that are compatible with one another and with joint substrates under conditions of service and application, as demonstrated by joint-sealant manufacturer, based on testing and field experience. 2.2 COLD-APPLIED JOINT SEALANTS A.Single Component, Pourable, Urethane, Elastomeric Joint Sealant: ASTM C 920, Type S, Grade P, Class 25, for Use T (Concrete to Concrete - Horizontal Joint). 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.MasterSeal SL 1. b.Pecora NR-201 B.Multicomponent, Pourable, Urethane, Elastomeric Joint Sealant: ASTM C 920, Type M, Grade P, Class 25, for Use T (Concrete to Concrete - Vertical Joint). 1.Products: Subject to compliance with requirements, available products that may be incorporated into the Work include, but are not limited to, the following: a.Pecora Corporation; Dynatrol II-SG. 2.3 PRIMERS A.Primers: Product recommended by joint-sealant manufacturer where required for adhesion of sealant to joint substrates indicated. 03815622 10/22 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 1 628 Item 7. City of Sanger Porter Park Softball Field Renovations PART 3 - EXECUTION 3.1 INSTALLATION OF JOINT SEALANTS A.Comply with joint-sealant manufacturer's written installation instructions for products and applications indicated unless more stringent requirements apply. B.Cleaning of Joints: Clean out joints immediately to comply with joint-sealant manufacturer's written instructions. C.Joint Priming: Prime joint substrates where indicated or where recommended in writing by joint-sealant manufacturer. D.Joint-Sealant Installation Standard: Comply with recommendations in ASTM C 1193 for use of joint sealants as applicable to materials, applications, and conditions. E.Install joint-sealant backings to support joint sealants during application and at position required to produce cross-sectional shapes and depths of installed sealants relative to joint widths that allow optimum sealant movement capability. 1.Do not leave gaps between ends of joint-sealant backings. 2.Do not stretch, twist, puncture, or tear joint-sealant backings. 3.Remove absorbent joint-sealant backings that have become wet before sealant application and replace them with dry materials. F.Install joint sealants immediately following backing installation, using proven techniques that comply with the following: 1.Place joint sealants so they fully contact joint substrates. 2.Completely fill recesses in each joint configuration. 3.Produce uniform, cross-sectional shapes and depths relative to joint widths that allow optimum sealant movement capability. G.Tooling of Nonsag Joint Sealants: Immediately after joint-sealant application and before skinning or curing begins, tool sealants according to the following requirements to form smooth, uniform beads of configuration indicated; to eliminate air pockets; and to ensure contact and adhesion of sealant with sides of joint: 1.Remove excess joint sealant from surfaces adjacent to joints. 2.Use tooling agents that are approved in writing by joint-sealant manufacturer and that do not discolor sealants or adjacent surfaces. H.Provide joint configuration to comply with joint-sealant manufacturer's written instructions unless otherwise indicated. I.Clean off excess joint sealant as the Work progresses, by methods and with cleaning materials approved in writing by joint-sealant manufacturers. END OF SECTION 03815622 10/22 CONCRETE PAVING JOINT SEALANTS 32 13 73 - 2 629 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 PAVEMENT MARKINGS AND SIGNS 32 17 23.95 - 1 10/22 SECTION 32 17 23.95 - PAVEMENT MARKINGS AND SIGNS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: pavement markings and signs. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submit complete manufacturer's product data sheets for marking paint. PART 2 - PRODUCTS 2.1 MATERIAL A. Marking Paint: Traffic marking paint F.S. TT-P-115c, Type 11, or THD Specifications WPT-8b white or blue as called for. B. Pavement Markings: Pavement marking for striping shall conform to Type I – not applied thermoplastic (DMS-8220) per Item 666 – Reflectorized Pavement Markings, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. C. Signs: Shall be as specified on the plans and noted below. 1. ADA 'fine' sign as detailed on drawings. Mount sign on existing sign posts. EQUIPMENT D. Equipment shall be pressurized, self-contained paint machine capable of applying a straight line from 2 inches to 6 inches wide, with consistent coverage of a minimum of 200 square feet per gallon. E. Provide equipment per Item 666.3, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. PART 3 - EXECUTION 3.1 PREPARATION A. Surface preparation for thermoplastic pavement markings shall be in accordance with Item 678, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. B. Provide a qualified technician to supervise equipment and application of markings. Lay out markings using guide lines, template, and forms. C. Thoroughly clean surfaces free of dirt, sand, gravel, oil and other foreign matter prior to application of paint. 630 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 PAVEMENT MARKINGS AND SIGNS 32 17 23.95 - 2 10/22 3.2 APPLICATION OF PAINT A. No striping shall be done until the new pavement has been approved by Architect. All paint shall be applied in accordance with the recommendations of the paint manufacturer. B. Surfaces shall be dry. Application shall not be made when weather is foggy or rainy, or ambient or pavement temperatures are below 40 degrees F, nor when such conditions are anticipated during eight hours after application. C. Apply marking paint at a rate of one gallon per 200 square feet using a power sprayer. Apply markings straight and even in accordance with approved layout. Stripes shall be 4-inches wide, except where noted otherwise. D. Application of thermoplastic pavement markings shall be in accordance with Item 666.4.C.1, TXDOT Standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2014. 3.3 CLEANING A. Remove any overspray from surfaces other than those requiring marking paint. 3.4 SIGNS A. Signs shall be installed as located on the Plans and per manufacturer's directions. END OF SECTION 631 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 32 31 13 - CHAIN LINK FENCES AND GATES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Chain-link fences. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 1.2 PREINSTALLATION MEETINGS A.Preinstallation Conference: Conduct conference at Project site. 1.3 ACTION SUBMITTALS A.Product Data: For each type of product. 1.Include construction details, material descriptions, dimensions of individual components and profiles, and finishes for the following: a.Fence and gate posts, rails, and fittings. b.Chain-link fabric, reinforcements, and attachments. B.Shop Drawings: For each type of fence and gate assembly. 1.Include plans, elevations, sections, details, and attachments to other work. C.Samples for Initial Selection: For each type of factory-applied finish. 1.4 INFORMATIONAL SUBMITTALS A.Product Certificates: For each type of chain-link fence. B.Product Test Reports: For framework strength according to ASTM F 1043, for tests performed by manufacturer and witnessed by a qualified testing agency. C.Sample Warranty: For special warranty. 1.5 FIELD CONDITIONS A.Field Measurements: Verify layout information for chain-link fences and gates shown on Drawings in relation to property survey and existing structures. Verify dimensions by field measurements. 1.6 WARRANTY A.Special Warranty: Installer agrees to repair or replace components of chain-link fences and gates that fail in materials or workmanship within specified warranty period. 1.Failures include, but are not limited to, the following: a.Failure to comply with performance requirements. b.Deterioration of metals, metal finishes, and other materials beyond normal weathering. 2.Warranty Period: Five years from date of Substantial Completion. 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 1 632 Item 7. City of Sanger Porter Park Softball Field Renovations PART 2 - PRODUCTS 2.1 CHAIN-LINK FENCE FABRIC A.General: Provide fabric in one-piece heights measured between top and bottom of outer edge of selvage knuckle or twist according to "CLFMI Product Manual" and requirements indicated below: 1.Fabric Height: 72 inches. 2.Steel Wire for Fabric: Wire diameter of 0.148-inch. a.Mesh Size: 2 inches. b.Zinc-Coated Fabric: ASTM A 392, Type II, Class 2, 2.0 oz./sq. ft. with zinc coating applied after weaving. 3.Selvage: Knuckled at both selvages. 2.2 FENCE FRAMEWORK A.Posts and Rails: ASTM F 1043 for framework, including rails, braces, and line; terminal; and corner posts. Provide members with minimum dimensions and wall thickness according to ASTM F 1043 based on the following: 1.Fence Height: 72 inches. 2.Heavy-Industrial-Strength Material: Group IA, round steel pipe, Schedule 40. a.Line Post: 4.0 inches in diameter. b.End, Corner, and Pull Posts: 4.0 inches in diameter. 3.Horizontal Framework Members: top and bottom rails according to ASTM F 1043. a.Top Rail: 1.66 inches in diameter. 4.Brace Rails: ASTM F 1043. 5.Metallic Coating for Steel Framework: a.Type A: Not less than minimum 2.0-oz./sq. ft. average zinc coating according to ASTM A 123 or 4.0-oz./sq. ft. zinc coating according to ASTM A 653. 2.3 FITTINGS A.Provide fittings according to ASTM F 626. B.Post Caps: Provide for each post. 1.Provide line post caps with loop to receive tension wire or top rail. C.Rail and Brace Ends: For each gate, corner, pull, and end post. D.Rail Fittings: Provide the following: 1.Top Rail Sleeves: Pressed-steel or round-steel tubing not less than 6 inches long. 2.Rail Clamps: Line and corner boulevard clamps for connecting top and bottom rails to posts. E.Tension Bars: Steel, length not less than 2 inches shorter than full height of chain-link fabric. Provide 1 bar for each gate and end post, and 2 for each corner and pull post, unless fabric is integrally woven into post. F.Tie Wires, Clips, and Fasteners: According to ASTM F 626. 1.Standard Round Wire Ties: For attaching chain-link fabric to posts, rails, and frames, according to the following: a.Hot-Dip Galvanized Steel: 0.148-inch diameter wire; galvanized coating thickness matching coating thickness of chain-link fence fabric. G.Finish: 1.Metallic Coating for Pressed Steel or Cast Iron: Not less than 1.2 oz./sq. ft. of zinc. 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 2 633 Item 7. City of Sanger Porter Park Softball Field Renovations PART 3 - EXECUTION 3.1 EXAMINATION A.Examine areas and conditions, with Installer present, for compliance with requirements for site clearing, earthwork, pavement work, and other conditions affecting performance of the Work. 1.Do not begin installation before final grading is completed unless otherwise permitted by Architect. B.Proceed with installation only after unsatisfactory conditions have been corrected. 3.2 PREPARATION A.Stake locations of fence lines, gates, and terminal posts. Do not exceed intervals of 500 feet or line of sight between stakes. Indicate locations of utilities, lawn sprinkler system, underground structures, benchmarks, and property monuments. 3.3 CHAIN-LINK FENCE INSTALLATION A.Install chain-link fencing according to ASTM F 567 and more stringent requirements specified. 1.Install fencing on established boundary lines inside property line. B.Post Excavation: Drill or hand-excavate holes for posts to diameters and spacings indicated, in firm, undisturbed soil. C.Post Setting: Set posts in concrete at indicated spacing into firm, undisturbed soil. 1.Verify that posts are set plumb, aligned, and at correct height and spacing, and hold in position during setting with concrete or mechanical devices. 2.Concrete Fill: Place concrete around posts to dimensions indicated and vibrate or tamp for consolidation. Protect aboveground portion of posts from concrete splatter. a.Exposed Concrete: Extend 2 inches above grade; shape and smooth to shed water. D.Terminal Posts: Install terminal end, corner, and gate posts according to ASTM F 567 and terminal pull posts at changes in horizontal or vertical alignment of 15 degrees or more. For runs exceeding 500 feet, space pull posts an equal distance between corner or end posts. E.Line Posts: Space line posts uniformly at 96 inches o.c. F.Post Bracing and Intermediate Rails: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Diagonally brace terminal posts to adjacent line posts with truss rods and turnbuckles. Install braces at end and gate posts and at both sides of corner and pull posts. 1.Locate horizontal braces at midheight of fabric 72 inches or higher, on fences with top rail, and at two-third fabric height on fences without top rail. Install so posts are plumb when diagonal rod is under proper tension. G.Top Rail: Install according to ASTM F 567, maintaining plumb position and alignment of fence posts. Run rail continuously through line post caps, bending to radius for curved runs and terminating into rail end attached to posts or post caps fabricated to receive rail at terminal posts. Provide expansion couplings as recommended in writing by fencing manufacturer. H.Bottom Rails: Secure to posts with fittings. 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 3 634 Item 7. City of Sanger Porter Park Softball Field Renovations I.Chain-Link Fabric: Apply fabric to outside of enclosing framework. Leave 1-inch bottom clearance between finish grade or surface and bottom selvage unless otherwise indicated. Pull fabric taut and tie to posts, rails, and tension wires. Anchor to framework so fabric remains under tension after pulling force is released. J.Tension or Stretcher Bars: Thread through fabric and secure to end, corner, pull, and gate posts, with tension bands spaced not more than 15 inches o.c. K.Tie Wires: Use wire of proper length to firmly secure fabric to line posts and rails. Attach wire at one end to chain-link fabric, wrap wire around post a minimum of 180 degrees, and attach other end to chain-link fabric according to ASTM F 626. Bend ends of wire to minimize hazard to individuals and clothing. 1.Maximum Spacing: Tie fabric to line posts at 12 inches o.c. and to braces at 24 inches o.c. L.Fasteners: Install nuts for tension bands and carriage bolts on the side of fence opposite the fabric side. Peen ends of bolts or score threads to prevent removal of nuts. END OF SECTION 03815622 10/22 CHAIN LINK FENCES AND GATES 32 31 13 - 4 635 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 SITE FURNISHINGS 32 33 00 - 1 10/22 SECTION 32 33 00 - SITE FURNISHINGS PART 1 - GENERAL 1.1 SUMMARY A. Section Includes: 1. The Work to be performed under this Section of the Specification consists of furnishing and installing various miscellaneous park equipment. B. Related Requirements: 1. Division 01 Specification Sections apply to Work of this Section. 1.2 SUBMITTALS A. Submit Shop Drawings for each product. Indicate details of fabrication, color anchorage, and related construction. Indicate accessories and finishes. PART 2 - PRODUCTS 2.1 FOUL POLES A. Beacon Athletics standard foul pole, 15-foot height. 1. Color: Optic yellow; 800.747.5985. 2.2 EQUIPMENT A. Pitching Rubber: Beacon Athletics – Bulldog 3-inch Pitching Rubber, Youth. Install per manufacturer's specifications. B. Home Plate: Beacon Athletics: Home Plate with Anchor and Stanchion. Install per manufacturers specifications. C. Bases: Beacon Athletics. Pro-Style Base Set. Install per manufacturer's specifications. D. Fence Top Protection: All 6-ft. height outfield fencing (excluding backstop) to have Beacon Athletic PlastiCap Fence Topper. Color: Yellow. Installed per manufacturers Specifications. 2.3 SCOREBOARDS A. Provide 3 Daktronics Model #BA-2518, 9-ft. L by 4-ft. H scoreboard. Provide 3 Daktronics compatible hardwired control units. Colors to be specified by Architect. Mounting hardware and post colors shall be selected by Owner/Architect. Contact Daktronics: 800.325.8766. B. Scoreboards: Contractor shall install scoreboards on concrete foundations and posts as recommended by the manufacturer. Posts shall be primed and painted, color selection by Owner/Architect. Contractor shall provide a foundation design by a professional Engineer who is licensed in the State of Texas. Contractor shall provide the concrete foundation, all grounding as required by manufacturer, and per the electric code and supply conduit and wiring for power and controls. 636 Item 7. City of Sanger Porter Park Softball Field Renovations 03815622 SITE FURNISHINGS 32 33 00 - 2 10/22 PART 3 - EXECUTION 3.1 INSTALLATION A. All items shall be supplied and installed by Contractor as shown on the Plans and as recommended by the manufacturer. END OF SECTION 637 Item 7. City of Sanger Porter Park Softball Field Renovations SECTION 32 92 00 - TURF AND GRASSES PART 1 - GENERAL 1.1 SUMMARY A.Section Includes: 1.Sodding. 2.Turf renovation. B.Related Requirements: 1.Division 01 Specification Sections apply to Work of this Section. 1.2 DEFINITIONS A.Finish Grade: Elevation of finished surface of planting soil. B.Pesticide: A substance or mixture intended for preventing, destroying, repelling, or mitigating a pest. Pesticides include insecticides, miticides, herbicides, fungicides, rodenticides, and molluscicides. They also include substances or mixtures intended for use as a plant regulator, defoliant, or desiccant. C.Pests: Living organisms that occur where they are not desired or that cause damage to plants, animals, or people. Pests include insects, mites, grubs, mollusks (snails and slugs), rodents (gophers, moles, and mice), unwanted plants (weeds), fungi, bacteria, and viruses. D.Planting Soil: Imported soil; or manufactured soil that has been modified with soil amendments and perhaps fertilizers to produce a soil mixture best for plant growth. See Section 31 22 16.10 "Fine Grading for Athletic Field" for planting soils. E.Subgrade: The surface or elevation of subsoil remaining after excavation is complete, or the top surface of a fill or backfill before planting soil is placed. 1.3 INFORMATIONAL SUBMITTALS A.Qualification Data: For landscape Installer. B.Certification of Grass Seed: From seed vendor for each grass-seed monostand or mixture, stating the botanical and common name, percentage by weight of each species and variety, and percentage of purity, germination, and weed seed. Include the year of production and date of packaging. 1.Certification of each seed mixture for turfgrass sod. Include identification of source and name and telephone number of supplier. C.Product Certificates: For fertilizers, from manufacturer. D.Pesticides and Herbicides: Product label and manufacturer's application instructions specific to Project. 1.4 QUALITY ASSURANCE A.Installer Qualifications: A qualified landscape installer whose work has resulted in successful turf establishment. 1.Experience: Three years' experience in turf installation in addition to requirements in Section 01 40 00 "Quality Requirements." 2.Installer's Field Supervision: Require Installer to maintain an experienced full-time supervisor on Project site when work is in progress. 3.Pesticide Applicator: State licensed, commercial. 03815622 10/22 TURF AND GRASSES 32 92 00 - 1 638 Item 7. City of Sanger Porter Park Softball Field Renovations 1.5 DELIVERY, STORAGE, AND HANDLING A.Seed and Other Packaged Materials: Deliver packaged materials in original, unopened containers showing weight, certified analysis, name and address of manufacturer, and indication of compliance with state and Federal laws, as applicable. B.Sod: Harvest, deliver, store, and handle sod according to requirements in "Specifications for Turfgrass Sod Materials" and "Specifications for Turfgrass Sod Transplanting and Installation" sections in TPI's "Guideline Specifications to Turfgrass Sodding." Deliver sod within 24 hours of harvesting and in time for planting promptly. Protect sod from breakage and drying. C.Bulk Materials: 1.Do not dump or store bulk materials near structures, utilities, walkways and pavements, or on existing turf areas or plants. 2.Provide erosion-control measures to prevent erosion or displacement of bulk materials; discharge of soil-bearing water runoff; and airborne dust reaching adjacent properties, water conveyance systems, or walkways. 3.Accompany each delivery of bulk materials with appropriate certificates. 1.6 FIELD CONDITIONS A.Weather Limitations: Proceed with planting only when existing and forecasted weather conditions permit planting to be performed when beneficial and optimum results may be obtained. Apply products during favorable weather conditions according to manufacturer's written instructions. PART 2 - PRODUCTS 2.1 TURFGRASS SOD A.Turfgrass Sod: Number 1 Quality/Premium, including limitations on thatch, weeds, diseases, nematodes, and insects, complying with "Specifications for Turfgrass Sod Materials" in TPI's "Guideline Specifications to Turfgrass Sodding." Furnish viable sod of uniform density, color, and texture that is strongly rooted and capable of vigorous growth and development when planted. B.Turfgrass Species: Bermudagrass 'Tifway' 419 (Cynodon dactylon 'Tifway' 419). 2.2 FERTILIZERS A.Commercial Fertilizer: Commercial-grade complete fertilizer of neutral character, consisting of fast- and slow-release nitrogen, 50 percent derived from natural organic sources of urea formaldehyde, phosphorous, and potassium in the following composition: 1.Composition: 1 lb/1000 sq. ft. of actual nitrogen, 4 percent phosphorous, and 2 percent potassium, by weight. 03815622 10/22 TURF AND GRASSES 32 92 00 - 2 639 Item 7. City of Sanger Porter Park Softball Field Renovations PART 3 - EXECUTION 3.1 EXAMINATION A.Examine areas to be planted for compliance with requirements and other conditions affecting installation and performance of the Work. 1.Verify that no foreign or deleterious material or liquid such as paint, paint washout, concrete slurry, concrete layers or chunks, cement, plaster, oils, gasoline, diesel fuel, paint thinner, turpentine, tar, roofing compound, or acid has been deposited in soil within a planting area. 2.Suspend planting operations during periods of excessive soil moisture until the moisture content reaches acceptable levels to attain the required results. 3.Uniformly moisten excessively dry soil that is not workable or which is dusty. B.Proceed with installation only after unsatisfactory conditions have been corrected. C.If contamination by foreign or deleterious material or liquid is present in soil within a planting area, remove the soil and contamination as directed by Architect and replace with new planting soil. 3.2 PREPARATION A.Protect structures; utilities; sidewalks; pavements; and other facilities, trees, shrubs, and plantings from damage caused by planting operations. 1.Protect adjacent and adjoining areas from hydroseeding and hydromulching overspray. 2.Protect grade stakes set by others until directed to remove them. B.Install erosion-control measures to prevent erosion or displacement of soils and discharge of soil-bearing water runoff or airborne dust to adjacent properties and walkways. 3.3 TURF AREA PREPARATION A.General: Prepare planting area for soil placement and mix planting soil according to Section 31 22 16.10 "Fine Grading for Athletic Field." B.Placing Planting Soil: Place and mix planting soil in place over exposed subgrade. 1.Reduce elevation of planting soil to allow for soil thickness of sod. C.Moisten prepared area before planting if soil is dry. Water thoroughly and allow surface to dry before planting. Do not create muddy soil. D.Before planting, obtain Architect's acceptance of finish grading; restore planting areas if eroded or otherwise disturbed after finish grading. 3.4 SODDING A.Lay sod within 24 hours of harvesting. Do not lay sod if dormant or if ground is frozen or muddy. 03815622 10/22 TURF AND GRASSES 32 92 00 - 3 640 Item 7. City of Sanger Porter Park Softball Field Renovations B.Lay sod to form a solid mass with tightly fitted joints. Butt ends and sides of sod; do not stretch or overlap. Stagger sod strips or pads to offset joints in adjacent courses. Avoid damage to soil or sod during installation. Tamp and roll lightly to ensure contact with soil, eliminate air pockets, and form a smooth surface. Work sifted soil or fine sand into minor cracks between pieces of sod; remove excess to avoid smothering sod and adjacent grass. 1.Lay sod across slopes exceeding 1:3. 2.Anchor sod on slopes exceeding 1:6 with wood pegs or steel staples spaced as recommended by sod manufacturer but not less than two anchors per sod strip to prevent slippage. C.Saturate sod with fine water spray within two hours of planting. During first week after planting, water daily or more frequently as necessary to maintain moist soil to a minimum depth of 1-1/2 inches below sod. 3.5 TURF RENOVATION A.Renovate existing turf where indicated. B.Renovate turf damaged by Contractor's operations, such as storage of materials or equipment and movement of vehicles. 1.Reestablish turf where settlement or washouts occur or where minor regrading is required. 2.Install new planting soil as required. C.Remove sod and vegetation from diseased or unsatisfactory turf areas; do not bury in soil. D.Remove topsoil containing foreign materials, such as oil drippings, fuel spills, stones, gravel, and other construction materials resulting from Contractor's operations, and replace with new planting soil. E.Mow, dethatch, core aerate, and rake existing turf. F.Remove weeds before seeding. Where weeds are extensive, apply selective herbicides as required. Do not use pre-emergence herbicides. G.Remove waste and foreign materials, including weeds, soil cores, grass, vegetation, and turf, and legally dispose of them off Owner's property. H.Till stripped, bare, and compacted areas thoroughly to a soil depth of 6 inches. I.Apply soil amendments and initial fertilizer required for establishing new turf and mix thoroughly into top 4 inches of existing soil. Install new planting soil to fill low spots and meet finish grades. 1.Initial Fertilizer: Commercial fertilizer applied according to manufacturer's recommendations. J.Apply sod as required for new turf. K.Water newly planted areas and keep moist until new turf is established. 3.6 TURF MAINTENANCE A.General: Maintain and establish turf by watering, fertilizing, weeding, mowing, trimming, replanting, and performing other operations as required to establish healthy, viable turf. Roll, regrade, and replant bare or eroded areas and remulch to produce a uniformly smooth turf. Provide materials and installation the same as those used in the original installation. 1.Fill in as necessary soil subsidence that may occur because of settling or other processes. Replace materials and turf damaged or lost in areas of subsidence. 2.In areas where mulch has been disturbed by wind or maintenance operations, add new mulch and anchor as required to prevent displacement. 3.Apply treatments as required to keep turf and soil free of pests and pathogens or disease. Use integrated pest management practices whenever possible to minimize the use of pesticides and reduce hazards. 03815622 10/22 TURF AND GRASSES 32 92 00 - 4 641 Item 7. City of Sanger Porter Park Softball Field Renovations B.Watering: Modify existing irrigation system as required to provide full coverage of new sod. Keep turf uniformly moist to a depth of 4 inches. 1.Schedule watering to prevent wilting, puddling, erosion, and displacement of seed or mulch. Lay out temporary watering system to avoid walking over muddy or newly planted areas. 2.Water turf with fine spray at a minimum rate of 1 inch per week unless rainfall precipitation is adequate. C.Mow turf as soon as top growth is tall enough to cut. Repeat mowing to maintain specified height without cutting more than one-third of grass height. Remove no more than one-third of grass-leaf growth in initial or subsequent mowings. Do not delay mowing until grass blades bend over and become matted. Do not mow when grass is wet. Schedule initial and subsequent mowings to maintain the following grass height: 1.Mow bermudagrass to a height of 1/2- to 1 inch. D.Turf Postfertilization: Apply commercial fertilizer after initial mowing and when grass is dry. 1.Use fertilizer that provides actual nitrogen of at least 1 lb/1,000 sq. ft. to turf area. 3.7 SATISFACTORY TURF A.Turf installations shall meet the following criteria as determined by Architect: 1.Satisfactory Sodded Turf: At end of maintenance period, a healthy, well-rooted, even-colored, viable turf has been established, free of weeds, open joints, bare areas, and surface irregularities. B.Use specified materials to reestablish turf that does not comply with requirements, and continue maintenance until turf is satisfactory. 3.8 CLEANUP AND PROTECTION A.Promptly remove soil and debris created by turf work from paved areas. Clean wheels of vehicles before leaving site to avoid tracking soil onto roads, walks, or other paved areas. B.Remove surplus soil and waste material, including excess subsoil, unsuitable soil, trash, and debris, and legally dispose of them off Owner's property. C.Erect temporary fencing or barricades and warning signs as required to protect newly planted areas from traffic. Maintain fencing and barricades throughout initial maintenance period and remove after plantings are established. D.Remove nondegradable erosion-control measures after grass establishment period. 3.9 MAINTENANCE SERVICE A.Turf Maintenance Service: Provide full maintenance by skilled employees of landscape Installer. Maintain as required in "Turf Maintenance" Article. Begin maintenance immediately after each area is planted and continue until acceptable turf is established, but for not less than the following periods: 1.Sodded Turf: 30 days from date of Substantial Completion. END OF SECTION 03815622 10/22 TURF AND GRASSES 32 92 00 - 5 642 Item 7. EXHIBIT B PLANS 643 Item 7. PROJECT MANUAL CITY OF BANGER Request for Proposal Porter Park Softball Field Renovations RFP # 2023-02 Sanger, Texas S 188 e SANGER TE X P5 October 2022 Parkhill Project # 03815622 Parkhill Parl<hill.com644 Item 7. i Init. AIA Document A310TM - 2010sc> Bid Bond CONTRACTOR: Name, legal status and address) North Rock Construction, LLC 521 S. Loop 288, Suite 125 Denton, TX 76201 OWNER: Name, legal status and address) Town of Sanger 502 Elm Street Sanger, TX 76266 SURETY: Name, legal status and principal place of business) American Alternative Insurance Corporation 555 College Road East Princeton, NJ 08543 This document has important legal consequences. Consultation with an attorney is encouraged with respect to its completion or modification. BOND AMOUNT: Five Percent of the Greatest Amount Bid (5% G.A.B.) PROJECT: Name, location or address, and Project number, if any) Porter Park Softball Field Renovations Any singular reference to Contractor, Surety, Owner or other party shall be considered plural where applicable. Project Number, if any: RFP #2023-02 The Contractor and Surety are bound to the Owner in the amount set forth above, for the payment of which the Contractor and Surety bind themselves, their heirs, executors, administrators, successors and assigns, jointly and severally, as provided herein. The conditions of this Bond are such that if the Owner accepts the bid of the Contractor within the time specified in the bid documents, or within such time period as may be agreed to by the Owner and Contractor, and the Contractor either (1) enters into a contract with the Owner in accordance with the terms of such bid, and gives such bond or bonds as may be specified in the bidding or Contract Documents, with a surety admitted in the jurisdiction of the Project and otherwise acceptable to the Owner, for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof; or (2) pays to the Owner the difference, not to exceed the amount of this Bond, between the amount specified in said bid and such larger amount for which the Owner may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. The Surety hereby waives any notice of an agreement between the Owner and Contractor to extend the time in which the Owner may accept the bid. Waiver of notice by the Surety shall not apply to any extension exceeding sixty (60) days in the aggregate beyond the time for acceptance of bids specified in the bid documents, and the Owner and Contractor shall obtain the Surety's consent for an extension beyond sixty (60) days. If this Bond is issued in connection with a subcontractor's bid to a Contractor, the term Contractor in this Bond shall be deemed to be Subcontractor and the term Owner shall be deemed to be Contractor. When this Bond has been furnished to comply with a statutory or other legal requirement in the location of the Project, any provision in this Bond conflicting with said statutory or legal requirement shall be deemed deleted herefrom and provisions conforming to such statutory or other legal requirement shall be deemed incorporated herein. When so furnished, the intent is that this Bond shall be construed as a statutory bond and not as a common law bond. igned andgealed this 6th day of December, 2022S/ o.. Veronica Ramos, Witness Construction, LLC AIA Document A310T'" — 2010. Copyright ©1963, 1970 and 2010 by The American Institute of Architects. All rights reserve,6. WARNING: This AIA"' Docurnent is protected by U.S. Copyright Law and International Treaties. Unauthorized reproduction or distribution of this AlA" Document, or any portion of it, may result in severe civil and criminal penalties, and will be prosecuted to the maximum extent possible under ti+u law. This document was created on 12/30/2021 22:19:45 under the terms of AIA Documents-on-DemandT order no. 211427517E ,and is not for resale. This document is licensed by The American Institute of Architects for one-time use only, and may not be reproduced prior to its completion. oai,ro 645 Item 7. Should you wish to verify the authenticity of this bond, please send your request, including a copy of the bond, via email to: uwsu ort@munc re.com Should you wish to file any notices to the Surety for this American Alternative Insurance Corporation bond(s) they should be sent via email, including all pertinent correspondence or information to: essuret uwsu orti munichre.com or Mail to: Munich Re Specialty Insurance 437 Madison Avenue, 26th Floor New York, NY 10022 Attn: Surety Bond Claims 646 Item 7. CERTIFIED COPY ZPUTP l T03 6IM N ilk I WA KNOW ALL MEN BY THESE PRESENTS: T"at, a AMERICAN ALTERNATIVE INSURANCE CORPORATION, a corporation organized and existing by virtue of the laws of the State of Delaware ("Corporation") with offices at 555 College Road East, Princeton, N.J. 08543, has made, constituted and appointed, and by these presents, does make, constitute and appoint: Russ Frenzel; Blaine Allen; Brady K. Cox; William D. Baldwin; Brent Baldwin; Michael B. Hill; Keith Rogers; Drew Green; Sam Freireich; Brock Anglin; Cindy Alford; and Yamillec Ramos its true and lawful Attorneys -in -Fact, at Princeton, in the State of New Jersey, each of them alone to have full power to act without the other or others, to make, execute and deliver on its behalf, as Surety or Co -surety, bonds and undertakings given for any and all purposes, also to execute and deliver on its behalf as aforesaid renewals, extensions, agreements, waivers, consents or stipulations relating to such bonds or undertakings provided, however, that no single bond or undertaking so made, executed and delivered shall obligate said Company for any portion of the penal sum thereof in excess of the sum of One Hundred Million Dollars ($100,000,0001. Such bonds and undertakings for said purposes, when duly executed by said Attorney(s)-in-Fact, shall be binding upon said Company as fully and to thesame extent as if signed by the President of said Company under its corporate seal attested by its Secretary. This appointment is made under and by authority of a certain Resolution adopted at a meeting of the Board of Directors of said Company duly held on the 27th day of August, 1975, a copy of which appears below. IN WITNESS WHEREOF, the AMERICAN ALTERNATIVE INSURANCE CORPORATION has caused its corporate seal to be hereunto affixed, and these presents to be signed by its duly authorized officers this 24`" day of September, 2021, SEAL 1923 , STATE OF NEW JERSEY, COUNTY OF SOMERSET By; Michael G. Kerner President Attest ;":4.0I tp"'* Ignacio Rivera Deputy General Counsel & Secretary The foregoing instrument was acknowledged before me by means of online notarization this 24`s day of September, 2021, by Michael G. Kerner and Ignacio Rivera, who are personally known to me. SECRETARY'S CERTIFICATE The undersigned, Ignacio Rivera, hereby certifies: k, 04 Lt Jii n 5anfilippa otary Pu 1ic St to of New Jerrsay My Commission Expires February 8, 2026 1. That the undersigned is Secretary of American Alternative Insurance Corporation, a corporation of the State of Delaware; 2. That the original power of attomey of which the foregoing is a copy was duly executed on behalf of said Corporation on the day of its date, and has not since been revoked, amended or modified; that the undersigned has compared the foregoing copy thereof with said original power of attorney, and that the same is a true and correct copy of said original power of attorney and of the whole thereof; 3. That the original resolution of which the following is a copy was duly adopted at, and recorded in the minutes of, a regular meeting of the Board of Directors of said Corporation duly held on August 4, 1998, and has not since been revoked, amended or modified. RESOLVED, that each of the following officers of this Corporation, namely, the President, the Executive Vice President, the Senior Vice Presidents, and the Vice Presidents, be, and they hereby are, authorized, from time to time in their discretion, to appoint such agent or agents or attorney or attomeys-in-Fact as deemed by them necessary or desirable for the purpose of carrying on this Corporation's business, and to empower such agent or agents or attorney or attorneys -in -fact to execute and deliver, in this Corporation's name and on its behalf, and under its seal or otherwise, surety bonds, surety undertakings or surety contracts made by this Corporation as surety thereon. RESOLVED, that the signature of any authorized officer of the Corporation and the Corporation's seal may be affixed by facsimile to any power of attomey and revocation of any power of attomey or certificate of either given for the execution of any surety bond, surety undertaking, or surety contract, such signature and seal, when so used being hereby adopted by the Corporation as the original signature of such officer and the original seal of the Corporation, to be valid and binding upon the Corporation with the same force and effect as though manually affixed. FURTHER RESOLVED, that any prior appointments by the Corporation of MGAs are, in all respects, hereby ratified, confirmed and approved. FURTHER RESOLVED, that the Secretary or any Assistant Secretary of this Corporation is hereby authorized to certify and deliver to any person to whom such certification and delivery may be deemed necessary and desirable in the opinion of such Secretary or Assistant Secretary, a true copy of the foregoing resolution. 4. The undersigned has compared the foregoing copies of said original resolutions as so recorded, and they are the same true and correct copies of said original resolutions as so recorded and of the whole thereof. Witness the hand of the undersigned and the seal of said Corroration this 6th day of December , 20 22. AMERICAN ALTERNATIVE INSURANCE CORPORATION ORPORgTFq'n Ofli,FOE` ` Ignacio Rivera Deputy General Counsel & Secretary TRSA 001=1 647 Item 7. PROPOSAL SUBMITTAL CHECK LIST. Interested parties MUST submit one (1) proposal marked as original, one (1) copy, and one 1) flash drive (a single consolidated electronic file) that includes all of the following items listed below for consideration. The submission should be in the order stated below. l Proposal Submittal Check List 2 Bid Proposal Form 3 Bid Bond 4 Qualifications Statement 5 Certificate of Insurance and Indemnification v 6 Historically Underutilized Business Questionnaire 7 NO BOYCOTT Verification Form 8 Proposed Construction Schedule By my signature I affirm all items as listed above have been completed and submitted as part of my firKAUL m's proposal. Authorized Signature Kenneth Williamson Print/Type Name m President Title 12/6/22 Date 648 Item 7. BTD PROPOSAL BIDDER: North Rock Construction LLC ADDRESS: 521 S Loop 288 Suite 125 Denton, Tx 76205 PHONE: 940-220-5500 PRIMARY CONTACT: Kenneth Williamson PROJECT IDENTIFICATION: JOHN PORTER SPORTS PARK SOFTBALL FIELD RENOVATIONS Parkhill Project No. 8156.22 1. The undersigned Bidder proposes and agrees, if this Proposal is accepted, to enter into an agreement with Owner in the form included in the Contract Documents to perform and furnish all Work as specified or indicated in the Contract Documents for the Contract Price and within the Contract Time indicated in this Proposal and in accordance with the other terms and conditions of the Contract Documents, 2. Bidder accepts all of the terms and conditions of the Advertisement or Invitation to Bid and Instructions to Bidders, including without limitation those terms and conditions dealing with the disposition of Proposal guaranty. This Proposal will remain subject to acceptance for 90 calendar days after the day of opening Proposals. Bidder will sign and submit the Agreement with the Bonds and other documents required by the Contract Documents within three (3) calendar days after the date of Owner's Notice of Award. 3. In submitting this Proposal, Bidder represents, as more fully set forth in the Agreement, that: a) Bidder has examined copies of all the Contract Documents and of the following Addenda receipt of which is hereby acknowledged): Dated 11/30/22 12/1/22 12/2/22 Received KW KW Number No. 1 No. 2 No.3 b) Bidder has familiarized itself with the nature and extent of the Contract Documents, Wor]<, site, locality, and all local conditions and Laws and Regulations that in any manner may affect cost, progress, performance or furnishing of the Work. Mel 649 Item 7. c) Bidder has obtained and carefully studied (or assumes responsibility for• obtaining and carefully studying) all such examinations, investigations, explorations, tests and studies that pertain to the subsurface or• physical conditions at the site or which othertivise may affect the cost, progress, performance or furnishing of the Work as Bidder considers necessary for the performance or furnishing of the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents, and no additional examinations, investigations, explorations, tests, reports or similar information or data are or will be required by Bidder for such purposes. d) Bidder has reviewed and checked all information and data shown or indicated on the Contract Documents with respect to existing Underground Facilities at or contiguous to the site and assumes responsibility for the accurate location of said Underground Facilities. No additional examinations, investigations, explorations, tests, reports or similar information or data in respect of said Underground Facilities aide or will be required by the Bidder in order to perform and furnish the Work at the Contract Price, within the Contract Time and in accordance with the other terms and conditions of the Contract Documents. e) Bidder has cor-r-elated the results of all such observations, examinations, investigations, explorations, tests, reports and studies with the terms and conditions of the Contract Documents. f) Bidder has given Architect/Engineer written notice of all conflicts, er-r•ors or discrepancies that it has discovered, if any, in the Contract Documents and the written resolution thereof by Engineer is acceptable to Bidder. g) This Proposal is genuine and not made in the interest of or- on behalf of any undisclosed person, firm or corporation and is not submitted in conformity with any agreement or rules of any group, association, organization or corporation; Bidder has not directly or indirectly induced or solicited any other Bidder to submit a false or sham Proposal; Bidder has not solicited or induced any person, firm or corporation to refl•ain from submitting a Proposal; and Bidder has not sought by collusion to obtain for itself any advantage over any other Bidder or over Owner• 4. Bidder will complete the Work for the prices) shown in the following schedule of bid items Table l) and within 80 calendar days. 5. Bidder hereby agrees to commence work within ten (10) days after the date of written notice to proceed being provided, and to substantially complete the work on which the Bidder has bid within 80 consecutive calendar days as part of this Proposal. Within 30 additional calendar days after Substantial Completion, all outstanding issues shall be addressed and ready for final payment. All such time restrictions are subject to extensions of time as are provided by the Solicitation Standard Terms Conditions and Special Terms and Conditions. 30 650 Item 7. 651 Item 7. 652 Item 7. Bid Deduct Alternate 1: Reuse existing outfield fence to new outfield fence location 1. All Work associated with this item shall be in accordance with Section 32 31 13 "Chain Link Fences and Gates" in addition to plans, details and notes provided in Drawings. 2. Moving existing outfield fence includes (but are not limited to) the following: i) Reuse and reinstall existing top rails. ii) Reuse and reinstall existing chain link mesh. iii) Install new corner and line posts. iv) Install new concrete fence post footings. 3. Measurement and payment shall be made on the basis of a lump sum bid price for all materials, labor and incidentals necessary to complete the Work. UNIT PRICE BID Bidder agrees that, in case additional work or materials installation is authorized by the Owner, the following unit prices will be used in adjusting the contract price. These unit prices shall include all overhead, profit, taxes, material, labor, etc., for a complete installation. Unit prices for adjusting the contract price for less work or materials installation will be ninety (90%) percent of these amounts. 5-inch cone. paving on compacted subgrade, complete and in place, per sq. ft. Concrete curb on backstop wall, complete and in place, per linear. ft. 6-foot Ht. chain link fence, complete and in place, per linear. ft. 6-inch depth topsoil with compost, complete and in place, per square foot Solid sod, as specified, complete and in place, per sq. ft. Rotor irrigation zone modifications, complete and in place, per square ft 2-inch electric irrigation valve, complete and in place, per each. 2-inch brass ball valve, complete and in place, per each. 3.38 36 653 Item 7. 654 Item 7. 11. In connection with the major items of materials to be furnished and installed, the particular supplier of equipment and materials, which the undersigned proposed to furnish will be listed in the schedule of Major Material Suppliers found below. Schedule of Major Materials Supplier's Name 16 JM Materials 2, CMC 3 Big D 4. 5. Major Items of Materials to be Furnished and Installed Aggregates Rebar Redi Mix If additional space is necessary to provide a complete listing, please attach such additional pages as may be required. 12. The successful bidder shall furnish a Per-for-mance Bond and Payment Bond, on the forms which are attached hereto, in the amount of 100 percent of the contract price from an approved surety company holding a permit from the State of Texas to act as surety (and acceptable according to the latest list of companies holding certificates of authority from the Secretary of the Treasury of the United States) or other surety or sureties acceptable to the OWNER. In addition, the undersigned will furnish a Maintenance Bond in the amount of 100 percent of the contract sum covering defects of material and workmanship for two (2) calendar years following the Owner's approval and acceptance of the construction. 13. The work, proposed to be done, shall be accepted when fully completed in accordance with the plans and specifications, to the satisfaction of the Engineer and the Owner. 14. The undersigned certifies that the bid prices contained in this Proposal have been carefully checked and are submitted as correct and final. NOTE:Unit and lump sum prices must be shown in words and figures for each item listed in this Proposal, and in the event of discrepancy, the words shall prevail. In case of ambiguity or lack of clearness in stating prices in the Proposal, the Owner reserves the right to accept the most advantageous construction thereof to the Owner or to reject the bid. This is a Proposal of North Rock Construction LLC existing under• the laws of the State of Texas a corporation organized and cCI<:3 655 Item 7. partnership, consisting of Individual doing business as Seal and Authorization If a Corporation) Signed) President Title) 521 S Loop 288 Suite 125 Street Address) Denton, Tx City and State) 940-220-5500 Telephone Number) 12/6/22 Date) 39 656 Item 7. QUALIFICATIONS STATEMENT CONTRACTOR shall show that he has experience with similar projects that require working at a similar scale and within similar timefr•ames which will require planning work efforts and means and methods accordingly. CONTRACTOR shall submit a complete list of ALL Municipal and Similar Non -Municipal current and completed projects for the past three (3) years for review. This list shall include the names of project supeirntendents and project scale, cost, and schedule information. General Contact Information Respondent Name and Title: xenneth Williamson Company: North Rock Construction LLC President Company Address: 521 S Loop 288 Suite 125 Denton, Telephone Number: 9 4 0- 2 2 0- 5 5 0 0 Fax Number: 877-305-4657 Email Address: kwilliamson@nrockconstruction. com Federal Tax ID: 2 7- 0 416 4 6 6 Tx 76205 Previous Company Names Used or Companies Acquired Within the Previous 10 Years: N/ A Liability Insurance Provider• and Limits of Coverage: Amerisure Insurance Company Workers Compensation Insurance Provider: Amerisure Insurance Compan Surety ( Performance and Payment): American Alternative Insurance Corporation Address: 555 College Road East, Princton, Contact and Phone: Brady Cox - 469-263-0445 NJ 08543 657 Item 7. Superintendent and Backup Superintendent: Attach Work Resume on separate sheet(s). The superintendent shall be able to communicate in English and not operate any equipment and have not had any verified job safety violations in the past five years. Attach additional sheet(s) to verify safety record as required. Any variations shall be reviewed by CITY for approval or denial. A job site shall be shut down if proper supervision is not provided. Superintendent Name Charlie Keane Backup Superintendent Name Jake North Safety Record —List ALL Verified Violations for Superintendent and Backup Superintendent with explanation, date and action taken to correct future safety violations: Superintendent None Backup Superintendent None Total Number of Employees to be Associated with this Job: Managerial 3 Skilled 4 Administrative 2 Semi -Skilled 3 15 Professional 3 Percentage of work anticipated to be done by Bidder's Employees Based on Dollars Bid): 60 Other Percentage of work anticipated to be done by Bidder's Subcontractors Based on Dollars Bid): 41 658 Item 7. Types) of work to be done by Bidder's Employees (examples: demolition, masonry, structural steel, drywall, carpentry, millwork, finishes, flooring, framing, concrete paving, structural concrete, waterlines, sanitary sewer lines, storm pipe, storm inlets, excavation, etc.) Earthwork, erosion control, concrete paving, footers, piers, aId site cleanup. Number of Years in Business as a Contractor on Above Types of Works: 9 Information and Types) of Work to be done by Sub -Contractors: Include name, address, phone number, references and similar work experience of each sub -contractor. Use additional sheets if needed. Type of Work Sub -Contractor Erosion Control Massey Landscape Perfect Finish Electrical Groves Electric Fence Robinson Fence Previous Projects: List of completed projects of similar type work for the past five (5) years. Use additional sheets if necessary.) I. Projects G Roland Vela Athletic Complex Any Litigation Issues: Yes o No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion Control, Earthwork, 700+ Parking concrete sidewalk, restroom building, 4 athletic fields, pla shade structures, landscape, irrigation, and electrical. Owner/Agency: City of Denton Year Started: 2018 Contact Person: Jim Mays Contract Price: $ 5, 7 2 9, 8 4 5 2 8 Phone: 972-919-2 623 space lot, groundI 42 659 Item 7. Project* Unity Park Softball Filed Renovation Any Litigation Issues: Yes of No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, retaining walls, infield mix, Tif Turf 419, irrigation, electrical, score boards. Owner/Agency: City of Highland Village Year Staj-ted: 2 019 Contact Person: Contract Price: $ l, 9 0 0, 0 0 0 Fince Espinoza 3. Project: 3 Parks Fort Worth Phone: 214-790-6232 Any Litigation Issues: Yes o No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, concrete trail, skate park, electrical (Musco), pavilion, fence, landscape and irrigation Owner/Agency: Cit Year Started: 2 017 of Fort Worth Contract Price: $ 9 0 0, 0 0 0 Contact Person: Tonda Rice Phone: 817-392-5759 43 660 Item 7. 4. Project: Finch Park Any Litigation Issues: Yof No Circle One) If Yes, explain. esAny Verified Safety Violations: Yes of No Circle One) If Yes, explain: Detailed Project Description: Erosion Control, earthwork, concrete trail, tennis courts/pickleball, court lighting, masonry, surfacing, Permatrak Bridges. Owner/ Agency: Year Started: 2 019 City of McKinne Contract Price: $1, 9 0 0, 0 0 0 Contact Person: Michael Duree Phone: 972-547-7473 5. Project: Howard Payne Scoreboard Any tion issues: Yes o No Circle One) Tf Yes, explain: gaAny Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Erosion control, piers, scoreboard installation, and electrical. Owner/ Agency: Howard Payne University Year Started: 2 0 21 Contract Price: $ 5 0, 0 0 0 Contact Person: Hunter Sims Phone: 325-649-8020 661 Item 7. Current Projects: List active projects of similar type work: 1. Project: North Lakes Tennis Courts Percent Complete: 8 0 Any Litigation Issues: Yes of No Circle One) If Yes, explain: Any Verified Safety Violations: Yes o No Circle One) If Yes, explain: Detailed Project Description: Instillation of 12 tennis courts and 4 pickleball courts. landscape, lighting, fence, walls, surfacing, and irrigation. Owner/Agency: City of Denton Year Started: 2 0 21 Contract Price: $ 4, 7 0 0, 0 0 0 Contact Person: Jason Donnell 2. Project: Trinity Forest Spine Trail Percent Complete: 8 0 Phone: 940-395-0883 Any Litigation Issues: Yes or o Circle One) If Yes, explain: Any Verified Safety Violations: Yes of No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, concrete trail, pedestrian bridges, walls, piers, fence, landscape and electrical. Owner/Agency: Y ear Started: City of Dallas 2021 Contract Price: Contact Person: John Reynolds 5,700,000 Phone: 214-384-1704 45 662 Item 7. 3. Project: John F Burke Nature Preserve Percent Complete: 30 Any Litigation Issues: Yes or No Circle One) If Yes, explain: Any Verified Safety Violations: Yes or No Circle One) If Yes, explain: Detailed Project Description: Erosion control, earthwork, retaining walls, concrete and DG trail, masonry, boardwalk, helical piers, electrical, landscape, and signage. Owner/Agency: City of Farmers Branch Year Started: 2 0 2 2 Contract Price: Contact Person: Ross Pittman References: Use a separate sheet if needed. 1,300,000 Phone: 214-415-7347 Trade references (List Company, Address, Contact Person, and Phone): CMC - PO Box 844573 Dallas, Tx 75284 - Credit Dept - 214-637-1145 JM Materials - PO Box 199 Alvord, Tx 76225 - Judy Brown - 940-427-2028 Sunbelt Rentals - 400 I35ES Denton, Tx 76205 - Chad Kelley,- 877-223-7368 Bank References (List Institution, Address, Contact Person, and Phone) Access Bank Texas - PO Box 1429 Denton, Tx 76202 Duke York - 940-382-3962 Municipal References (List Municipality, Address, Contact Person, and Phone) City of Plano - 1520 K Ave, Plano, Tx 75074 - Renee Burke Jordan 972-941-7168 City of Irvina - 825 W Irvina Blvd Irvina Tx 75060 - Gene Moulden 972-721-2719 663 Item 7. Claims and Suits (if the answer to any of the following questions is yes, please attach details): l . Has your organization ever failed to complete any work awarded to it? No 2. Are there any judgments, claims, arbitration proceedings, or suits pending or outstanding against your or No 3. Has your organization filed any lawsuits or requested arbitration with regard to construction contracts within the last five years? No 4. Within the last five (5) years, has any officer or principal of your organization ever been an officer or principal of another organization when it failed to complete a construction contract? No The and//er//si 0to agrees that the information provided is accurate and complete. Authorized Signature Kenneth Williamson Print/Type Name ident Date 47 664 Item 7. HISTORICALLY UNDERUTILIZED BUSINESS (HUB) QUESTIONAIRE A Historically Underutilized Business (HUB) is a foi-profit entity that has not exceeded the size standards prescribed by 34 TAC §20.23, and has its principal place of business in Texas, and is at least 51 % owned by an Asian Pacific American, Black American, Hispanic American, Native American, American woman and/or Service Disabled Veteran, who reside in Texas and actively participate in the control, operations and management of the entity's affairs. l *a your business a certified historically underutilized business (HUB) or Disadvantaged Business Enterprise (DBE)? Yes No 2. Please provide the certifying agency name: Certifying Agency: 3. I have included a copy of my certification as an attachment to my proposal: D Yes No By my signature I affirm the information provided on this form is accurate to the best of my knowledge. tub Authorized Signature Kenneth Williamson Print/Type Name President Title Date 665 Item 7. NO BOYCOTT VERIFICATION FORM I Kenneth Williamson Individual's Name) North Rock Construction LLC Business or Company) the undersigned representative of Hereinafter referred to as "Company", does hereby verify that the company named above, under the provisions of the laws of the United States and the State of Texas: l . Does not boycott Israel currently; and 2. Will not boycott Israel during the term of the contract. 3. Does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association; and (2) will not discriminate during the term of the contract against a firearm entity or firearm trade association. 4. Does will not business with Iran, Sudan or a foreign terrorist organization while providing services to the City. By my signature I affirm the information provided on this form is accurate to the best of my knowledge. President Authorized Signature Title Kenneth Williamson 12/6/22 Print/Type Name Date 666 Item 7. Charles Dean Keane "Charlie" ckeane@nrockconstruction.com PROFILE 30+ years' experience in construction and construction management from heavy pipeline projects to sports fields. PROFESSIONAL EXPERIENCE North Rock Construction, LLC. 2013 - Present Field Operations Manager Have been an integral part in taking North Rock Construction from 5 million in annual revenue in 2013 to 17 million in annual revenue in 2020 Managing superintendents with up to $12 million in projects at any given time. Managing and coordinating NRC resources such as crews, equipment and NRC owned materials. Training of field personal such as superintendents, foremen, and equipment operators. Managing company truck drivers and the flow of materials to projects. Carter Construction Superintendent/Project Manager 2011-2013 Building and managing sport field projects throughout Texas thru managing crews, equipment subcontractors and resources for the building of sports fields. Sportscapes Construction Owner 2011-2009 Building and managing sport field projects throughout Texas thru managing crews, equipment subcontractors and resources for the building of sports fields. American Civil Constructors General Superintendent 2009-1998 Managed all field operations and projects with direct management of up to seven superintendents. Multiple projects being built from sports fields, The Victory Park project for the City of Dallas, President George Bush Tollway landscape and hardscape improvements to TXDOT road and bridge projects. Managed all company owned equipment and material resources. Mora Construction Superintendent From laborer to operator to lead field man Installing utilities around North Texas from fast food restaurant underground utility construction to large storm, water and sewer projects. EDUCATION High school graduate from Nimitz High School Irving, Tx 1979 Texas Aero Tech Graduate 1986 Aircraft and Powerplant License Other Schools and Classes include confined space, competent person, & traffic control. The Art of Leadership 2018 667 Item 7. Jake North Provide use of Ilfelong horse, cattle and ranch skills to present long term Ranch Hand Objective success. I strive best In a team work atmosphere. I am seeking stability in a company that possesses a well established standing In the Cattle and Horse industry. Pro/essional North Farms -Ponder, Texas Jerry North, Owner (940) 391-7003 nerience March 1997 - Present Ranchhand, Farmer, Horse Trainer & Cow/Calf ORerations Manager Conditioning weaned calves Fencing (barbed-wire, pipe, installation & repair) Farming (hay and wheat production) Feeding (daily, hay, salt, minerals, cubes, etc.) Welding - Mig and Stick (fences, barns, etc.) Doctoring Vaccinations, castration, worming, dehorning and Fly control First calf heifer conditioning and calving Mechanic (truck, tractor and implements) Performance horse purchasing and selling Colt starting, breaking and finishing Professional rope horse starting and finishing Reining and cutting show horses Beef bull breeding, purchasing and raising Ranch rodeo and roping contestant Property management (improved grasses, native grasses and farm land) Wildlife management (habitats and feed) Nuisance predator control (hogs, coyotes, etc) gducativn Ponder High School -Ponder, Texas High School Diploma - 2006 References Coulter Cattle Company -Ponder, Texas 940)390-6524 Mitchell Farms -Justin, Texas 940) 390-4656 Sikes Ranch -Collinsville, Texas 940) 736-9484 Aaron Coulter, Owner Travis Mitchell, Owner Jarrod Sikes, Owner 668 Item 7. cR CERTIFICATE OF LIABILITY INSURANCE DATE (MMIDD(YYYY) 09l16/2022 THIS CERTIFICATE IS ISSUED A5 A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER K&S Insurance Agency 2255 Ridge Road, Ste. 333 P. O. Box 277 Rockwall INSURED North Rock Construction, LLC 521 S. Loop 288, Suite 125 TX 75087 Cheryl Rogers 972) 771-4071 crogers@kandsins.com INSURERS) AFFORDING COVERAGE INsuRERA: Amerisure Insurance Company INSURER B : Amerisure Mutual Insurance Company INSURER c : Continental Casualty Company INSURER D INSURER E Denton TX 76205 I INSURER F COVERAGES CERTIFICATE NUMBER: 22/23 Master REVISION NUMBER: 972)771-4695 NAIC # 19488 23396 20443 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 CONTRACTOR OTHER DOCUMENT WITH RESPECT TO WNICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR LTR TypE OF INSURANCE INSD WVD POLICY NUMBER POLICY EFF MMIDD/YYYY POLICY EXP MM/DDIYYYY) LIMITS A X COMMERCIAL GENERAL LIABILITY CLAIMS -MADE OCCUR CPP 2120182 03/11/2022 03/11/2023 EACH OCCURRENCE S 1,000,000 PREM SESO(Ea oocurrDence) S 100,000 MED EXP (Any one person) S 10,000 PERSONAL & ADV INJURY g 1,000,000 GENERAL AGGREGATE S 2,000,000GEN'LAGGREGATE LIMIT APPLIES PER: POLICY X PRO LOCJECT OTHER: PRODUCTS - COMPIOP AGG 2,000,000 S A AUTOMOBILE LIABILITY X ANY AUTO OWNED SCHEDULED AUTOS ONLY AUTOS HIRED NON -OWNED AUTOS ONLY AUTOS ONLY CA 2120181 03/11/2022 03l11/2023 COMBINED SINGLE LIMIT Ea accident) S 1,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) S PROPERTY DAMAGE Per accident) 5 S B X UMBRELLA LIAR EXCESS LIAB X OCCUR CLAIMS -MADE CU 2120183 03l11/2022 03(11/2023 EACH OCCURRENCE 5 5,000,000 AGGREGATE S,000,OOO SDEDRETENTIONS A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y I N ANY PROPRIETORIPARTNERlEXECUTIVE OFFICER/MEMBER EXCLUDED? Mandatory in NH) If yes, describe under DESCRIPTION OF OPERATIONS below N / A WC 2120184 03/11/2022 03/11 /2023 STATUTE EORH E.L. EACH ACCIDENT S 1,000,000 E.L. DISEASE - EA EMPLOYEE g 1,000,000 E.L. DISEASE -POLICY LIMIT S 1,000,000 C Contractors Equipment Installation Floater 6076545268 03/11l2022 03/11/2023 LeasedlRented limit Location limit w/$2.500 deductible 400,000 2,500,000 DESCRIPTION OF OPERATIONS /LOCATIONS /VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE 1988-2015 ACORD CORPORATION. All rights reserved. ACORD 25 (2016/03) The ACORD name and logo are registered marks of ACORD 669 Item 7. Po r t e r Pa r k So f t b a l l Fi e l d Re n o v a t i o n sm a r t s h e e t 71 Po r t e r Pa r k So f t b a l l Fi e l d Re n o v a t i o n Er o s i o n CO n h O V S W P 3 Pl a n 01 / 10 / 23 03 / 10 / 23 01 / 10 1 2 3 01 / 11 / 23 Cl e a r i n g & Gr u b b i n g / De m o l i t i o n - Re m o v a l of In f i e l d Mi x 01 / 12 1 2 3 01 / 19 / 23 Ex i s t i n g Co n c r e t e Si d e w a l k De m o l i t i o n O1 / 20 / 23 01 / 20 / 23 Ex i s t i n g Sc o r e b o a r d Re m o v a l 01 / 23 / 23 01 / 23 / 23 Ex i s t i n g Fo u l Po l e Re m o v a l O1 / 24 / 23 01 / 24 / 23 Ch a i n Li n k Ou t f i e l d Fe n c e Re m o v a l 01 / 25 / 23 01 / 25 / 23 To p s o i l & Co m p o s t 01 / 26 / 23 01 / 30 / 23 In f i e l d Fi n e Gr a d i n g & Re c o n d i t i o n i n g 01 / 31 / 23 02 / 03 / 23 Li g h t Re - Ai m i n g 02 / 01 / 23 02 M 4 / 23 Tu r f g r a s s ( So l i d So d ) 02 / 06 / 23 02 / 10 / 23 Ir r i g a t i o n Mo d i f i c a t i o n s 02 / 06 / 23 02 / 09 / 23 6' Ch a i n Li n k Fe n c e 02 / 10 / 23 02 / 17 / 23 Fe n c e To p Pr o t e c t i o n 02 / 20 / 23 02 / 20 / 23 Co n c r e t e Cu r b Q Ba c k s t o p Wa l l 02 / 21 / 23 02 / 23 / 23 Co n c r e t e Si d e w a l k 02 / 24 1 2 3 02 / 27 1 2 3 Fo u l Po l e 02 / 27 / 23 03 / 01 / 23 Re s t r i p e AD A Pa r k i n g & Up d a t e AD A Si g n a g e 02 / 28 / 23 03 / 01 1 2 3 Ho m e Pl a t e / Ba s e Pl a t e s l P i l c h e r Ru b b e r s 03 / 02 / 23 03 / 02 / 23 Sc o r e b o a r d 03 / 03 / 23 03 / 10 / 23 I I i r- i 1 ' I I_ 1 I, _ i T Porter Park Softball Field Renovationsmartsheet 71 Porter Park Softball Field Renovation Erosion COnhOVSWP3 Plan 01/10/23 03/10/23 01/10123 01/11/23 Clearing & Grubbing/Demolition - Removal of Infield Mix 01/12123 01/19/23 Existing Concrete Sidewalk Demolition O1/20/23 01/20/23 Existing Scoreboard Removal 01/23/23 01/23/23 Existing Foul Pole Removal O1/24/23 01/24/23 Chain Link Outfield Fence Removal 01/25/23 01/25/23 Topsoil & Compost 01/26/23 01/30/23 Infield Fine Grading & Reconditioning 01/31/23 02/03/23 Light Re -Aiming 02/01/23 02M4/23 Turfgrass (Solid Sod) 02/06/23 02/10/23 Irrigation Modifications 02/06/23 02/09/23 6' Chain Link Fence 02/10/23 02/17/23 Fence Top Protection 02/20/23 02/20/23 Concrete Curb Q Backstop Wall 02/21/23 02/23/23 Concrete Sidewalk 02/24123 02/27123 Foul Pole 02/27/23 03/01/23 Restripe ADA Parking & Update ADA Signage 02/28/23 03/01123 Home Plate/Base PlateslPilcher Rubbers 03/02/23 03/02/23 Scoreboard 03/03/23 03/10/23 I I i r- i 1 ' I I_ 1 I, _ i T 670 Item 7. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Ramie Hammonds, Development Services Director AGENDA ITEM: Consideration and possible action on a Request for Qualifications (RFQ) for professional services to update the Roadway Impact Fee Study. SUMMARY:  The current Roadway Impact Fee Study was completed in 2016 and implemented in 2017.  The study allows the City to collect impact fees for roadways when properties are developed based on their traffic impact.  The current study is five (5) years old and needs to be updated.  The updated study will give us a more accurate numbers for cost and provide a fee in accordance with those costs. FISCAL INFORMATION: Budgeted: YES Amount: N/A GL Account: N/A RECOMMENDED MOTION OR ACTION: Staff recommends APPROVAL. ATTACHMENTS: RFQ Exhibit A 671 Item 8. CITY OF SANGER, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) UPDATE ROADWAY IMPACT FEE STUDY PROPOSAL DUE DATE: 12:00 Noon Central Time Tuesday, January 24, 2023 ISSUED BY: CITY OF SANGER DEVELOPMENT SERVICES DEPARTMENT 201 BOLIVAR STREET SANGER, TX 76266 672 Item 8. 2 CITY OF SANGER, TEXAS REQUEST FOR QUALIFICATIONS (RFQ) UPDATE ROADWAY IMPACT FEE STUDY SECTION 1. INTRODUCTION: Purpose The City of Sanger, Texas is seeking the assistance of a professional consultant to update the Roadway Impact Fee Study. Which must include a Land Use Assumption Plan and Impact Fee Capital Improvement Plan. SECTION 2. COMMUNITY PROFILE: City Overview The City of Sanger, Texas, with a population of approximately 9,000 is located in North Texas within Denton County and located along both sides of I-35 and north and south of FM 455. Sanger is comprised of nearly twelve (12) square miles and is neighbored by Denton to the south, Valley View to the north, Lake Ray Roberts and Pilot Point to the east, and an unincorporated area to the west. Major transportation corridors include I-35 and FM 455. The city is comprised of a mix of residential, commercial, and industrial land uses as well as a vibrant downtown area. SECTION 3. PROJECT BACKGROUND: The current Roadway Impact Fee Study was completed in 2016 and implemented in 2017. The City recently adopted a new comprehensive plan called Sanger 2040 Comprehensive Plan. This plan is meant to be a guideline for future development. The updated study needs to reflect the increase in residential, commercial, and industrial development. SECTION 4. SCOPE OF SERVICES AND DELIVERABLES: The selected consultant shall prepare the updated Roadway Impact Fee Study in accordance with the Local Government Code. The study shall include a Land Use Assumptions Plan and Impact Fee Capital Improvement Plan. In addition to the study, the consultant shall provide the City with an updated Fee Collection Rate and attend all meetings related to the adoption of the updated study and fees. SECTION 5. INFORMATION PROVIDED BY THE CITY: The Code of Ordinances of the City of Sanger is available at Franklin Legal Publishing via a link at the City’s website. This includes all development regulations. Any regulations adopted but not yet codified will be available from the City of Sanger. SECTION 6. TIMELINE: It is expected that a contract will be executed between the City and the selected consulting firm within forty-five (45) days of the due date for proposals. It is anticipated that the project will be completed within nine (9) months from the signing of the contract. 673 Item 8. 3 SECTION 7. SUBMISSION DETAILS: Statement of Qualifications The consultant shall submit a Statement of Qualifications. The statement, at minimum, should address each of the specific topics listed below (additional information may be included). Failure to include any of the following requested information may be cause for the proposal to be considered incomplete and thus rejected. 1. Provide a cover letter on firm letterhead and identify the project manager and key staff involved along with contact information for the project manager. 2. Written presentation of the qualifications of the firm and their understanding of the work to be performed. 3. List of services that will be provided. 4. Availability, credentials, and related experience of the firm and key staff with similar studies, preferably with municipal governments. 5. Provide copies of the resumes of the proposed project manager and key staff. Provide information on specific experiences, including roadway impact study, with successful outcomes in conducting the process and making presentations to public bodies. 6. Include with their proposals a list of at least three (3) current references for whom comparable work has been performed in the past three (3) years, specifically citing work in communities similar to Sanger. This list shall include the municipality’s name, person to contact, address, telephone number, email address, and a brief, but adequately detailed description of the work performed. 7. Provide complete or partial examples of work similar in nature to this project. 8. List of anticipated sub-contractors and/or partners, if any, and their availability, credentials, and related experience. 9. Explain the methodology you propose to successfully perform the services outlined in the Scope of Work. 10. Include a statement on the anticipated time frame based on the scope of work as listed in this RFQ. Report on prior experience in delivering services within the prescribed time frame. SECTION 8. SUBMISSION INSTRUCTIONS: STATEMENT OF QUALIFICATIONS MUST BE RECEIVED BY 12:00 NOON (CENTRAL TIME) JANUARY 24, 2024 SUBMISSIONS RECEIVED AFTER THE DEADLINE WILL NOT BE CONSIDERED Four (4) printed copies of the Statement of Qualifications in a sealed envelope should be sent to: Ramie Hammonds Development Services Director City of Sanger 674 Item 8. 4 502 Elm Street Sanger, TX 76266 Phone: 940-458-2059 Email: rhammonds@sangertexas.org One (1) electronic, PDF copy of the Statement should also be included on a USB/Flash drive. Questions should be directed to Ramie Hammonds, Development Services Director, at the contact information listed above. SECTION 9. SELECTION PROCESS AND CRITERIA FOR CONSIDERATION OF QUALIFICATIONS: Statements will be reviewed and evaluated by the City staff and on a number of criteria, including, but not limited to the following:  Overall responsiveness and quality of the proposal in clearly stating an understanding of the project.  Technical understanding of ordinance writing for a City like Sanger, Texas.  Experience and knowledge in developing similar plans by consultant personnel who will be directly involved with the project.  The nature and quality of the expertise the consultant possesses in a full range of required disciplines.  The experience and availability of support staff for the project.  The ability to complete the plan within the given timeframe.  References. After evaluating the proposals, the City may request additional information from any consultant identified as most responsive to this RFQ. At its discretion, the City may require any consultant to make a presentation to provide an opportunity to clarify the submission. The City will schedule any such presentations. The City will evaluate the written proposals and will select the consultant which meets the best interest of the City. The City shall be the sole judge of its own best interests, the proposals, and the resulting negotiated agreement. The City’s decisions will be final. The City reserves the right to negotiate any and all elements of this proposal, including, but not limited to, the fee structure and terms of the contract, with the proposing firm selected. A. DISCLAIMER This RFQ does not commit the City to enter into a contract, nor does it obligate the City to pay for any costs incurred in the preparation and submission of Statements or anticipation of a contract. The City reserves the right at its sole discretion: to make selections, to reject any or all submissions, to issue subsequent RFQ, to remedy technical errors in the RFQ process, and to enter into a contract with one or more consultants for the provisions of any, all or some of the services described herein. 675 Item 8. 5 B. AGREEMENT FOR PROFESSIONAL SERVICES Attached as Exhibit A is the City of Sanger’s standard agreement for professional services. The agreement also indicates the insurance and indemnification requirements that the City will require of the selected firm. C. ADDITIONAL INFORMATION: 1. A person or business that contracts with Sanger or who seeks to contract with the City must file a “Conflict of Interest Questionnaire” (FORM CIQ) which is available online at www.ethics.state.tx.us and a copy of which is attached to this guideline. The form contains mandatory disclosures regarding “employment or business relationships” with a municipal officer. Officials may be asked to clarify or interpret various portions of the questionnaire. 2. Compliance with HB 89. A person or business that contracts with Sanger or who seeks to contract with the City shall not boycott Israel at any time while providing products or services to the City of Sanger. This requirement does not apply to companies with fewer than ten full-time employees; or contracts that are less than $100,000.00. [ ] Yes, we agree [ ] No, we do not agree [ ] N/A 3. Respondent verifies that it does not boycott energy companies and will not boycott energy companies during the term of this contract, as those terms are defined by Chapter 2274, Government Code. This requirement does not apply to companies with fewer than ten full-time employees; or contracts that are less than $100,000.00. [ ] Yes, we agree [ ] No, we do not agree [ ] N/A 4. Respondent verifies that it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of this contract against a firearm entity or firearm trade association, as those terms are defined by Chapter 2274, Government Code. This requirement does not apply to companies with fewer than ten full- time employees; or contracts that are less than $100,000.00. [ ] Yes, we agree [ ] No, we do not agree [ ] N/A 5. Compliance with SB 252. A person or business that contracts with Sanger or who seeks to contract with the City shall not do business with Iran, Sudan, or a foreign terrorist organization while providing products or services to the City of Sanger. [ ] Yes, we agree [ ] No, we do not agree 676 Item 8. 6 The undersigned affirms that he/she has read and understands the specifications, terms, and conditions, all exhibits and attachments contained herein and that they are duly authorized to execute this agreement and response to the Request for Qualifications. ____________________ ____________________ ____________________ Signature Company Date 677 Item 8. PROFESSIONAL SERVICES AGREEMENT BY AND BETWEEN THE CITY OF SANGER AND #RESPONDENT# THIS AGREEMENT is made and entered by and between the City of Sanger, Texas, hereinafter referred to as "Sanger", and _______________, a Texas corporation, hereinafter referred to as “RESPONDENT” to be effective from and after the date as provided herein. WITNESSETH WHEREAS, Sanger desires to engage the services of a qualified RESPONDENT to update the City’s Roadway Impact Fee Study; and WHEREAS, Sanger finds that RESPONDENT is the most qualified party to provide such services; and WHEREAS, RESPONDENT desires to render such services for Sanger upon the terms and conditions provided herein; and NOW, THEREFORE, for and in consideration of the covenants contained herein, and for the mutual benefits to be obtained hereby, the parties hereto agree as follows: I. ENGAGEMENT Sanger hereby agrees to retain RESPONDENT to update the City’s Roadway Impact Fee Study, and RESPONDENT agrees to perform such services in accordance with the Scope of Services and the terms and conditions of this Agreement. II. SCOPE OF SERVICES The parties agree that RESPONDENT shall perform such services as are further described in Exhibit “A” hereto (collectively “Scope of Services”). The parties understand and agree that deviations or modifications in the Scope of Services may be authorized from time to time by Sanger but said authorization must be made in writing. III. COMPLETE AGREEMENT This Agreement, including Exhibit "A", constitutes the entire agreement by and between the parties regarding the subject matter hereof and supersedes all prior or contemporaneous written or oral understandings. This Agreement may only be amended, supplemented, modified, or canceled by a duly executed written instrument. IV. TERM OF AGREEMENT/TERMINATION The initial term of this Agreement shall commence upon the complete execution of the Agreement by Sanger and RESPONDENT and shall continue until the Scope of Services is completed. This agreement may be terminated by either party with thirty (30) days’ notice unless specified otherwise in Exhibit “A”. 678 Item 8. In the event of termination by Sanger, RESPONDENT shall be compensated in accordance with the terms of this Agreement and shall deliver to Sanger all finished or unfinished documents, data, studies, surveys, drawings, maps, models, reports, photographs, or other items prepared by RESPONDENT in connection with this Agreement. V. COMPENSATION AND EXPENSES RESPONDENT shall be paid for performance of the Scope of Services as set forth in Exhibit “A”. VI. INDEPENDENT CONTRACTOR RESPONDENT covenants and agrees that it is an independent contractor and not an officer, agent, servant or employee of Sanger; that it shall have exclusive control of and exclusive right to control the details of the work performed hereunder and all persons performing same, and shall be responsible for the acts and omissions of its officers, agents, employees, contractors, subcontractors and RESPONDENTs; that the doctrine of respondent superior shall not apply as between Sanger and RESPONDENT, its officers, agents, employees, contractors, subcontractors and RESPONDENTs, and nothing herein shall be construed as creating a partnership or joint enterprise between Sanger and RESPONDENT. VII. ASSIGNMENT RESPONDENT agrees that this Agreement shall not be assigned without the prior written consent of Sanger, except to an Affiliate of RESPONDENT. Affiliate shall mean (1) any corporation or other entity controlling, controlled by, or under common control with (directly or indirectly) RESPONDENT, including, without limitation, any parent corporation controlling RESPONDENT or any subsidiary that RESPONDENT controls; (2) the surviving corporation resulting from the merger or consolidation of RESPONDENT; or (3) any person or entity which acquires all of the assets of RESPONDENT as a going concern. RESPONDENT shall be permitted to enter into subcontracts for performance of portions of the Scope of Services; however, RESPONDENT shall not subcontract the entirety of the Scope of Services to a single subcontractor without Sanger’s consent. RESPONDENT further agrees that the assignment of any portion or feature of the work or materials required in the performance of this Agreement shall not relieve the RESPONDENT from its full obligations to Sanger as provided by this Agreement. VIII. AUDITS AND RECORDS RESPONDENT agrees that Sanger or its duly authorized representatives shall, until the expiration of three (3) years after termination under this Agreement, upon reasonable notice, have access to and the right to examine and photocopy any and all books, documents, papers and records of RESPONDENT which are directly pertinent to the services to be performed under this Agreement . RESPONDENT agrees that Sanger shall have access during normal working hours to all necessary RESPONDENT’s facilities and shall be provided adequate and appropriate work space. IX. WARRANTY 679 Item 8. RESPONDENT warrants that (a) it and each of its employees, RESPONDENTs and subcontractors, if any, that it uses to provide and perform professional services has the necessary knowledge, skills, experience, qualifications, and resources to provide and perform the services in accordance with the agreement and the Scope of Services; and (b) the professional services will be performed for and delivered to Sanger in a good, diligent, workmanlike manner in accordance with industry standards. X INDEMNITY RESPONDENT, to the extent allowable by law, shall defend, indemnify, and hold harmless Sanger, its City council, officers, employees, and agents from and against all citations, claims, costs, damages, demands, expenses, fines, judgments, losses, penalties, or suits, which in any way arise out of, relate to, or result from the performance of the work or which are caused by the intentional acts or negligent acts or omissions of its subcontractors, any officers, agents, or employees. Sanger, to the extent allowable by law, shall defend, indemnify, and hold harmless the RESPONDENT, its officers, employees, and agents from and against all citations, claims, costs, damages, demands, expenses, fines, judgments, losses, penalties, or suits, which in any way arise out of, relate to, or result from the performance of the work or which are caused by the intentional acts or negligent acts or omissions of its subcontractors, any officers, agents, or employees. XI. MAILING OF NOTICES RESPONDENT agrees that all notices or communications to Sanger permitted or required under this Agreement shall be addressed to Sanger at the following address: City Manager City of Sanger 502 Elm Street P.O. Box 1729 Sanger, Tx 76266 Sanger agrees that all notices or communications to RESPONDENT permitted or required under this Agreement shall be addressed to RESPONDENT at the following address: [Insert Address] All notices or communications required to be given in writing by one party or the other shall be considered as having been given to the addressee on the date such notice or communication is posted by the sending party. XII. MISCELLANEOUS 1. The City of Sanger has found that RESPONDENT is the most qualified party to fulfill the requirements of the agreement as this is a contract for the purchase of personal and/or professional services and therefore is exempt from competitive bidding. 680 Item 8. 2. A person or business that contracts with the Sanger or who seeks to contract with Sanger must file a “Conflict of Interest Questionnaire” (FORM CIQ) which is available online at www.ethics.state.tx.us and a copy of which is attached to this guideline. The form contains mandatory disclosures regarding “employment or business relationships” with a municipal officer. Officials may be asked to clarify or interpret various portions of the questionnaire. 3. Compliance with SB 252: RESPONDENT agrees per SB 252 that RESPONDENT shall not do business with Iran, Sudan or a foreign terrorist organization while providing products or services to the City of Sanger. 4. Compliance with HB 89: RESPONDENT agrees per HB 89 that RESPONDENT shall not boycott Israel at any time while providing products or services to the City of Sanger. This requirement does not apply to companies with fewer than ten full-time employees; or contracts that are less than $100,000.00. 5. Respondent verifies that it does not boycott energy companies and will not boycott energy companies during the term of this contract, as those terms are defined by Chapter 2274, Government Code. This requirement does not apply to companies with fewer than ten full-time employees; or contracts that are less than $100,000.00. 6. Respondent verifies that it does not have a practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade association and will not discriminate during the term of this contract against a firearm entity or firearm trade association, as those terms are defined by Chapter 2274, Government Code. This requirement does not apply to companies with fewer than ten full-time employees; or contracts that are less than $100,000.00. XIII. VENUE/GOVERNING LAW The parties agree that the laws of the State of Texas shall govern this Agreement, and that it is performable in City of Sanger, Texas. Exclusive venue shall lie in Denton County, Texas. XIV. SUCCESSORS AND ASSIGNS RESPONDENT and their partners, successors, subcontractors, executors, legal representatives, and administrators are hereby bound to the terms and conditions of this Agreement. XV. INSURANCE RESPONDENT shall procure and maintain in force during the terms of any contract awarded pursuant to this RFP, at its own cost, the following minimum insurance coverage: A. Workers’ Compensation and Employers’ Liability: 681 Item 8. i. State of Texas: $1,000,000 Each Accident ii. Employer’s Liability: $100,000 Each Accident B. Commercial General Liability: i. Bodily Injury & Property Damage with a General Aggregate Limit: $1,000,000 ii. Personal & Advertising Injury Limit $500,000 iii. Each Occurrence Limit $1,000,000 The policy shall be on an Occurrence Form and include the following coverage: Premises Operations; Personal and Advertising Injury; Medical Payments; Liability assumed under an Insured Contract; Independent Contractors; and Broad Form Property Damage. Coverage provided should be at least as broad as found in Insurance Services Office (ISO) form CG0001. C. Commercial Automobile Liability Limits: i. Bodily Injury & Property Damage Combined Single Limit: $1,000,000 Prior to the execution of any awarded contract by the City, the successful RESPONDENT shall forward Certificates of Insurance to the Purchasing Manager. The required insurance policies shall be procured and maintained in full force and effect for the duration of the awarded contract. Certificate Holder shall be the City of Sanger, Texas at 502 Elm Street, Sanger, Texas 76266. XIV. SEVERABILITY In the event a term, condition, or provision of this Agreement is determined to be void, unenforceable, or unlawful by a court of competent jurisdiction, then that term, condition, or provision, shall be deleted and the remainder of the Agreement shall remain in full force and effect. XV. AUTHORITY TO SIGN The undersigned officers and/or agents of the parties hereto are the properly authorized officials and have the necessary authority to execute this Agreement on behalf of the parties hereto. This Agreement shall be effective from and after the date of execution by the last signatory hereto as evidenced below. SIGNED on the date indicated below. 682 Item 8. Date: _______________ RESPONDENT BY: _________________________________ Manager/Partner Date: _______________ CITY OF SANGER BY: _________________________________ Mayor/City Manager APPROVED AS TO FORM: ________________________ Hugh Coleman City Attorney 683 Item 8. Exhibit “A” Bid Response/Scope of Services 684 Item 8. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Mike Prater, Director of Electric Utilities AGENDA ITEM: Consideration and possible action on an agreement with the Lower Colorado River Authority (LCRA) for a 5 Year Engineering System Study for an annual amount of $19,163.40, and authorizing the City Manager to execute the agreement. SUMMARY:  The purpose of this study is to identify large electric system improvements required over the five-year study period.  Provide a Visual Inspection per the attached Scope (Statement of Work, Electrical System Visual Inspection (ESVI)). This service must be done at the same time as the field work for the 5-year system study is being performed.  Perform a Telephone/Cable Pole attachment count, which needs to be performed at same time of the system study. FISCAL INFORMATION: Budgeted: YES Amount: $19,163.40 GL Account: 008.58.5430  Total Cost of the three services: $95,817; $19,163.40 annually. RECOMMENDED MOTION OR ACTION: Staff recommends approval of the study. ATTACHMENTS: LCRA 5 Year System Study 685 Item 9. CUSTOMER: City of Sanger 502 Elm St Sanger, Texas 76266 Attn: Attn: Mike Prater PROJECT:DATE SUBMITTED 5 Year Engineering System Study with ESVI and Pole Count November 30, 2022 SCOPE OF SERVICES: PROJECT SCHEDULE:LCRA CONTACT Bill Jerram Start:bill.jerram@LCRA.org 512-940-6713 Lower Colorado River Authority Complete: 3700 Lake Austin Blvd. Austin, TX 78767-0220 Attn: Transmission Customer Relations CONTRACT TYPE PRICE : $19,163.40 Annually Contract Type: Independent Contract Project Total: $95,817.00 Reference Contract: 5 Year Engineering System Study Compensation Form: Annual Invoice (Please note that if this is an independent contract, terms and conditions should be attached.) Parties: Lower Colorado River Authority By: Printed Name Kristian Koellner Title: VP, Transmission Asset Optimization OFFICE USE ONLY Job Description: 5 Year Engineering System Study with ESVI and Pole Count Project ID: Work Order: Contract Owner: Bill Jerram Contract Coordinator: Catherine Hempfling City of Sanger By: Printed Name _____________________________ Title: Date: ____________________________________ PROJECT PROPOSAL 1. Provide an Electric Distribution Study per the attached Scope (Engineering Services Agreement). 2. Provide a Visual Inspection per the attached Scope (Statement of Work, Electrical System Visual Inspection (ESVI)). 3. Perform a "telephone/cable pole attachment" count, (included in the Total Cost) @ $1.00 per pole ($1,542) #poles is estimated at 1,542 poles. The Contract amount will be adjusted if the pole count is less than or more than 5%. Details attached. Scope Additional Information. Customer and the Lower Colorado River Authority agree that the work described above shall be performed in accordance with the terms and conditions in this contract. LCRA Transmission Strategic Services CUSTOMER SERVICES CONTRACT Form CSC revised 06/22/2020 Work to be done between the time frame February 1, 2023 to January 1, 2028. Schedule to be determined. Work to be done between the time frame February 1, 2023 to January 1, 2028. Schedule to be determined. 686 Item 9. Scope Additional Information 1.5-year System Study: $75,000. Provide an Electric Distribution Study per the attached Scope (Engineering Services Agreement). The purpose of this study is to identify large electric system improvements required over the five-year study period. The total contract amount of $75,000 will be invoiced, $15,000 annually over the 5 years. 2.Visual Inspection: $19,275. Provide a Visual Inspection per the attached Scope (Statement of Work, Electrical System Visual Inspection (ESVI)). The total contract amount is $19,275 but $3,855 will be invoiced annually over the 5 years. The contract is based on an estimate of the city's pole count, of 1,542 poles. If the actual pole count varies by +/- 5% then the price will be adjusted at a rate of $12.50 per pole, plus or minus. This service must be done at the same time as the field work for the 5-year system study (item 1 above) is being performed. 3.Perform a telephone/cable pole count: $1,542. The contract is based on an estimate of the city's pole count, 1,542 poles, or $308.40 each year over the 5 years. If the actual pole count varies by +/- 5% then the price will be adjusted at a rate of $1.00 per pole, plus or minus. This service must be done at the same time as the field work for the 5-year system study (item 1 above) is being performed. $308.40 will be added to each annual invoice over the 5 years. 4.Total Cost of the three services: $95,817; $19,163.40 annually. 687 Item 9. ENGINEERING SERVICES AGREEMENT 1 of 4 | P a g e I.Technical Requirements LCRA shall provide the following engineering services to Customer: a.Verify and/or gather field information needed to construct a computer model of the primary electric system including: i.Location of substation(s) that supply the Customer’s distribution system. ii.Location of distribution poles. iii.Location of primary overhead and underground distribution conductors including the following: 1.Conductor construction design type 2.Conductor type per phase, including neutral 3.Conductor phasing 4.Conductor span measured from each section (pole to pole) iv.Location of air break switches (including type and current rating), disconnect switches (including type and current rating), line breakers / reclosers / sectionalizers (including type, current rating and controller information), and line regulators (including current and kVA rating). v.Location of capacitor banks to include size (kVAR rating), phasing, status (open / closed), and capacitor bank controller type if installed. vi.Location of fuse cut-outs (including rating); status of fuse cut-out (open or closed); and size and type of fuse if identifiable from the ground or data is available from customer. vii.Location of distribution transformers, transformer phasing and transformer kVA rating. b.Produce or update the computer models for the Customer's distribution system. c.Evaluate the adequacy of existing system to meet anticipated demand levels over a five-year horizon, by applying the distribution system planning criteria to: i.Identify overloaded line sections ii.Identify excessive system losses iii.Identify excessive voltage drops d.Conduct a study of distribution system improvement needs to meet anticipated demand levels over a five-year horizon, by applying the distribution system planning criteria to: i.Optimize the performance of the system by balancing the load among power transformers, feeders and phases (where phase current data is available) ii.Evaluate need for reconductoring existing circuits iii.Evaluate need for constructing new distribution circuits iv.Evaluate substation capacity requirements v.Examine location and status of all air break or disconnect switches vi.Evaluate system capacitor banks needs for reduction of system losses and correcting system power factor, including leading power factor conditions. 688 Item 9. ENGINEERING SERVICES AGREEMENT 2 of 4 | P a g e vii.Provide up to ten (10) additional fault rating values per year from the distribution system as per Customer request. e.Conduct Contingency Analysis in terms of a planned or unplanned outage of a distribution feeder, breaker, or power transformer (where applicable), and by applying the distribution system planning criteria, determine and recommend system improvement projects necessary to improve system reliability. f.Conduct Arc Flash Analysis: i.The results of this analysis will assist the Customer in determining its arc flash requirements at selected locations ii.Perform arc flash analysis at the locations selected by the Customer. iii.No more than ten (10) locations may be selected. iv.The arc flash analysis results shall include: 1.Clearance distances 2.Fault current 3.Energy 4.Hazard level and the corresponding voltages to which the qualified person will be exposed. v.Arc flash labeling is the responsibility of the Customer, as specified in NESC 2012-410 A3 but labeling may be provided by LCRA at an added cost. g.Perform the following distribution system protection analysis: i.Verify that the maximum interrupting rating for all distribution feeder breakers and downstream reclosers are adequately rated to withstand the maximum available fault current using the latest ERCOT short circuit case. ii.Verify that the continuous rating of all feeder breakers are adequately rated so that the feeder breakers’ continuous rating will not be exceeded for any non-fault conditions including contingency analysis. iii.For all distribution feeder breaker relays and downstream reclosers perform the following analysis: •Verify that the phase and ground overcurrent pickup settings will not be exceeded for any non-fault conditions including contingency analysis and are also set sensitively enough to detect faults at the end of the feeder. •Verify coordination with upstream (transformer protection) and downstream devices (reclosers, largest / nearest fuse(s), etc.). •Determine if the existing settings have performed in a manner that the Customer expects (fuse saving vs. a fuse sacrificing scheme, any misoperations, etc.). iv.Evaluate the need for any new downstream reclosers, and if a recloser is warranted provide basic coordination settings and verify coordination with upstream and downstream devices. v.Document substation outages over the last 5 year period. 689 Item 9. ENGINEERING SERVICES AGREEMENT 3 of 4 | P a g e h.Based upon the findings of items b through f above, develop a list of Recommend Capital Improvement Projects and budgetary project cost estimates. i.Update Maps and Electric System Model as information is provided by field crews and the Customer during the study. Information to be provided by the Customer includes but is not limited to the following: a.Any Customer-specific distribution system planning criteria b.Ten-year load forecast c.Load profile results per feeder via relays or load loggers, if available d.Mapping data that has changed since data collection e.Rate class kWh sales data, if available f.Capacitor bank(s) status during peak electrical loading and load profile, if available g.Capacitor bank controller settings h.Arc flash analysis supporting data a.Distribution transformer nameplate and fuse size/type i.Protective device nameplate information for distribution feeder breaker and downstream reclosers j.Existing relay and controller details: a.Distribution feeder breaker relay settings, manufacturer, and part number b.Downstream recloser controller settings and controller type c.Event files (if available) k.For the largest fuse downstream of each distribution feeder breaker and the largest fuse downstream of each downstream recloser: a.Location of fuse (intersecting streets) b.Fuse type c.Fuse size l.If available, provide any history of outages caused by feeder breaker trips, recloser trips, or lateral tap fuses operating. II.Deliverable This agreement provides for one primary Deliverable by LCRA, which shall be provided to Customer as a bound printed copy and an electronic copy (.pdf file) sent via email. a.An Electric Distribution System Study ("Plan"). The Plan shall include tables, charts, maps, and explanatory text. At a minimum, the following items shall be included with the Plan: i.Existing Circuit Diagram - color coded by circuit ii.Existing Conductor Diagram - color coded by primary conductor iii.Five Year Work Plan Diagram - all improvement projects color-coded by recommended year iv.Existing and Proposed Fusing Diagram v.Fault Duty Maps: three-phase and phase to ground with associated table 690 Item 9. ENGINEERING SERVICES AGREEMENT 4 of 4 | P a g e vi.Relay / fuse / recloser coordination curves and summary of proposed changes where applicable b.In addition to the Plan described in item a. above, LCRA shall conduct an annual review of the load power factor and, where required, provide interim recommendations for meeting the ERCOT load power factor requirement. This power factor review shall be conducted by LCRA once per year during the annual load forecast data collection period. c.This agreement does not include engineering advice on technical problems that may arise during operation, construction, or addition of new electric loads. For this engineering support or support on inspection, maintenance, and construction methods and/or procedures, LCRA and Customer may enter into a separate agreement. d.This agreement does not include project implementation costs. e.This agreement does not include NERC or ERCOT compliance related matters, such as retention of objective evidence. LCRA specifically acknowledges and agrees that the Customer requires the Deliverable information described herein to meet five (5) year demand levels and that the provision of the Deliverable to the Customer is time-sensitive. Accordingly, LCRA agrees that the Deliverable shall be provided to the Customer no later than sixty (60) months after execution of this Agreement. III.Confidential Work Product Software, data, computer models, maps, graphical products and other products used to produce the Deliverable under this Agreement have been developed by LCRA at considerable expense, and shall be considered competitive, proprietary information belonging to LCRA. Customer has the right to request certain data from LCRA and LCRA has the obligation to provide certain data (or equivalent); however, at LCRA's discretion, certain data, if related to LCRA’s products or materials which were used to produce the Deliverables, will be kept as proprietary information belonging to LCRA and not distributed to any Customer. The Deliverable, and all related information described herein, to be provided to the Customer pursuant to the terms of this Agreement, shall be the property of the Customer and the Customer, in its sole discretion, may use, copy or distribute the Deliverable. 691 Item 9. Statement of Work for Surveying and Mapping Services ELECTRICAL SYSTEM VISUAL INSPECTION (ESVI) SERVICES Revised: September 2021 GENERAL DESCRIPTION Lower Colorado River Authority will provide visual inspection and mapping services of the customer distribution system. Visual inspection field data acquisition, data compilation, and mapping will be performed by LCRA employees. SCOPE OF WORK Visually inspect the distribution system: make record of the size, type, general location (non-GPS), and general condition of each inspected element, both overhead and underground o Inspected elements include, but are not limited to: poles, crossarms, lines/conductor, transformers, pad mount transformers, regulators, capacitors, switches, air break switches, fuse cutouts, street lights, reclosers, etc. Identify and record deficiencies: make record of element, deficiency, and location o Deficiencies include, but are not limited to: poles: bottom and top rot, woodpecker holes, top splitting, shell rot, leaning/bowing; crossarms intact; missing hardware; leaking fluid; rusting; underground cabinets are secure and free of vegetation and debris; elements operating “normally” Poles will be “sounded” (hit with hammer) 6 inches above ground level for indications of bottom rot Identify and record elements needing immediate attention Identify and record vegetation management areas: make record of location and attention need o Immediate attention includes: limbs resting on lines, ivy climbing poles and around elements, etc. o Regular attention includes: limbs nearing lines, wind blowing limbs into lines, etc. Compile and transfer visual inspection field data and records into mapping software Create deliverables Meet with customer to deliver and discuss results of inspection Electrical System Visual Inspection (ESVI) services provided are not intended to be a statement of serviceability of any particular element in the distribution system LCRA will provide: staff, tools, and materials necessary to perform the outlined scope of work and create the deliverables DELIVERABLES Map book to include: o Coversheet with map index, legend, and scale o Distribution system mapped at the primary and secondary circuit level o Each element mapped graphically in relation to streets, water features, parks, railways, and other elements included in the ESRI provided basemap o Callout boxes denoting deficiency o Symbols indicating areas of vegetation management o Format: hard copy paper & .pdf ArcGIS data, of line work and points, is available upon request 692 Item 9. CUSTOMER SERVICES CONTRACT Rev. 06.23.20 1.Agreement. This Customer Services Contract, including these terms and conditions, the Project Proposal, and any other documents attached hereto (collectively, the “Contract”), contains the entire agreement and understanding between LCRA and Customer with respect to the subject matter of this Contract and supersedes any and all prior or contemporaneous oral and written agreements and understandings regarding the defined scope of services. Additional terms and conditions on Customer's forms (including those accompanying any purchase order, invoice or payment) are a material alteration of this Contract and are rejected and null and void unless expressly agreed to by LCRA in writing. In the case of any conflicts between the terms of this Contract and the terms of any applicable Customer form, the terms of this Contract will control. 2.Services. LCRA will perform services for the Customer as detailed in the Scope of Services section of the Project Proposal (“Services”). Customer will review and respond as appropriate to all reports, studies, recommendations, requests and other submissions of LCRA so as not to delay the performance of the Services. 3.Notices. Correspondence, notices and invoices will be in writing and mailed or delivered to the other party as identified in the Customer and LCRA Contact sections of the Project Proposal, or at such other address as a party may from time to time designate in writing. All notices, correspondence or invoices will be effective upon receipt. 4.Changes Orders. Changes in the scope of the Services may only be made by written agreement of the Customer and LCRA. Verbal changes will not be given or accepted, except in cases of emergencies which pose a risk of personal injury or property damage, and such changes will be followed up with a written confirmation as soon as practicable. 5.Term; Termination. This Contract will commence on the date of the last signature by the parties (“Effective Date”) and will govern LCRA’s performance of the Services. Either party may terminate this Contract for its convenience at any time by providing written notice to the other party. In the event of such termination, Customer will pay LCRA for all Services performed up to the date of termination, plus (in the case of termination by Customer) any cancellation charges or other termination expenses as may be reasonably identified by LCRA. 6.Costs; Invoicing. As compensation for the Services, Customer will pay LCRA in accordance with one of the following, as identified in the Price section of the Project Proposal: (a)All (i) direct costs incurred by LCRA in performing the Services, including, (1) costs for materials and supplies, (2) labor costs, including salary and benefits, paid to LCRA employees, (3) travel, meal and lodging expenses reimbursed or paid on behalf of LCRA employees within established LCRA expense guidelines, and (4) any third party costs, plus (ii) indirect costs that LCRA normally applies to Services of this nature, including general and administrative costs and other internal expenses and contributions; or (b)A fixed price. Any changes to the scope of the Services may require an increase in the fixed price. Such change to the scope and the correlating fixed price will be agreed to in writing by the parties. LCRA may invoice Customer for progress payments for the Services completed to date during the term of this Contract. All payments by Customer under this Contract will be due and payable within 30 days after receipt of invoice. If payment is not timely made, interest will accrue on the unpaid balance at the lesser of the maximum lawful rate, or one percent per month, from the due date until paid. 7.Warranty; Disclaimer. (a)During the term of this Contract, and for a period of 30 days after completion of the Services, LCRA will correct or re- perform any Services not conforming to the requirements of this Contract. Upon completion of the Services, LCRA will assign to Customer all contractor, manufacturer and supplier warranties related to the Services, to the extent LCRA has the right to do so. After such assignment, LCRA will have no continuing obligations to Customer with respect to the good or service to which the warranty applies, and Customer will look solely to the applicable contractor, manufacturer or supplier for relief regarding any claims or remedies, whether based on a warranty or otherwise. (b)Any law, code or standard referenced in this Contract will refer to the version of such law, code or standard in effect as of the Effective Date. (c)THE WARRANTIES CONTAINED IN THIS SECTION 7 ARE EXCLUSIVE AND IN LIEU OF ALL OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING ANY IMPLIED WARRANTY OF MERCHANTABILITY, FITNESS FOR A PARTICULAR PURPOSE, OR GOOD AND WORKMANLIKE PERFORMANCE, AND LCRA’S OBLIGATION UNDER SECTION 7(A) IS CUSTOMER'S SOLE AND EXCLUSIVE REMEDY FOR ANY BREACH OR LIABILITY OF LCRA ARISING UNDER THIS CONTRACT. 8.Environmental Conditions. Prior to LCRA starting any Services on-site, Customer will provide documentation that identifies the presence and condition of any hazardous materials or environmental conditions existing in or about Customer’s equipment or the site that LCRA may encounter while performing the Services, and will keep LCRA informed of changes in any such conditions. If LCRA encounters hazardous materials in Customer’s equipment or on-site, LCRA is not obligated to perform any Services affected by the hazardous conditions. Customer will indemnify and hold LCRA, its affiliates and their respective directors and employees, harmless for any and all claims, damages, losses, and expenses arising out of or relating to any hazardous materials which are or were (i) present in or about Customer’s equipment or the site prior to the commencement of LCRA’s work, (ii) improperly handled or disposed of by Customer or Customer’s employees, agents, contractors or subcontractors, or (iii) brought, generated, produced or released on-site by parties other than LCRA. 9.Schedule. Unless otherwise expressly stated in the Contract documents, time is not of the essence and LCRA will not be liable to Customer for any damages arising out of LCRA’s delay in providing the Services, including any failure to meet schedules contained in this Contract. 10.Force Majeure. Neither party will be responsible or liable for any delay or failure in its performance under this Contract to the extent such delay or failure is caused by conditions or events of Force Majeure. The term “Force Majeure” means causes or 693 Item 9. CUSTOMER SERVICES CONTRACT Rev. 06.23.20 events beyond the reasonable control of, and without the fault or negligence of the party claiming Force Majeure, including (to the extent satisfying the foregoing requirements) (i) acts of God or sudden actions of the elements such as floods, earthquakes, hurricanes, tornadoes, ice storms, or wildfires; (ii) terrorism; war; riots; blockades; insurrection; strike at a regional level; labor disruption at a regional level (even if such difficulties could be resolved by conceding to the demands of a labor group); (iii) any action by a governmental or regulatory entity, including ERCOT or the PUCT; and (iv) pandemic, including the current Coronavirus Disease 2019 outbreak. 11.LIMITATION OF LIABILITY.THE TOTAL LIABILITY OF LCRA ARISING OUT OF THIS CONTRACT AND THE SERVICES WILL NOT EXCEED AN AMOUNT EQUAL TO THE FEES PAID TO LCRA UNDER THIS CONTRACT, AND LCRA WILL NOT BE LIABLE FOR INDIRECT,PUNITIVE,INCIDENTAL,SPECIAL,OR CONSEQUENTIAL DAMAGES, INCLUDING LOST PROFITS.IN NO EVENT WILL ANY OFFICER, DIRECTOR, EMPLOYEE OR AFFILIATE (OR AFFILIATE'S OFFICER, DIRECTOR OR EMPLOYEE) OF LCRA BE LIABLE TO CUSTOMER UNDER THIS CONTRACT, AND CUSTOMER'S SOLE RECOURSE UNDER THIS CONTRACT WILL BE AGAINST LCRA AND NOT AGAINST SUCH OTHER PERSONS.THE LIMITATIONS ON LIABILITY AND REMEDIES IN THIS PARAGRAPH WILL APPLY REGARDLESS OF WHETHER THE LIABILITY OR CAUSE OF ACTION ARISES IN CONTRACT, WARRANTY, INDEMNITY, TORT (INCLUDING NEGLIGENCE), STRICT LIABILITY OR OTHERWISE.NOTHING IN THIS CONTRACT WILL BE CONSTRUED TO WAIVE LCRA'S GOVERNMENTAL IMMUNITY. 12.Amendment. This Contract may only be amended or modified through written agreement of the parties signed by an authorized representative of LCRA and by an authorized representative of the Customer. 13.Assignment. This Contract will be binding upon and inure to the benefit of the parties and their respective successors and assigns; provided, however, that neither party may assign this Contract, in whole or part, without the prior written consent of the other party. 14.Non-Waiver. No failure or delay on the part of a party to exercise any right or remedy will operate as a waiver of such right or remedy, nor will any single or partial exercise of any right or remedy preclude any further or other exercise of any such right or remedy. 15.Partial Invalidity. If any section or part of this Contract is declared invalid by any court of competent jurisdiction, the court's decree will not affect the remainder of this Contract, and the remainder of this Contract will remain in full force and effect with the deletion of the part declared invalid. 16.Choice of Law; Venue; Waiver of Jury Trial. This Contract will be governed by and construed in accordance with the laws of the State of Texas, without regard to conflict of law principles. Each party irrevocably consents and agrees that any legal action or proceeding arising out of this Contract will be brought exclusively in a court of competent jurisdiction in Travis County, Texas. LCRA AND CUSTOMER IRREVOCABLY WAIVE ALL RIGHT OF TRIAL BY JURY IN ANY ACTION, PROCEEDING OR COUNTERCLAIM ARISING OUT OF OR IN CONNECTION WITH THIS CONTRACT. 17.Ownership. Intellectual property and rights to intellectual property owned by any party on the Effective Date will remain the property of that party. All deliverables, including plans, drawings, designs, specifications, computer programs or applications photographs, studies, data, schedules, test readings, technical reports, and calculations developed or utilized by LCRA or its subcontractors which are developed and specified to be delivered under this Contract and which are paid for by Customer are the property of Customer, but subject to LCRA’s intellectual property rights. Customer recognizes that no deliverables will be suitable for reuse at any Customer facility or in connection with any project other than that for which the deliverable was prepared. LCRA DISCLAIMS LIABILITY FOR ANY REUSE OF THE DELIVERABLES ON ANY OTHER FACILITY OR PROJECT THAT IS DONE WITHOUT THE EXPLICIT, WRITTEN APPROVAL OF LCRA. 18.Confidentiality. "Confidential Information" means information marked or otherwise designated as “confidential” by a party. Confidential Information may only be used by the parties for purposes related to the performance of this Contract, and each party agrees not to disclose Confidential Information of the other party to any other person (other than its affiliates, and the party’s and affiliate’s respective employees and directors, or to contractors who agree to be bound by the provisions of this Section), provided that either party may disclose Confidential Information if and to the extent such disclosure is required by law (including the Texas Public Information Act). In the event a party is requested under law to disclose Confidential Information, such party will to the extent possible notify the other party within three business days of such request. 19.Municipally Owned Utilities. If Customer is a municipally owned utility, the following additional terms will apply: (a)This Contract is entered into under the authority of Chapter 791 of the Texas Government Code; (b)Customer pledges the revenues of its electric utility system to pay its obligations under this Contract. In addition, the amounts payable by Customer to LCRA under this Contract are operation and maintenance expenses as contemplated by Section 1502.056 of the Texas Government Code and, as a result, are a first lien against the revenues of Customer to secure the Customer’s payment obligations to LCRA hereunder. Customer agrees that it will not request Services for which funds have not been appropriated and are not available. (c)Payments made under this Contract (1) are based on cost recovery, (2) will fairly compensate LCRA for the Services, and (3) will be made from current revenues available to Customer. 20 Survival. Termination or expiration of this Contract will not relieve, reduce, or impair any rights or obligations of a party which expressly or by implication survive termination or expiration of this Contract. Without limiting the generality of the foregoing, the following sections will survive the termination or expiration of this Contract: Costs; Invoicing, Warranty; Disclaimer, Environmental Conditions, Schedule, Limitation of Liability, Choice of Law; Venue; Waiver of Jury Trial, Ownership, Confidentiality, and Municipally Owned Utilities. 694 Item 9. CITY COUNCIL COMMUNICATION DATE: January 3, 2023 FROM: Jim Bolz, Public Works Director AGENDA ITEM: Consideration and possible action on the relocation of a 6” water line by Rangeline Utility Services, LLC located at 701 N. Stemmons and authorize the City Manager to execute agreement. SUMMARY:  It was discovered during construction that the existing 6” water line, between QuickTrip and Chicken Express location, is not entirely within boundaries of the easement  Representatives from QuickTrip have requested that the 6” line be removed from their property  Requested quotes from Rangeline Utility Services, LLC, Tri Dal, LTD, and Mabak Directional Drilling and four Historically Underutilized Businesses o Rangeline Utility Services, LLC and Tri Dal, LTD were the only companies to submit quotes o Rangeline Utility Services, LLC submitted the most economical price to move this 6” line FISCAL INFORMATION: Budgeted: No Amount: $42,144.00 GL Account: 50-5360 RECOMMENDED MOTION OR ACTION: Staff recommends approval ATTACHMENTS:  Quotes and accompanying email for relocation of 6” water line 695 Item 10. 696 Item 10. 697 Item 10. 698 Item 10. 699 Item 10. 700 Item 10.