Loading...
HomeMy WebLinkAboutC2016-186 - 1/19/2016 - Approved _ 1 , 2016-186 1/19/16 M2016-007 Berry Contracting dba Bay Ltd 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 19,2016,is between the City of Corpus Christi (Owner)and Berry Contracting, LP dba Bay Ltd. (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Runway 18 MALSR Station 12 and 14 Access Safety Improvements Re-Bid Project No.E11046B This project includes paving,drainage and traffic safety improvements for the access to and work sites for Runway 18 MALSR Stations 12 and 14.This project does not include any work within airport property,but is located within the immediate vicinity of said MALSR stations (with operating equipment for Runway 18 landing approaches).Construction of this project will be coordinated with TXDOT,FAA and CCIA to ensure compliance with all applicable requirements.The paving includes approximately 1400 square yards of concrete pavement and 300 linear feet of new and relocated concrete safety barrier.290 linear feet of concrete drainage flume is included as an additive alternate bid item. ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: KSA Engineers 8875 Synergy Drive McKinney,Texas.75070 2.02 The Owner's Authorized Representative for this Project is: Phil Boehk,P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Road,Building#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 days after the date when The Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 120 days after the date when the Contract Times commence to run. Agreement 00 52 23-1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements(Re-Bid)Project No.E11046BREvo3-23.2ois INDEXED B. Milestones, and the dates for completion of each, are as defined in SECTION 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 0135 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached SECTION 00 30 01 BID FORM EXHIBIT A. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ 523,153.00 ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re -Bid) Project No. E11046BREvo3-23-lois 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 90 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and Tess set -offs determined in accordance with Paragraph 15.01 of the General Conditions. 644: E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re -Bid) Project No. E11046BREvo3-23-zois C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 1. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re -Bid) Project No. E11046BREvo3-23-2ois si .{ L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR —Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; D. CITY SECRETARY for the City. Agreement 00 52 23 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re -Bid) Project No. E11046BREvo3-23-2oss ATTEST Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: CITY OF CO' ',CJ_T' ISTI net L. Kellogg Assistant City Attorney .H. Edmonds, P.E. Director of Engineering Services _i_�i 1_ U IFiUK LL 191(3Y COUNCIL l ....._ SECRETARY ATTEST (IF CORPORATION) CONTRACTOR BerryContracting, LP dba Bay, Ltd (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: 1414 Valero Way Address Mgr_ Agreement 00 52 23 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re -Bid) Project No. E11046BREv03-23-2o15 Corpus Christi, TX 78409 City 361/299-3721 State Zip Phone Fax EM ail END OF SECTION Agreement 00 52 23 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re -Bid) Project No. E11046BREvo3-23-2ois 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by Corpus Christi International Airport (type or print name of company) on: Wednesday, July 29, 2015 at 2:00 p.m. for Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B. 1.02 Submit Bids, Bid Security, and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at https://www.civcastusa.com. 1.03 If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Ack owledging Receipt 4 - 7//67zos. Bid Acknowledgement Form 00 30 00 - 1 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV03.10.2015 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form 00 30 00 - 2 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E1104613 REV 03-10-2015 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ S23153,00 Add / Deduct Alternate 1 $ 13� o S O, 00 The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the greatest amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all Bid Acknowledgement Form 00 30 00 - 3 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV03.10.2015 irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive, or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 4516 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 90 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 120 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 --ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 00 11 16 INVITATION TO BID, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. Bid Acknowledgement Form 00 3000 - 4 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 ARTICLE 8 — DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 — VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 —SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 00 30 00 - 5 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E1104613 REV 03-10-2015 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: BAY LTD. (typed or printed full legal name of Bidder) By: - C- (individual's signature) Name: Title: Attest: JON LENTZ (typed or printed) ESTIMATING MANAGER (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: 361-299-3721 (individual's signature) TEXAS 74-2982901 Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 Email: lentzj@bayltd.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 00 30 00 - 6 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 00 30 01 BID FORM VV JV Vi view Project Name: . v..... Runway 18 MALSR Station 12 & 14 Safety and Site Improvements Project Number: E11046B Owner: City of Corpus Christi Bidder: Berry Contracting, L P dba Bay Ltd. OAR: Mobilization Designer: KSA Engineers Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization L.S. 1 $ 50,000.00 $ 50,(*•00- A2 Embankment in Place C.Y. 190 $ 110.08 $ 20,900.00- A3 Unclassified Excavation C.Y. 10 $ 250.00 $ 2,500.00 _ A4 Sawcut at Existing Asphalt Pavement Edge L.F. 550 $ 6.10 - $ 3,355.00 - A5 8" Lime Stabilized Subgrade S.Y. 2000 $ 7.80 - $ 15,600.00_ A6 Hydrated Lime for Stabilized Subgrade Ton 41 $ 310.00 $ 12,710.00 A7 Remove Aggregate Base Material and Spread Along Pavement Edge S.Y. 556 $ 23.OQ $ 12,788.00 A8 Furnish and Install 5" concrete Pavement (within MALSR Sites) S.Y. 1050 $ 110.00 $ 115,500.00 A9 Furnish and Install 6" Concrete Pavement (for Turnlanes) S.Y. 351 $ 120.Q0 $ 42,120.00 - A10 Install Concrete Safety Barrier Foundation as shown and specified L.F. 300 $ 86.00 $ 25,800 00 All Remove Existing Concrete Barrier Foundation L.F. 150 $ 44MQ $ 6,600.04 Al2 Furnish and Install New and Salvaged Precast Concrete Barrier L.F. 300 $ 130,00 $ 39,000.00 A13 Relocate Salvaged REACT Barrier L.S. 1 $ 11,800.00 $ 11,800.00- A14 Install Rumble Strips LF. 720 $ 15.00 $ 10,800.00. A15 Install Rock Construction Entrance EA. 1 $ 6,000.00 $ 6,000.00 - A16 Install Temporary Sediment Control Fence L.F. 650 $ 8.00 - $ 5,200.00- A17 'Remove. Salvage and Reinstall Existing Road Sign EA. 5 $ 1,500.00 $ 7,500.00 _ A18 Furnish and Install 4" Topsoil on Disturbed Areas L.S. 1 $ 17,000.00 $ 17,000.00.. Bid Form Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements - Proj. No. E11046B ADDENDUM 1 ATTACHMENT 1 PG 1 OF 2 )age 1 of 2 REV 03.23w15 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A19 Furnish and Install Sod as shown and specified S.Y. 2200 $ 5.90 $ 12,980.00 A20 Adjust Utility Box EA. 2 $ 4,800.00 $ 9,600.00 A21 Storm Water Pollution Prevention Plan (SWPPP) Document L.S. 1 $ 5,400.00 $ 5,400.00- A22 Re -Stripe Yellow Stripes on Sta 14 L.S. 1 $ 8,500.00 $ 8,500.00- A23 Barricades, Signs, and Traffic Handling L.S. 1 $ 67,500.00 $ 67,500.00 A24 Temporary Crash Barrier L.S. 1 $ 14,000.00 $14,000.00 - SUBTOTAL PART A - GENERAL (Items Al thru A23) $ 523,153.00 Part 1 -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 90 days 11 'Install 3' Wide Concrete Flume for Station 14 I L.F. 290 I $ 45.007 $ 13iQl410:_ SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1$- tafy{ �}� t'I��V V! BID SUMMARY ITOTAL PROJECT BASE BID (PART A) 1 $ 523,153.00 (SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1 $ 13,050.00 [TOTAL PROJECT ADDITIVE ALTERNATE NO. 1 (PART I) I $ 536,203.00 Contract Times Bidder agrees to reach Substantial Completion in 90 days Bidder agrees to reach Final Completion in 120 days Bid Form Runway 18 MAISR Station 12 and 14 Access Safety and Site Improvements - Proj. No. E11046E ADDENDUM 1 ATTACHMENT 1 PG 2 OF 2 Page 2 of 2 REV 03.21.201S 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: "a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident's principal place of business is located." "Nonresident bidder" refers to a person who is not a resident of Texas. "Resident bidder" refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Nir Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: Phone: BAY LTD. (typed or printed) E •C.4- r.-. c) r, 1N/1 r. (signature -- attach evidence/' authoiy to sign) JON LENTZ (typed or printed) ESTIMATING MANAGER BAY LTD. 1414 VALERO WAY CORPUS CHRISTI. TX 78409 361-693-2100 Email: lentzj@bayltd.com END OF SECTION Compliance to State Law on Nonresident Bidders Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E110466 003002-1 11-25-2013 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE CONFLICT OF INTEREST QUESTIONNAIRE FORM CIQ For vendor or other person doing business with local governmental entity This questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person 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 person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. OFFICE USE ONLY Date Received ,J Name of person who has a business relationship with local governmental entity. il %A J filing authority not incomplete or inaccurate.) Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate later than the 7th business day after the date the originally filed questionnaire becomes 3 Name of local government officer with whom filer has employment or business relationship. NamA with whom the filer has an Code. Attach additional other than investment income, from or at the not received from the local respect to which the local in this section. e of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer employment or other business relationship as defined by Section 176.001(1-a), Local Government pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income. other than investment direction of the local government officer named in this section AND the taxable income is governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named Li j Ilk - — = L••- ts- Signet,: of person doing business with the governmental entity Date Adopted 06/29/2007 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BVZTI Y = PURCI-IASING DIVISION City of Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112_ as amended. requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side lor Filing Requirements. Certifications and definitions. COMPANY NAME: BAY LTD. P. O. BOX: P.O. BOX 9908 ZIP 78469 STREET ADDRESS: 1414 VALERO WAY FIRM IS: 1. Corporation 4. Association CITY: 8 2. 5. Partnership V Other CORPUS CHRISTI ZIP: 78409. 3. Sole t )caner ❑ DISCLOSURE QUESTIONS If additional space is necessary. please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee' of the City of Corpus Christi haying an "ownership interest' constituting 3% or more oldie ownership in the above named "firm." Name Job Title and City Department (if known) 2. State the names of each "official" of the City of Corpus Christi haying an "ownership interest' constituting 3% or more of the ownership in the above named "firm." Name ttlA Title 3. State the names of each "board member" of the City of Corpus Christi having an "ownership interest" constituting 3% or more of the ownership in the above named "firm," Name N/A Board, Commission or Committee 4. State the names of each employee or officer of a "consultant' for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named "firm." Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the [natter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: JON LENTZ (Type ont) Signature of Certifying Person: Title: ESTIMATING MANAGER 1 I)atc: 7/29/2015 SttyY-•�`A,i—mgr. DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c."Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust. and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division I -leads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firrn, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 00 30 06 NON -COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: BAY LTD. By: (typed or printed) s " - .t W-. 442. rtqq \\I\ • (signature -- attach eviden2c�authi�rit Name: JON LENTZ of y to sign) (typed or printed) Title: ESTIMATING MANAGER Business address: BAY LTD. Phone: 1414 VALERO WAY CORPUS CHRSITI, TX 78409 361-693-2100 Email: Ientzj@bayltd.com END OF SECTION Non -Collusion Certification Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 003006-1 11-25-2013 orms provided by Texas Ethics Commission www. et h i cs. state. tx. us Version V1.0.34416 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2016-7762 Date Filed: 02/01/2016 Date Acknowledged: ,:i` GCX the contract, and pro e a 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Bay Ltd. Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify description of the goods or services to be provided under the contract E11046B Runway 18 MALSR Station 12 and 14 Access Safety & Site Improvements ReBid 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. X 6 AFFIDAVIT `,,000mIIIN4fto 40 A it i SO I I.Z.�I.A--- ry: z t 9 .'` 0 Of ! AFFIX NOyA Ai i G9�i'�� E •• Sworn t?and subs b@ iiggiaruMe, by the said I swear, or affirm, under penaltyof perjury,that the above disclosure is true and correct. 1. S./-,t.-.a/i n0, �tt• Si natur�uthorized agent of contractin usiness entity I t Fkua ✓}/ o n �e� �� this the Y day of 20 I , to certify which, witness my hand and seal of office. B-dl4d,,t_ R. L-e (/r/yldt Adinito:_ctittliveitisysk, ,,,.-/:,1 �� • iotroL Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath orms provided by Texas Ethics Commission www. et h i cs. state. tx. us Version V1.0.34416 00 61 16 PAYMENT BOND BOND NO. 929592846 Contractor as Principal Name: Berry Contracting, LP dba Bay, Ltd. Mailing address (principal place of business): 1414 Valero Way Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E11046B Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements ReBid Award Date of the Contract: January 19.2016 Contract Price: $523,153.00 Bond Date of Bond: JANUARY 27, 2016 (Date of Bond cannot be earlier than Award Date of Contract) Surety Name:CONTINENTAL CASUALTY COMPANY Mailing address (principal place of business): 5151 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: ILLINOIS By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-513-6301 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name:SWANTNER & GORDON INS AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address:memoore@higginbotham.net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form CO 61 16 -1 #E11046B Runway 18 MALSR Sta 12 & 14 Safety/Site Impr ReBid 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contrac r as Principal Signature: Surety Signature: `�,,/,, y �� _2,,, ��,e Name: 70 L .a.., Z . Name: MARY/ LEN MOORE Title: L .....\-.vim. S. 4-, req 3 �- , Title: ATTORNEY TN FACT Email Address: L 32,„,Lz j,Q T.,Li- C-. . Email Address: Q mmoore(�higainbotham,net (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form ;;E11046B Runway 18 MALSR Sta 12 & 14 Safety/Site Irnpr ReBid 006116-2 7-8-2014 00 6113 PERFORMANCE BOND BOND NO. 929592846 Contractor as Principal Name: Berry Contracting, LP dba Bay, Ltd. Mailing address (principal place of business): 1414 Valero Wav Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: #E11046B Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements ReBid Award Date of the Contract: January 19, 2016 Contract Price: $523,153.00 Bond Date of Bond: JANUARY 27 , 2016 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name:CONTINENTAL CASUALTY COMPANY Mailing address (principal place of business): 5151 SAN FELIPE, SUITE 1800 HOUSTON, TEXAS 77056 Physical address (principal place of business): SAME Surety is a corporation organized and existing under the laws of the state of: ILLINOIS By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 713-513-6301 Telephone (for notice of claim): SEE ATTACHED Local Agent for Surety Name: SWANTNER & GORDON INS AGENCY LLC Address: 500 N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Address: memoore@higginbotham. net The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 00 6113 -1 #E11046B Runway 18 MALSR Sta 12 & 14 Safety/Site Impr ReBid 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Signature: Surety Signature:_ 1/ • _ � L I LName: 7O p, e..." 4 Z Name: MA ° ' LL EN MOORE Title: C. S�-‘,,,,.. �4-M, „4 a4-. Title: ATTORNEY IN FACT Email Address: L ,,,,, .c.Z, 3 8 13 .f(..`�-A. Com,,,.., Email Address: memoore@higginbotham.net I (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond #E11046B Runway 18 MALSR Sta 12 & 14 Safety/Site Impr ReBid 006113-2 7-8-2014 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Tami J Duncan, Steve Addkison, Cathleen Hayles, Kerry Mc Intosh, Aaron J Endris, Individually of Corpus Christi, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 18th day of June, 2015. Continental Casualty Company National Fire Insurance Company of Hartford American Cass 1ty Company of Reading, Pennsylvania Paul T. Bruflat F Vice President State of South Dakota, County of Minnehaha, ss: On this 18th day of June, 2015, before me personally came Paul T. Bruflat to me known, who, being by me duly sworn, did depose and say: that he resides in the City of Sioux Falls, State of South Dakota; that he is a Vice President of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company described in and which executed the above instrument; that he knows the seals of said insurance companies; that the seals affixed to the said instrument are such corporate seals; that they were so affixed pursuant to authority given by the Boards of Directors of said insurance companies and that he signed his name thereto pursuant to like authority, and acknowledges same to be the act and deed of said insurance companies. • S. ETCH : KOT*RY wtsuC al :NOM/SOUTH DAKOTA • My Commission Expires February 12, 2021 S. Eich CERTIFICATE EWA o Public �*Y I, D. Bult, Assistant Secretary of Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company do hereby certify that the Power of Attorney herein above set forth is still in force, and further certify that the By -Law and Resolution of the Board of Directors of the insurance companies printed on the reverse hereof is still in force. In testimony whereof I have hereunto subscribed my name and affixed the seal of the said insurance companies this 27TH day of JANU RY , 2016 • Form F6853-4/2012 • Continental Casualty Company r * C_, ' J e 1 • National Fire Insurance Company of Hartford ,t American Casualty Company .of Reading, Pennsylyania D. Bult istant SecFAary 1: • Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the doaiments, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the doaiments, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading, Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of 1ilce nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60804 Telephone: (312) 822-5000 You may also-vertbe to CNA Surety at P.O. Box 1056, Houston, Tema 77251-1068. You may contact the Texas Department of Insurance to obtain Information on companies, coverages, rights of complakts at 1400-252-3439 You may atso write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512-475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a dispute concerning your premium or about a Bairn you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice Is for information only and does not become a part or condition of the attached documents. ACORO® `G CERTIFICATE OF LIABILITY INSURANCE DATE (MMroD/YYYY) 11DATE(M 6 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(les) must 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 Higginbotham Insurance Agency, Inc. dba Swantner & Gordon Insurance Agency, LLC PO Box 870 Corpus Christi TX 78403 CONTACT Nicole Brummett Sistrunk NAME; PHONEFAX E,rtI. 361-883-1711 (A/C. No): 361-844-0101 A L E-MADDRESS nbrummett@higginbotham.net INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A :ACE American Insurance Company 22667 INSUREDBERRYI3 Berry Contracting, LP •// dba Bay, Ltd. P.O. Box 4858 Corpus Christi TX 78469-4858 INSURER B :ACE Property & Casualty Insurance C 20699 INSURER c :Indian Harbor Insurance Company 26940 INSURER o:AGCS Marine Insurance Company 22837 INSURER E : 52,000,000 INSURER F : 5100,000 •1356186111 EVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES INDICATED. NOTWITHSTANDING ANY REQUIREMENT, CERTIFICATE MAY BE ISSUED OR MAY EXCLUSIONS AND CONDITIONS OF SUCH OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO TERM OR CONDITION OF ANY CONTRACT PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY THE INSURED NAMED ABOVE FOR THE POLICY PERIOD OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, PAID CLAIMS INSR LTR TYPE OF INSURANCE DDL NSD SUBFF WVD POLICY NUMBER POLICY EFF fMM/DDIYYYYI POLICY EXP (MMIDDIYYYY) LIMITS A x COMMERCIAL GENERAL LIABIUTY HDOG27393147 5/20/2015 5/20/2016 / V EACH OCCURRENCE 52,000,000 DAMAGE TO PREMISES EaENTED occurrence) 5100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) 510,000 PERSONAL & ADV INJURY 52,000,000 GENERAL AGGREGATE $ 10,000,000 GEM. X AGGREGATE LIMIT APPLIES PER: POLICY ,IECT LOC OTHER: PRODUCTS - COMP/OP AGG 55,000,000 5 A AUTOMOBILE X - X UABIUTY ANY AUTO ALL OWNED HIRED TSAUTOS MCS -90 _ V SCHEDULED OS NON -OWNED AUTOS ISAH08856886 5/20/2015 5/20/2016 J COMBINED SINGLE LIMIT (Ea accident} 5 ' 2 000,000 BODILY INJURY (Per person) $ BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ S B X UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE X00G27320715 5/20/2015 5/20/2016/ V EACH OCCURRENCE 525,000,000 7 525,000,000 AGGREGATE $ DED X RETENT ON S25,00 A WORKERS COMPENSATION AND EMPLOYERS' UABIUTY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YNN N / A WLRC48149935 5/20/2015 5/20/2016 OTH- X PER ER E.L. EACH ACCIDENT 52.000,000 E.L. DISEASE - EA EMPLOYEE 52,000,000 E.L. DISEASE - POLICY LIMIT 52,000,000 C D Contractors Pollution Contractors Equipment CPL742031902 MXI93045861 5/20/2015 11/1/2015 5/20/2016 11/1/2016 Pollution Condition $25,000,000 Pollution Aggregate $25,000,000 CE - Leased/Rented $2,000,000 DESCRIPTION OF OPERATIONS 1 LOCATIONS 1 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached If more space Is required) See Attached... CELLATION I City of Corpus Christi PO Box 9277 Corpus Christi TX 78469-9277 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 ACORD 25 (2014101) @ 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACO AGENCY CUSTOMER ID: BERRYI3 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Berry Contracting, LP dba Bay, Ltd. P.O. Box 4858 Corpus Christi TX 78469-4858 PDUCY NUMBER CARRIER NAIC CODE EFFECTIVE DATE: ADDITIONAL REMARKS THIS ADDITIONAL REMARKS FORM IS A SCHEDULE TO ACORD FORM, FORM NUMBER: 25 FORM TITLE: CERTIFICATE OF LIABILITY INSURANCE General Liability policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Owners, Lessees or Contractors - Scheduled Person or Organization CG2010 10/01, and Additional Insured - Owners, Lessees or Contractors - Completed Operations CG2037 10/01. The General Liability policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others To Us CG2404 05/09. The General Liability policy includes a primary and non-contributory endorsement - Non -Contributory Endorsement For Additional Insureds Form LD -20287 (06/06) only when there is a written contract requiring such, and Construction Project(s) General Aggregate Limit LD -21732 (01/07) - $5,000,000 Aggregate Per Project. The General Liability policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative ALL -32686 (01/11). Auto policy includes a blanket automatic additional insured endorsement that provides additional insured status to others only when there is a written contract between the insured and certificate holder that requires such status. Additional Insured - Designated Persons or Organizations DA-9U74b (06/14). The Auto policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Transfer of Rights of Recovery Against Others DA -13115a (06/14). The Auto policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder as required by written contract except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative ALL -32686 (01/11). The Auto policy includes Non -Contributory Endorsement for Additional Insureds only when there is a written contract executed prior to the date of loss -Form DA -21886b (06/14). Commercial Umbrella Liability Policy Form #XS -20835 (08/06) includes the following in regards to who is an insured: Any person or organization, if insured under "underlying insurance", provided that coverage proved by this policy for any such Insured will be no broader than coverage provided by the "underlying insurance". The Commercial Umbrella Liability Policy Form #XS -20835 (08/06) includes Transfer of Rights of Recovery Against Others to Us - If you or the insurer of "underlying insurance" waive any right of recovery against a specific person or organization for damages as required under an "insured contract", we will also waive any such rights we may have against such person or organization provided that the "bodily injury" or "property damage" occurs subsequent to the execution of the "insured contract". Policy contains Primary and Non -Contributory Endorsement Form MS -42488 08/15 where the "insured" has entered into a written contract that specifically requires that this insurance apply on a primary, non-contributory basis. otters Compensation policy includes a blanket automatic waiver of subrogation endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Waiver of Our Right to Recover From Others Endorsement WC000313 11/05 & Texas Waiver of Our Right to Recover From Others Endorsement WC420304B (06/14). The Workers Compensation policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement WC000106A 0492, Outer Continental Shelf Lands Act Coverage Endorsement WC000109C (01/15), Maritime Coverage Endorsement - Limits of Liability $2,000,000 Each Accident/Aggregate, and includes Transportation, Wages, Maintenance & Cure WC000201 B (01/15), Voluntary Compensation Employers Liability Coverage Endorsement WC000311A (08/91) & Voluntary Compensation Maritime Coverage Endorsement WC000203 (4/84), and a blanket automatic alternate employer endorsement that provides this feature only when there is a written contract between the insured and certificate holder that requires it. Alternate Employer Endorsement WC000301A (Ed 02/89) & Alternate Employer Endorsement WX000301 (04/84). The Workers Compensation policy includes an endorsement providing that 30 days notice of cancellation will be furnished to the certificate holder except 10 days notice of nonpayment of premium. Notice to Others Endorsement — Schedule Notice by Insured's Representative WC 99 03 69 (01/11). Contractors Equipment includes Blanket Additional Insured and/or Loss Payees Endorsement — Written Agreement - Endorsement 009. Project: E11046B Runway 18 MALSR Station 12 and 14 Access Safety & Site Improvements ReBid ACORD 101 (2008/01) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: iHDOG27393147 COMMERCIAL GENERAL LIABILITY CG 20 1010 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. 1 ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any Owner, Lessee or Contractor whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location: All locations where you are performing operations for such additional insured pursuant to any such written contract. (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) A. Section 11 — Who Is An Insured is amended to include as an insured the person or organization .shown in the Schedule, but only with respect to liability arising out of your ongoing operations performed for that insured. B. With respect to the insurance afforded to these additional insureds, the following exclusion is added: 2. Exclusions This insurance does not apply to "bodily in- jury" or "property damage" occurring after: CG20101001 (1) All work, including materials, parts or equipment furnished in connection with such work, on the project (other than service, maintenance or repairs) to be performed by or on behalf of the addi- tional insured(s) at the site of the cov- ered operations has been completed; or (2) That portion of "your work" out of which the injury or damage arises has been put to its intended use by any person or organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. O ISO Properties, Inc., 2000 Page 1 of 1 0 POLICY NUMBER: HD0G27393147 / COMMERCIAL GENERAL LIABILITY CG 20 37 10 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: J COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: .Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location And Description of Completed Operations: All locations where you perform work for such additional insured pursuant to any such written contract. Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section Il — Who Is An Insured is amended to include as an insured the person or organization shown in the Schedule, but only with respect to liability arising out of your work" at the location designated and described in the schedule of this endorsement performed for that insured and included in the "products -completed operations haz- ard". CG 20 37 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 0 POLICY NUMBER: HDOG27393147 i COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 J WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US Thls endorsement modifies Insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. Information required to complete this Schedule, if not shown above, will be shown In the Declarations. The following is added to Paragraph 8. Transfer Of Rights Of Recovery Against Others To Us of Section IV — Conditions: We waive any right of recovery we may have against the person or organization shown in the Schedule above because of payments we make for injury or damage arising out of your ongoing operations or "your work" done under a contract with that person or organization and included in the "products - completed operations hazard". This waiver applies only to the person or organization shown in the Schedule above. CG 24 04 05 09 © Insurance Services Office, Inc., 2008 Page 1 of 1 0 NONCONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Nth-ned Insured Berry GP, Inc. Endorsement Number Policy Symbol -, HDO Policy Number G27393147 Policy Period 05/20/2015 to 05/20/2016 Effective Date of Endorsement 05/20/2015 issued By (Name of insurance Company) ACE American Insurance Company Insert the policy number. The rernalnder of the information le to be completed only when this endorsement Is Issued subsequent to the preparation of the policy, THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. COMMERCIAL GENERAL LIABILITY COVERAGE Schedule Organization Any additional insured with whom you have agreed to provide such non-contributory insurance, pursuant to and as required under a written contract executed prior to the date of loss Additional Insured Endorsement (lf no information is filled in, the schedule she.!1 read: "All persons or entities added as additional insureds through an endorsement with the term "Additional Insured" in the title) For organizations that are listed in the Schedule above that are also an Additional Insured under an endorsement attached to this policy, the following is added to Section IV,4.a: If other insurance is available to an Insured we cover under any of the endorsements listed or described above (the °Additional Insured") for a loss we cover under this policy, this Insurance will apply to such loss on a primary basis and we will not seek contribution from the other insurance available to the Additional Insured. LD -20287 (06/06) Authorized Agent Page 1 of 1 CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named insured Berry GP, Inc. Endorsement Number Policy Symbol HDO Policy Number ✓ G27393147 Policy Period 05/20/2015 to 05/20/2016 Effective Date of Endorsernan: 05/20/2015 Issued ay (Name of Insurance Company) ACE American Insurance Company (Heart ►hs w„Iir.. w.....M.w T✓r16 I d came n er of the lnfcr[tisilon is to be comple'ed only Y�hen this endorse; next is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Subject to and eroding the General Aggregate Limit shown in the Declarations, for all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I), and for all medirai expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at your construction protects away from premises owned by or rented to you (such ongoing operations at such construction projects are hereinafter defined as "Your Projects"): 1. A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit is equal to $5,000,000 2. The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily Injury" or "property damage" included in the "products - completed operations hazard", and for medical expenses under COVERAGE C, which damages and medical expenses can be attributed only to "Your Projects", regardless of the number of: a. Insureds; b. Claims made or "suits" brought; or c. Persons or organizations making claims or bringing "suits". 3. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can be attributed to "Your Projects" shall reduce the Construction Project General Aggregate Limit and shall glso reduce and erode the General Aggregate Limit shown In the Declarations, - 4. The liwi •sfibwn iri'the.Deela�atibns for Each Occurrence, Fire Damage and Medical Expense continue to ap- • ply: HOWever, such limits will be subject to the Construction Project General Aggregate Limit, as well as the General Aggregate Limit shown in the Declarations. 8. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION I ), and for all medical expenses caused by accidents under COVERAGE C (SEC- TION I ), which cannot be attributed only to "Your Projects": 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products -Completed Operations Aggregate Limit, whichever is applicable; and 2. Such payments shall not reduce the Construction Project General Aggregate Limit. LO -21732 (01/07) Copyright, Insurance : 1 0 3s Office, Inc., 1996 Page 1 of 2 C. When coverage for liability arising out of the "products -completed operations hazard" is provided, any payments for damages because of "bodily injury" or "property damage" Included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If any one or more of "Your Projects" has been abandoned, delayed, or abandoned and then restarted, or if the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables, the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION 111 ) not otherwise modified by this endorsement shall continue to apply as stipulated. Authorized Agent LD -21732 (01/07) Copyright, Insurance S 1 1 •s Office, Inc., 1998 Page 2 of 2 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE. Named insured Berry GP, Inc. Endorsement Number Policy Symbol HDO Policy Number G27393147 Policy Period 05/20/2015 to 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Name at Insurance Company) ACE American Insurance Company i ne remainder or tre ntorrnation is to be completed only when this endorsement is Issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed In the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organlzation(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s), The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. G. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your represent the notice to the persons or organizations listed In the Schedul applicable to the Policy. You will cooperate with us in providing provide the Schedule. E. This endorsement does not apply In the event that you cancel the Policy. . fv-, and your at least 30 days e Schedule, or i All other terms and conditions of this Policy remain unchanged. ALL -32686 (011'11) epresentative will in turn send prior to the cancellation date causing your representative to Authorized Representative Page 1 of 1 ADDITIONAL INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named Insured Berry GP Inc. Endorsement Number Policy Symbol ISA Policy Number i H08856886 Policy Period 05/20/15 to 05/20/16 Effective Date of Endorsement 05/20/15 Issued By (Name of Insurance Company) ACE American Insurance Company nsert the policy number. The remainder of the Information 1s to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additional Insured(s): Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. A. For a covered "auto," Who Is Insured is amended to include as an "insured," the persons or organizations named in this endorsement. However, these persons or organizations are an "insured" only for "bodily injury" or "property damage" resulting from acts or omissions of: 1. You. 2. Any of your "employees" or agents. 3. Any person operating a covered "auto" with permission from you, any of your "employees" or agents. B. The persons or organizations named in this endorsement are not liable for payment of your premium. Authorized Representative DA-9U74b (06/14) Page 1 of 1 J WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured Berry GP Inc. Endorsement Number Policy Symbol ISA Policy Number / H08856886 ��"/// Policy Period 05/20/1510 05/20/16 Effective Date of Endorsement 05/20/15 Issued By (Name of Insurance Company) ACE American Insurance Company nsert the policy num or. The remainder of the 1n`orrnation is to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. This Endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM MOTOR CARRIERS COVERAGE FORM AUTO DEALERS COVERAGE FORM We waive any right of recovery we may have against the person or organization shown in the Schedule below because of payments we make for injury or damage arising out of the use of a covered auto, The waiver applies only to the person or organization shown in the SCHEDULE. SCHEDULE Any person or organization against whom you have agreed to waive your right of recovery in a written contract, provided such contract was executed prior to the date of loss. DA -13115a (40/14) Authorized Representative Page 1 of 1 I`NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Berry GP, Inc. Endorsement Number 9 Policy Symbol ISA Policy NumberPolicy M08856886 Period 05/20/2015 to 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued 8y (Name of Insurance Company) ACE American Insurance Company The remainder of the fnfcrmatlan is to be completed only when this endorsement Is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named In the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will Impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and velli not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, information that you or your representative may use. D. We will only be responsible for sending such notice to your representati the notice to the persons or organizations listed in the Schedule at 1 applicable to the Policy. You will cooperate with us in providing the Sc provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. Ali other terms and conditions of this Policy remain unchanged. ALL -32686 (01/1.1) nor are we responsible for any incorrect -, and your re ast 30 days • -dule, or resentative will In turn send for to the cancellation date causing your representative to Page lofI Workers' Compensation and Emp(overs' Llabitity Policy Named Insured BERRY GP, INC. P.O. BOX 4858 CORPUS CHRISTI TX 784694858048149935 Endorsement Number Policy Number Symho(: WLR Number: Policy Period 05/20/2015T0 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Name of Insurance Company) - ACE AMERICAN INSURANCE COMPANY insert the policy number. Tne remainder of the Information Is to be completed ohiy when this endorsement Is Issued subsequent to the preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSENIE Ni► We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the . extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement Is not applicable In KY, NH, and NJ. 931 WC 00 0313 (11/05) Ptd. U.S.A. Copyright 1982-83, National Council on Compensation Authorized Agent Workers' Compensation and Employers' Llabillty Polio Named Insured Berry GP Inc. Endorsement Number Policy Number Symbol.NLP Number. C48145935 Policy Period 05/20/2015 to 05/20/2016 TO Effective Date of Endorsement 05/20/2015 Issued By (Name of Insurance Company) ACE American Insurance Company insert the policy number. The remainder of the information is to be completed only when this endorsement Is Issued subsequent to the preparation of the policy. TEXAS WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown in item 3.A. of the Information Page. We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule, but this waiver applies only with respect to bodily injury arising out of the operations described in the Schedule, where you are required by a written contract to obtain this waiver from us. This endorsement shall not operate directly or indirectly to benefit anyone not named in the Schedule. The premium for this endorsement is shown in the schedule. Schedule 1 ( ) Specific Waiver Name of person or organization: ( xx ) Blanket Waiver Any person or organization for whom the Named Insured has agreed by written contract to furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: Authorized Representative WC 42 03 04B (06/14) ® Copyright 2014 National Council an Compensation Insurance, Inc. All Rights Reserved. - Workers' Compensatlon and Ern ulovors' Liability Polio Named Insured BERRY GP, INC. P.O. BOX 4858 CORPUS CHRISTI TX 784694858 • Endorsement Number Policy Number Symbol: WLR Number. C48149935 Policy Period 05/20/201570 05/20/2016 Effective Date of Endorsement 05/20/2015 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number. The remainder of the information Is to be completed only when this endorsement is issued subsequent to the preparaticn of the policy. NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced In this endorsement as provided by your representative is Intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown In the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, the notice to the persons or organizations listed in the Schedule at lea applicable to the Policy. You will cooperate with us in providing the Sch provide the Schedule. E. This endorsement dons not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. WC 99 03 69 (01/11) 945 yo► 30 day dule, or i representative will in turn send prior to the cancellation data causing your representative to Authorized Representative Page 1 of 1 CONTRACT DOCUMENTS FOR CONSTRUCTION OF Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements RE-BID E11046B KSA ENGINEERS 8875 Synergy Drive McKinney, TX 75070 Record Drawing Number AP 141 July 2, 2015 Table of Contents 00 01 00 - 1 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 00 01 00 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 11 16 Invitation to Bid (Rev 03/10/2015) 00 21 13 Instructions to Bidders (Rev 03/10/2015) 00 30 00 Bid Acknowledgment Form (Rev 03/10/2015) 00 30 01 Bid Form (Rev 03/23/2015) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 04 Conflict of Interest Questionnaire 00 30 05 Disclosure of Interest 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience 00 52 23 Agreement (Rev 03/23/2015) 00 61 13 Performance Bond (Rev 7/3/2014) 00 61 16 Payment Bond (Rev 7/3/2014) 00 72 00 General Conditions (Rev 3/23/2015) 00 72 01 Insurance Requirements (Rev 7/3/2014) 00 72 02 Wage Rate Requirements (Rev 03/11/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for Funding Agency 00 74 01 Access to Records and Reports 00 74 02 Affirmative Action Requirement 00 74 03 Breach of Contract Terms 00 74 04 Buy American Preference 00 74 05 Civil Rights – General 00 74 06 Civil Rights – Title VI Assurances 00 74 07 Clean Air and Water Pollution Control 00 74 08 Contract Workhours and Safety Standards Act Requirements 00 74 09 Copeland “Anti-Kickback” Act 00 74 10 Davis-Bacon Requirements 00 74 11 Debarment and Suspension (Non-Procurement) 00 74 12 Disadvantaged Business Enterprise 00 74 13 Energy Conservation Requirements Table of Contents 00 01 00 - 2 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 Division / Section Title 00 74 14 Equal Opportunity Clause and Specifications 00 74 15 Federal Fair Labor Standards Act 00 74 16 Lobbying and Influencing Federal Employees 00 74 17 Nonsegregated Facilities Requirement 00 74 18 Occupational Safety and Health Act of 1970 00 74 19 Right to Inventions 00 74 20 Termination of Contract 00 74 21 Trade Restrictions 00 74 22 Texting When Driving 00 74 23 Veteran’s Preference Division 01 General Requirements 01 11 00 Summary of Work 01 23 10 Alternates and Allowances 01 29 00 Application for Payment Procedures (Rev 03/11/2015) 01 29 01 Measurement and Basis for Payment 01 31 00 Project Management and Coordination 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Table of Contents 00 01 00 - 3 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 Division / Section Title Part S AIP General Provisions 10 Definition of Terms 20 Proposal Requirements and Conditions 30 Award and Execution of Contract 40 Scope of Work 50 Control of Work 60 Control of Materials 70 Legal Regulations and Responsibility to Public 80 Execution and Progress 90 Measurement and Payment 100 Contractor Quality Control Program 105 Mobilization 110 Method of Estimating Percentage Within Specification Limits (PWL) 120 Nuclear Gages SC Special Conditions Part T Technical Specifications Item M Modifications to TXDOT Specification Item 104 Removing Concrete Item 110 Excavation Item 132 Embankment Item 134 Backfilling Pavement Edges Item 160 Topsoil Item 160M Modifications for TxDOT Item 160 Item 162 Sodding for Erosion Control Item 204 Sprinkling Item 210 Rolling Item 260 Lime Treatment (Road-Mixed) Item 360 Concrete Pavement Item 360M Modifications to TXDOT Item 360 Item 421 Hydraulic Cement Concrete Item 502 Barricades, Signs, and Traffic Handling Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Table of Contents 00 01 00 - 4 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 Division / Section Title Item 514 Permanent Concrete Traffic Barrier Item 533 Shoulder Texturing Item 545 Crash Cushion Attenuators Item 585 Ride Quality for Pavement Surfaces Item 585M Modifications to TXDOT Item 585 Item 644 Small Road Sign Assemblies Item 656 Foundations for Traffic Control Devices Appendix Title 1 Operational Safety on Airports During Construction 2 List of Buy American Waivers END OF SECTION Invitation to Bid 00 11 16 - 1 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046B REV 03-10-2015 00 11 16 INVITATION TO BID ARTICLE 1 – GENERAL NOTICE 1.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: Runway 18 Medium Intensity Approach Lighting System Stations 12 & 14 Access Safety and Site Improvements Re-Bid Owner’s Project Identification No. E11046B A. This project includes paving, drainage and traffic safety improvements for the access to and work sites for Runway 18 MALSR Stations 12 and 14. This project does not include any work within airport property, but is located within the immediate vicinity of said MALSR stations (with operating equipment for Runway 18 landing approaches). Construction of this project will be coordinated with TXDOT, FAA and CCIA to ensure compliance with all applicable requirements. The paving includes approximately 1400 square yards of concrete pavement and 300 linear feet of new and relocated concrete safety barrier. 290 linear feet of concrete drainage flume is included as an additive alternate bid item. 1.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $230,000. The Project is to be substantially complete and ready for operation within 90 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. ARTICLE 2 – EXAMINATION AND PURCHASE OF DOCUMENTS 2.01 Advertisement and bidding information for the Project can be found at the following website: http:/www.civcastusa.com/ 2.02 Contract Documents may be downloaded or viewed free of charge at this website. It is the downloader’s responsibility to determine that a complete set of documents, as defined in the Agreement are received. 2.03 This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3 – PRE-BID CONFERENCE 3.01 A pre-bid conference is not required for this Project. 3.02 A non-mandatory pre-bid conference for the Project will be held on Tuesday, July 21st at 10:00 am at the following location: Invitation to Bid 00 11 16 - 2 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046B REV 03-10-2015 City Hall Building – Capital Programs Conference Room 1 or 2 3rd floor, Capital Programs Department (formerly “Engineering Department”) 1201 Leopard Street, Corpus Christi, Texas 78401 Bids will not be accepted from Bidders who do not attend the conference. It is the Bidders’ responsibility to sign in at the pre-bid conference to verify their participation. ARTICLE 4 – QUESTIONS REGARDING BIDDING PROCESS OR SOLICITATION DOCUMENTS 4.01 Questions are to be submitted using the Question and Answer process on the Owner’s Bidding Website. Responses to questions submitted will be posted on the website by the Owner for the benefit of all Bidders. Responses will be posted for questions submitted by 5:00 p.m. seven (7) days prior to the date of the bid opening. Inquiries made after this period may not be addressed. 4.02 A response to a question posted on the website that requires modification of the Contract Documents will be made by Addenda. Modifications to the Contract Documents prior to the award of contract can only be made by Addenda. Only answers in Addenda authorized by the Owner will be binding. Oral and other interpretations or clarifications will be without legal effect. ARTICLE 5 – MINORITY / MBE / DBE PARTICIPATION POLICY 5.01 Selected Contractor is required to comply with the Owner’s Minority / MBE / DBE Participation Policy as indicated in SECTION 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY. 5.02 Minority participation goal for this Project has been established to be 45% of the Contract Price. 5.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. 5.04 Disadvantaged Business Enterprise participation goal for this Project has been established to be 6.24% of the Contract Price. ARTICLE 6 – BID SECURITY 6.01 Bidders must submit an acceptable Bid Security with their Bid as a guarantee that the Bidder will enter into a contract for the Project with the Owner within 10 days of Notice of Award of the Contract. The security must be payable to the City of Corpus Christi, Texas in the amount of 5 percent (5%) of the greatest amount bid. 6.02 Bid Security may be in the form of a Bid Bond or a cashier’s check, certified check, money order, or bank draft from a chartered financial institution authorized to operate in the State of Texas. Bidders submitting bids electronically through the CivCast System at www.CivCastUSA.com shall scan and upload a copy of Bid Bond as an attachment to their bid. Cashier’s check, certified check, money order or bank draft must be enclosed in a sealed envelope, plainly identified on the outside as containing bid documents, the bidder’s name and the job name and number and delivered as required in Article 7 below. Invitation to Bid 00 11 16 - 3 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046B REV 03-10-2015 6.03 Bid Bond Requirements: 1. A Bid Bond must guarantee, without qualification or condition, that the Owner will be paid a sum equal to 5 percent (5%) of the greatest amount bid if, within 10 calendar days of Notice of Award of the Contract, the Bidder/Principal: a. fails to enter into a contract for the Project with the Owner; or b. fails to provide the required Performance and Payment Bonds. 2. A Bid Bond may not limit the sum payable to the Owner to be the difference between the Bidder/Principal’s bid and the next highest bidder. 3. The Bid Bond must reference the Project by name as identified in Article 1. 4. Bidders may provide their surety’s standard bid bond form if revised to meet these Bid Bond Requirements. 6.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 6.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. ARTICLE 7 – DELIVERY OF BIDS 7.01 Electronic Bids must be submitted to the CivCastUSA website at www.CivCastUSA.com no later than Wednesday, July 29, 2015 at 2:00 pm to be accepted. The Bids will be publicly opened and read aloud at this time at the City Council Chambers or Staff Room, 1st floor of the City Hall Building. Bids received after this time will not be accepted. If submitting a hard copy bid or bid security by cashier’s check or money order, please address envelopes or packages: City of Corpus Christi City Secretary’s Office City Hall Building, 1st Floor 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - - Runway 18 MALSR Station 12 & 14 Access Safety & Site Improvements Rebid Project No. E11046B All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. 7.02 Bids will be publicly opened and read aloud at 2:00 pm on Wednesday, July 29, 2015, at the following location: City Hall Building - City of Corpus Christi Invitation to Bid 00 11 16 - 4 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046B REV 03-10-2015 First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 ARTICLE 8 – AWARD OF CONTRACT 8.01 It is the intent of the Owner to award this Contract to either the lowest responsible Bidder or the Bidder who provides the best value who submits a responsive Bid. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices, to reject any or all Bids, and/or waive formalities. Bids may not be withdrawn within 90 days from the date on which Bids are opened. ARTICLE 9 – OTHER CONTRACT REQUIREMENTS 9.01 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. 9.02 Contractors for this Project must obtain and provide the necessary insurance, including Workers’ Compensation Insurance, as required by the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS. 9.03 Performance and Payment Bonds are required. END OF SECTION Instructions to Bidders 00 21 13 - 1 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid)Project No. E11046B REV 03-10-2015 00 21 13 INSTRUCTIONS TO BIDDERS ARTICLE 1 – DEFINED TERMS 1.01 Terms used in these Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 – BIDS RECEIVED 2.01 Refer to SECTION 00 11 16 INVITATION TO BID for information on receipt of Bids. ARTICLE 3 – COPIES OF CONTRACT DOCUMENTS 3.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 3.02 Use complete sets of Contract Documents in preparing Bids; Bidder assumes sole responsibility for errors or misinterpretations resulting from the use of incomplete sets of Contract Documents. 3.03 OPT makes copies of Contract Documents available for the sole purpose of obtaining Bids for completion of the Project and does not confer a license or grant permission or authorization for any other use. ARTICLE 4 – STATEMENT OF EXPERIENCE 4.01 The three lowest Bidders must submit the information required in SECTION 00 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 5 – EXAMINATION OF CONTRACT DOCUMENTS 5.01 Before submitting a Bid: A. Examine and carefully study the Contract Documents, including any Addenda and related supplemental data. B. Become familiar with all federal, state, and local Laws and Regulations that may affect cost, progress, or the completion of Work. C. Carefully study and correlate the information available to the Bidder with the Contract Documents, Addenda, and the related supplemental data. D. Notify the OAR of all conflicts, errors, ambiguities, or discrepancies that the Bidder discovers in the Contract Documents, Addenda, and the related supplemental data. E. Determine that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. 5.02 The submission of a Bid will constitute an incontrovertible representation by the Bidder that the Bidder has complied with every requirement of this Article 5, that without exception the Bid is Instructions to Bidders 00 21 13 - 2 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid)Project No. E11046B REV 03-10-2015 premised upon completion of Work required by the Contract Documents, Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents, Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 6 – INTERPRETATIONS AND ALTERNATE BIDS 6.01 Submit all questions about the meaning or intent of the Contract Documents, Addenda, and the related supplemental data to the OAR using the Owner’s Bidding Website as indicated in SECTION 00 11 16 INVITATION TO BID. 6.02 Submit any offer of alternate terms and conditions, or offer of Work not in strict compliance with the Contract Documents to the OAR no later than 14 days prior to the date for opening of Bids. OAR and Designer will issue Addenda as appropriate if any of the proposed changes to the Contract Documents are accepted. A Bid submitted with clarifications or taking exceptions to the Contract Documents, except as modified by Addenda, may be considered non-responsive. 6.03 Addenda may be issued to clarify, correct, or change the Contract Documents, Addenda, or the related supplemental data as deemed advisable by the Owner or Designer. ARTICLE 7 – BID SECURITY 7.01 Bidders must submit an acceptable Bid Security as required by SECTION 00 11 16 INVITATION TO BID. 7.02 Owner may annul the Notice of Award and the Bid Security of the Bidder will be forfeited if the apparent Selected Bidder fails to execute and deliver the Agreement or Amendments to the Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 7.03 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 8 – PREPARATION OF BID 8.01 The Bid Form is included with the Contract Documents and has been made available at the Owner’s Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 8.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. Instructions to Bidders 00 21 13 - 3 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid)Project No. E11046B REV 03-10-2015 8.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 8.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 8.05 Provide evidence of the Bidder’s authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 9 – CONFIDENTIALITY OF BID INFORMATION 9.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word “confidential” prominently on each page or sheet or on the cover of bound documents. Place “confidential” stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of “confidential” documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 10 – SUBMITTAL OF BID 10.01 Complete and submit the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. Electronic bids may be submitted at www.CivCastUSA.com. ARTICLE 11 – MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days, thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued Invitation to Bid for the Work to be furnished under these Contract Documents. Instructions to Bidders 00 21 13 - 4 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid)Project No. E11046B REV 03-10-2015 ARTICLE 12 – OPENING OF BIDS 12.01 Bids will be opened at the time and place indicated in SECTION 00 11 16 INVITATION TO BID. The Owner will read aloud the names of the Bidders and the apparent Bid amounts shown on the Bid Summary for all Bids received in time to be considered. ARTICLE 13 – BIDS REMAIN SUBJECT TO ACCEPTANCE 13.01 All Bids will remain subject to acceptance for 90 days, but the Owner may, at its sole discretion, release any Bid and return the Bid Security prior to the end of this period. ARTICLE 14 – EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record, the Bidder’s indebtedness to Owner, and whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder’s acceptance of the evaluation technique and methodology as well as the Bidder’s recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15 – AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be either the lowest responsible Bidder or the Bidder who provides the best value for Owner that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non- responsive, or conditional Bids. The Owner reserves the right to waive any or all formalities. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16 – BONDS AND INSURANCE 16.01 Article 6 of the General Conditions sets forth the Owner’s requirements as to Bonds and insurance. When the Selected Bidder delivers the executed Agreement to the Owner, it must be accompanied by the required Bonds and evidence of insurance. 16.02 Provide Performance and Payment Bonds for this Project that fully comply with the provisions of Texas Government Code Chapter 2253. Administration of Bonds will conform to Texas Government Code Chapter 2253 and the provisions of these Contract Documents. Instructions to Bidders 00 21 13 - 5 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid)Project No. E11046B REV 03-10-2015 ARTICLE 17 – SIGNING OF AGREEMENT 17.01 The City Engineer or Director of Capital Programs will submit recommendation for award to the City Council for those project awards requiring City Council action. The Selected Bidder will be required to deliver the required Bonds and insurance certificates and endorsements along with the required number of counterparts (4) of the Agreement and attached documents to the Owner within 14 days. The Contract will be signed by the City Manager or his/her designee after award and the Bidder’s submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 18 – SALES AND USE TAXES 18.01 The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any City or State sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Assume responsibility for including any applicable sales taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 18.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.” ARTICLE 19 – WAGE RATES 19.01 This Contract is subject to Texas Government Code Chapter 2258 concerning payment of prevailing wage rates. Requirements for paying the prevailing wage rates are discussed in SECTION 00 72 02 WAGE RATE REQUIREMENTS. Bidders must pay not less than the minimum wage shown on this list and comply with all statutes and rulings of the State of Texas Comptroller. ARTICLE 20 – BIDDER’s CERTIFICATION OF NO LOBBYING 20.01 In submitting its Bid, Bidder certifies that it has not lobbied the City or its officials, managers, employees, consultants, or contractors in such a manner as to influence or to attempt to influence the bidding process. In the event it reasonably appears that the Bidder influenced or attempted to influence the bidding process, the City may, in its discretion, reject the Bid. ARTICLE 21 – REJECTION OF BID 21.01 The following will be cause to reject a Bid: A. Bids which are not signed by an individual empowered to bind the Bidder. B. Bids which do not have an acceptable Bid Security, with Power of Attorney, submitted as required by SECTION 00 11 16 INVITATION TO BID. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. Instructions to Bidders 00 21 13 - 6 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements (Re-Bid)Project No. E11046B REV 03-10-2015 F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 21.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. C. Default on previous contracts or failure to execute Contract after award. D. Evidence of failure to pay Subcontractors, Suppliers or employees in accordance with Contract requirements. E. Bids containing omissions, alterations of form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency, Texas Commission on Environmental Quality, etc.). J. Bidder’s Safety Experience. K. Failure of Bidder to demonstrate, through submission of the Statement of Experience, the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder’s lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner’s project performance evaluations. N. Unbalanced Unit Price Bid: “Unbalanced Bid” means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. END OF SECTION Bid Acknowledgement Form 00 30 00 - 1 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1 – BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by ____Corpus Christi International Airport____ (type or print name of company) on: Wednesday, July 29, 2015 at 2:00 p.m. for Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B. 1.02 Submit Bids, Bid Security, and all attachments to the Bid (See Section 7.01 below) to the City’s electronic bidding website at https://www.civcastusa.com. 1.03 If submitting hard copy bids or bid security in the form of a cashier’s or certified check, please send to: The City of Corpus Christi, Texas City Secretary’s Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 – BIDDERS’S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of the Invitation to Bid and Instructions to Bidders, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00 - 2 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3 – BIDDER’S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder’s safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. Bid Acknowledgement Form 00 30 00 - 3 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder’s entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 – BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents for: Base Bid $ Add / Deduct Alternate 1 $ The Bidder selected for award of the Contract will be either the Lowest Responsible Bidder or the Bidder who provides the Best Value for the Owner that submits a responsive Bid. Owner will, at its discretion, award the contract to the lowest responsible Bidder for the Base Bid, plus any combination of Add or Deduct Alternates or to the Bidder who provides the Best Value for the Owner. 4.02 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 – EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the greatest amount bid, the Bidder’s responsibility, the Bidder’s safety record, the Bidder’s indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all Bid Acknowledgement Form 00 30 00 - 4 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 irregularities in determining the Bidders’ responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive, or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder’s responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder’s Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney’s fees for collecting such costs and damages. ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 90 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 120 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 – ATTACHMENTS TO THIS BID 7.01 In compliance with the Bid Requirements in SECTION 00 11 16 INVITATION TO BID, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. Bid Form. D. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS. E. SECTION 00 30 04 CONFLICT OF INTEREST QUESTIONNAIRE. F. SECTION 00 30 05 DISCLOSURE OF INTEREST. G. SECTION 00 30 06 NON-COLLUSION CERTIFICATION. Bid Acknowledgement Form 00 30 00 - 5 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 ARTICLE 8 – DEFINED TERMS 8.01 The terms used in this Bid have the meanings indicated in the General Conditions and the Supplementary Conditions. The significance of terms with initial capital letters is described in the General Conditions. ARTICLE 9 – VENUE 9.01 Bidder agrees that venue shall lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 – SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. 10.02 The Bidder, or the Bidder’s authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals (“natural persons” as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder’s governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an “alias”) shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder’s enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 00 30 00 - 6 Runway 18 MALSR Station 12 & 14 Access Safety and Site Improvements, Proj. No. E11046B REV 03-10-2015 ARTICLE 11 – BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual’s signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION 00 30 01 BID FORM Bid Form Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements - Proj. No. E11046B Page 1 of 2 REV 03-23-2015 Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A1 L.S.1 -$ -$ A2 C.Y.190 -$ -$ A3 C.Y.10 -$ -$ A4 Sawcut at Existing Asphalt Pavement Edge L.F.550 -$ -$ A5 S.Y.2000 -$ -$ A6 Hydrated Lime for Stabilized Subgrade Ton 41 -$ -$ A7 S.Y.556 -$ -$ A8 S.Y.1050 -$ -$ A9 S.Y.351 -$ -$ A10 L.F.300 -$ -$ A11 L.F.150 -$ -$ A12 L.F.300 -$ -$ A13 L.S.1 -$ -$ A14 L.S.720 -$ -$ A15 EA.1 -$ -$ A16 L.F.650 -$ -$ A17 EA.5 -$ -$ A18 L.S.1 -$ -$ A19 S.Y.2200 -$ -$ E11046B Runway 18 MALSR Station 12 & 14 Safety and Site Improvements KSA Engineers Furnish and Install Sod as shown and specified Furnish and Install 5" concrete Pavement (within MALSR Sites) Furnish and Install 6" Concrete Pavement (for Turnlanes) Install Concrete Safety Barrier Foundation as shown and specified Remove Existing Concrete Barrier Foundation Furnish and Install New and Salvaged Precast Concrete Barrier Furnish and Install 4" Topsoil on Disturbed Areas Relocate Salvaged REACT Barrier Install Rumble Strips 00 30 01 BID FORM DESCRIPTION Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Basis of Bid Install Rock Construction Entrance City of Corpus Christi Unclassified Excavation 8" Lime Stabilized Subgrade Mobilization Embankment in Place Remove Aggregate Base Material and Spread Along Pavement Edge Install Temporary Sediment Control Fence Remove, Salvage and Reinstall Existing Road Sign 00 30 01 BID FORM Bid Form Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements - Proj. No. E11046B Page 2 of 2 REV 03-23-2015 Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION A20 EA.2 -$ -$ A21 L.S.1 -$ -$ A22 L.S.1 -$ -$ A23 L.S.1 -$ -$ A24 L.S.1 -$ -$ -$ I1 L.F.290 -$ -$ -$ Contract Times 90 days 120 days Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1 -$ TOTAL PROJECT ADDITIVE ALTERNATE NO. 1 (PART I)-$ TOTAL PROJECT BASE BID (PART A) BID SUMMARY -$ Install 3' Wide Concrete Flume for Station 14 Temporary Crash Barrier SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1 Part I -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) Adjust Utility Box Barricades, Signs, and Traffic Handling SUBTOTAL PART A - GENERAL (Items A1 thru A23) Storm Water Pollution Prevention Plan (SWPPP) Document Re-Stripe Yellow Stripes on Sta 14 Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS Chapter 2252 of the Texas Government Code applies to the award of government contract to nonresident bidders. This law provides that: “a government entity may not award a governmental contract to a nonresident bidder unless the nonresident underbids the lower bid submitted by a responsible resident bidder by an amount that is not less than the amount by which a resident bidder would be required to underbid the nonresident bidder to obtain a comparable contract in the state in which the nonresident’s principal place of business is located.” “Nonresident bidder” refers to a person who is not a resident of Texas. “Resident bidder” refers to a person whose principal place of business is in this state, including a contractor whose ultimate parent company or majority owner has its principal place of business in this state. Check the statement that is correct for Bidder. ☐ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of . ☐ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller’s annual publication of other states’ laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Adopted 06/29/2007 FORM CIQ OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session. This questionnaire is being filed in accordance with Chapter 176, Local Government Code by a person who has a business relationship as defined by Section 176.001(1-a) with a local governmental entity and the person 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 person becomes aware of facts that require the statement to be filed. See Section 176.006, Local Government Code. A person commits an offense if the person knowingly violates Section 176.006, Local Government Code. An offense under this section is a Class C misdemeanor. CONFLICT OF INTEREST QUESTIONNAIRE For vendor or other person doing business with local governmental entity Check this box if you are filing an update to a previously filed questionnaire. (The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.) Name of person who has a business relationship with local governmental entity.1 2 3 Date Received Name of local government officer with whom filer has employment or business relationship. Name of Officer This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has an employment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additional pages to this Form CIQ as necessary. A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investment income, from the filer of the questionnaire? Yes No B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at the direction of the local government officer named in this section AND the taxable income is not received from the local governmental entity? Yes No C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the local government officer serves as an officer or director, or holds an ownership of 10 percent or more? Yes No D. Describe each employment or business relationship with the local government officer named in this section. Signature of person doing business with the governmental entity Date 4 SUPPLIER NUMBER __________ TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with “NA”. See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other ____________________________________ DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of this page or attach separate sheet. 1. State the names of each “employee” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Job Title and City Department (if known) 2. State the names of each “official” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Title 3. State the names of each “board member” of the City of Corpus Christi having an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Board, Commission or Committee 4. State the names of each employee or officer of a “consultant” for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an “ownership interest” constituting 3% or more of the ownership in the above named “firm.” Name Consultant FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. “Board member.” A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. “Economic benefit”. An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. “Employee.” Any person employed by the City of Corpus Christi, Texas either on a full or part - time basis, but not as an independent contractor. d. “Firm.” Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. “Official.” The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. “Ownership Interest.” Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. “Constructively held” refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements.” g. “Consultant.” Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. Non-Collusion Certification 00 30 06 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 30 06 NON-COLLUSION CERTIFICATION STATE OF TEXAS COUNTY OF NUECES OWNER: City of Corpus Christi, Texas 1201 Leopard Street Corpus Christi, Texas 78401 CONTRACT: Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: (typed or printed) By: (signature -- attach evidence of authority to sign) Name: (typed or printed) Title: Business address: Phone: Email: END OF SECTION Statement of Experience 00 45 16 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1 – REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders’ responsibility and ability to meet the minimum requirements complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. ARTICLE 2 – EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder’s ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide information on the experience of proposed key personnel. A. Provide information on the key personnel that will be actively working on this Project in Tables 3 through 6. Key personnel include the Project Manager, Project Superintendent, Safety Manager, and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Statement of Experience 00 45 16 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide information on an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide biographical information for each primary and alternate candidate as an attachment that includes: technical experience, managerial experience, education and formal training, and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements in this Statement of Experience should also be included. Bidders are to include a list of the current project assignments for each of the individuals proposed, the anticipated completion date for this assignment, and the percentage of the time they will have available to devote to this Project to demonstrate their availability for this project. D. The Project Manager and Project Superintendent must have at least 5 years’ recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements, and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years’ recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization and Key Personnel. A. Provide a list of projects currently under construction and projects completed by the Organization in the last 5 years using copies of Table 7. Highlight the project information that demonstrates the experience of Bidder with similar projects and the experience of proposed Key Personnel. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization and for proposed Key Personnel, that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder’s past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder’s past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner’s needs during construction, an inability to work in the spirit of partnering, and any non-responsiveness of the Bidder to Statement of Experience 00 45 16 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. 2.07 The Owner will consider any percentages in excess of 15 percent of change orders for projects as an indicator of ability to complete Projects within the Contract Price. Provide a tabulation of budget performance on all projects completed by the Bidder within the last 5 years on Table 8 to demonstrate the ability of the Bidder to complete projects for the Contract Price. Lines may be added beneath project change order breakdowns to add explanatory comments. 2.08 Provide information to demonstrate the ability of the Bidder to complete projects on time. Bidders are to provide a tabulation of all projects completed by the Organization within the last 5 years on Table 9 to demonstrate performance in completing projects on time. Comments may be added to the tabulations to indicate the reasons for amending completion dates. 2.09 Provide information to demonstrate the ability of the Bidder to provide subcontracting opportunities that will meet the Owner’s established goals for Minority, MBE, and DBE participation in the Project. List all Work to be performed by qualified Minority, MBE, and DBE proposed Subcontractors or Suppliers in Table 10. Include percentages of Work subcontracted to each to demonstrate compliance with Owner's stated goals. ARTICLE 3 – STATEMENT OF EXPERIENCE REQUIREMENTS 3.01 Provide one printed copy of the Statement of Experience using the referenced tables and narrative descriptions as described in Article 2. Pages are to be 8-1/2 x 11 pages using a minimum font size of 10. A limited number of 11 x 17 sheets may be used, and must be folded to the size of an 8-1/2 x 11 page. 3.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive, or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 00 45 16 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 1 – Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) ☐ Corporation ☐ Partnership ☐ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer’s Name President’s Name Vice President’s Name(s) Secretary’s Name Treasurer’s Name If a Partnership Date of Organization Form of Partnership: ☐ General ☐ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 00 45 16 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 1 – Organization Information Surety Name of Surety Surety is a corporation organized and existing under the laws of the state of Is surety authorized to provide surety bonds in the State of Texas? ☐ Yes ☐ No Is surety listed in “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Surety Address for Local Agent Telephone for Local Agent Insurance Name of Insurance Provider Provider is a corporation organized and existing under the laws of the state of Is Provider licensed or authorized to issue insurance policies in the State of Texas? ☐ Yes ☐ No Does Provider have an A.M. Best Rating of A-VIII or Better? ☐ Yes ☐ No Mailing Address (principal place of business) Physical Address(principal place of business) Telephone (Main) Telephone (for Notice of Claim) Local Agent for Provider Address for Local Agent Telephone for Local Agent Financial Summary Information Date of Bidder's most current financial statement Date of Bidder's most current audited financial statement Financial indicators from the most current financial statement: Bidder's Current Ratio (Current Assets / Current Liabilities) Bidder's Quick Ratio ((Cash and Cash Equivalents + Accounts Receivable + Short Term Investments) / Current Liabilities)) Statement of Experience 00 45 16 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 1 – Organization Information Organization doing business as: Previous History with Owner List projects that have been completed with the Owner over the last 5 years. If more than 5 projects, list only the most recent. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization ever been disqualification as a bidder within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past five years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 5 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 2 years. Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 00 45 16 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 2 – Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 00 45 16 - 8 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 3 – Proposed Project Manager Organization doing business as: Primary Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Manager Years of experience with this organization Number of similar projects as Project Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 9 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 4 – Proposed Project Superintendents Organization doing business as: Primary Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Superintendent Years of experience with this organization Number of similar projects as Superintendent Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 10 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 5 – Proposed Project Safety Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Project Safety Manager Years of experience with this organization Number of similar projects as Safety Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 11 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 6 – Proposed Project Quality Control Managers Organization doing business as: Primary Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Alternate Candidate Name of individual Years of experience as Quality Control Manager Years of experience with this organization Number of similar projects as Quality Manager Number of similar projects in other positions Current Project Assignments Name of Assignment Percent of Time Used for this Project Estimated Project Completion Date Reference Contact Information Name Name Title/Position Title/Position Organization Organization Telephone Telephone Email Email Project Project Role on project Role on project Statement of Experience 00 45 16 - 12 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 7 – Current Projects and Projects Completed within the Last 5 Years Project Owner Project Name General Description of Project Project Budget and Schedule Performance Budget History Schedule Performance Amount % of Bid Date Days Bid Notice to Proceed Change Orders Contract Substantial Completion Date at Notice to Proceed Owner Enhancements Contract Final Completion Date at Notice to Proceed Unforeseen Conditions Change Order Authorized Substantial Completion Date Design Issues Change Order Authorized Final Completion Date Total Actual / Estimated Substantial Completion Date Final Cost Actual / Estimated Final Completion Date Key Project Personnel Project Manager Project Superintendent Safety Manager Quality Control Manager Name Percentage of time devoted to the Project Proposed for this Project Did Individual start and complete the project? If not, who started or completed the Project in their place? Reason for change Reference Contact Information Name Title/Position Organization Telephone Email Owner Designer Construction Manager Surety Issues / disputes resolved or pending resolution by arbitration, litigation, or dispute review boards Number of issues resolved Total amount involved in resolved issues Number of issues pending Total amount involved in resolved Issues Statement of Experience 00 45 16 - 13 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 8 – Demonstration of Budget Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Price Owner Enhancements Unforeseen Conditions Design Issues Total Changes Percent Changes Statement of Experience 00 45 16 - 14 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 9 – Demonstration of On-Time Performance Organization doing business as Provide information on all projects completed by the Bidder within the last 5 years. Owner Name Project Description Original Contract Date for Substantial Completion Original Contract Date for Final Completion Amended Contract Date for Substantial Completion Amended Contract Date for Final Completion Actual Contract Date for Substantial Completion Actual Contract Date for Final Completion Statement of Experience 00 45 16 - 15 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Table 10 – Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority / MBE / DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Minority, MBE, or DBE Firm Statement of Experience 00 45 16 - 16 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 ARTICLE 4 – CERTIFICATION 4.01 By submitting this Statement of Experience and related information; Bidder certifies that it has read this Statement of Experience and that Bidder’s responses are true and correct and contain no material misrepresentations; and that the individual signing below is authorized to make this certification on behalf of the Bidder’s organization. The individual signing this certification shall attach evidence of individual’s authority to bind the organization to an agreement. Bidder: (typed or printed) By: (individual’s signature) Name: (typed or printed) Title: (typed or printed) Designated Representative: Name: Title: Address: Telephone No.: Email: END OF SECTION Agreement 00 52 23 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 10-14-2014 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Runway 18 MALSR Station 12 and 14 Access Safety Improvements Project No. E11046B Project No. E11046B ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: KSA Engineers 8875 Synergy Drive McKinney, Texas, 75070 2.02 The Owner’s Authorized Representative for this Project is: Name of Owner’s Authorized Representative Office Address City, State, Zip Code ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 120 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties Agreement 00 52 23 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 10-14-2014 involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached in SECTION 00 30 01 BID FORM EXHIBIT A. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. Agreement 00 52 23 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 10-14-2014 C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR’s estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 – INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; Agreement 00 52 23 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 10-14-2014 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor’s safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 – ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper Agreement 00 52 23 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 10-14-2014 financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor’s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor’s fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 – CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor’s Bid Form Exhibit A. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Contracts will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR – Contract must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation contracts must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; D. CITY SECRETARY for the City. The Effective Date of the Contract is ______________________________[Insert date signed by City Manager or designee]. ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Acting Director of Capital Programs (Engineering) Agreement 00 52 23 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 10-14-2014 APPROVED AS TO LEGAL FORM: Veronica Ocanas Senior Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement 00 52 23 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046BREV 03-23-2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1 – WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Runway 18 MALSR Station 12 and 14 Access Safety Improvements Re-Bid Project No. E11046B This project includes paving, drainage and traffic safety improvements for the access to and work sites for Runway 18 MALSR Stations 12 and 14. This project does not include any work within airport property, but is located within the immediate vicinity of said MALSR stations (with operating equipment for Runway 18 landing approaches). Construction of this project will be coordinated with TXDOT, FAA and CCIA to ensure compliance with all applicable requirements. The paving includes approximately 1400 square yards of concrete pavement and 300 linear feet of new and relocated concrete safety barrier. 290 linear feet of concrete drainage flume is included as an additive alternate bid item. ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: KSA Engineers 8875 Synergy Drive McKinney, Texas, 75070 2.02 The Owner’s Authorized Representative for this Project is: Victor Gonzalez 1201 Leopard Street Corpus Christi, TX 78401 ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 90 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 120 days after the date when the Contract Times commence to run. Agreement 00 52 23 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046BREV 03-23-2015 B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Paragraph 3.01 and as adjusted in accordance with Paragraph 11.05 of the General Conditions. Owner and Contractor also recognize the delays, expense, and difficulties involved in proving in a legal or arbitration proceeding the actual loss suffered by Owner if the Work is not completed on time. Accordingly, instead of requiring any such proof, Owner and Contractor agree that as liquidated damages for delay (but not as a penalty): 1. Substantial Completion: Contractor shall pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for Substantial Completion until the Work is substantially complete. 2. Completion of the Remaining Work: Contractor agrees to pay Owner $5,000 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 – CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 – PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. Agreement 00 52 23 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046BREV 03-23-2015 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner’s option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner’s option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR’s estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 – INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 – CONTRACTOR’S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. Agreement 00 52 23 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046BREV 03-23-2015 C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor’s safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 00 52 23 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046BREV 03-23-2015 L. Contractor’s entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 – ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor’s records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor’s fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 – CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor’s Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 – CONTRACT DOCUMENT SIGNATURES Four original duplicates of the signed Agreement will be required. The sequence of signatures will be completed in the following order: A. CONTRACTOR – Agreement must be signed by a person authorized to bind the firm or company. If Contractor is a Corporation, agreements must be Attested; B. ASSISTANT CITY ATTORNEY for the City; C. DIRECTOR OF CAPITAL PROGRAMS; D. CITY SECRETARY for the City. Agreement 00 52 23 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements (Re-Bid) Project No. E11046BREV 03-23-2015 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta City Secretary Jeffery Edmonds Director of Capital Programs (Engineering) APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Performance Bond 00 61 13 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 00 61 13 PERFORMANCE BOND BOND NO.________________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Performance Bond 00 61 13 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV. 07-03-2014 00 61 16 PAYMENT BOND BOND NO._____________________ Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Capital Programs 1201 Leopard Street Corpus Christi, Texas 78401 Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Contract Project name and number: Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Payment Bond Form 00 61 16 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV. 07-03-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1 – Definitions and Terminology ....................................................................................................... 6 1.01 Defined Terms ............................................................................................................................... 6 1.02 Terminology ................................................................................................................................ 11 Article 2 – Preliminary Matters ................................................................................................................... 12 2.01 Delivery of Bonds and Evidence of Insurance ............................................................................. 12 2.02 Copies of Documents .................................................................................................................. 13 2.03 Before Starting Construction ...................................................................................................... 13 2.04 Preconstruction Conference; Designation of Authorized Representatives ................................ 13 Article 3 – Contract Documents: Intent, Requirements, Reuse ................................................................. 13 3.01 Intent ........................................................................................................................................... 13 3.02 Reference Standards ................................................................................................................... 15 3.03 Reporting and Resolving Discrepancies ...................................................................................... 15 3.04 Interpretation of the Contract Documents ................................................................................. 16 3.05 Reuse of Documents ................................................................................................................... 16 Article 4 – Commencement and Progress of the Work .............................................................................. 16 4.01 Commencement of Contract Times; Notice to Proceed ............................................................. 16 4.02 Starting the Work ........................................................................................................................ 16 4.03 Progress Schedule ....................................................................................................................... 17 4.04 Delays in Contractor’s Progress .................................................................................................. 17 Article 5 – Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions ................................................................................................................................................... 18 5.01 Availability of Lands .................................................................................................................... 18 5.02 Use of Site and Other Areas ........................................................................................................ 18 5.03 Subsurface and Physical Conditions ............................................................................................ 19 5.04 Differing Subsurface or Physical Conditions ............................................................................... 19 5.05 Underground Facilities ................................................................................................................ 21 5.06 Hazardous Environmental Conditions at Site ............................................................................. 22 Article 6 – Bonds and Insurance ................................................................................................................. 24 6.01 Performance, Payment, and Other Bonds .................................................................................. 24 6.02 Licensed Sureties ........................................................................................................................ 24 General Conditions 00 72 00 - 1 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance ..................................................................................................................................... 25 Article 7 – Contractor’s Responsibilities ..................................................................................................... 25 7.01 Supervision and Superintendence .............................................................................................. 25 7.02 Labor; Working Hours ................................................................................................................. 25 7.03 Services, Materials, and Equipment ........................................................................................... 26 7.04 Concerning Subcontractors, Suppliers, and Others .................................................................... 26 7.05 Patent Fees and Royalties ........................................................................................................... 27 7.06 Permits ........................................................................................................................................ 28 7.07 Taxes ........................................................................................................................................... 28 7.08 Laws and Regulations .................................................................................................................. 28 7.09 Safety and Protection ................................................................................................................. 29 7.10 Safety Representative ................................................................................................................. 30 7.11 Hazard Communication Programs .............................................................................................. 30 7.12 Emergencies ................................................................................................................................ 30 7.13 Contractor’s General Warranty and Guarantee ......................................................................... 30 7.14 Indemnification ........................................................................................................................... 31 7.15 Delegation of Professional Design Services ................................................................................ 32 Article 8 – Other Work at the Site ............................................................................................................... 33 8.01 Other Work ................................................................................................................................. 33 8.02 Coordination ............................................................................................................................... 34 8.03 Legal Relationships ...................................................................................................................... 34 Article 9 – Owner’s and OPT’s Responsibilities ........................................................................................... 35 9.01 Communications to Contractor .................................................................................................. 35 9.02 Replacement of Owner’s Project Team Members ...................................................................... 35 9.03 Furnish Data ................................................................................................................................ 35 9.04 Pay When Due ............................................................................................................................. 35 9.05 Lands and Easements; Reports and Tests ................................................................................... 35 9.06 Insurance ..................................................................................................................................... 35 9.07 Modifications .............................................................................................................................. 35 9.08 Inspections, Tests, and Approvals ............................................................................................... 35 9.09 Limitations on OPT’s Responsibilities ......................................................................................... 35 9.10 Undisclosed Hazardous Environmental Condition ...................................................................... 36 9.11 Compliance with Safety Program ................................................................................................ 36 General Conditions 00 72 00 - 2 Corpus Christi Standards - Regular Projects 03-23-2015 Article 10 – OAR’s and Designer’s Status During Construction .................................................................. 36 10.01 Owner’s Representative .......................................................................................................... 36 10.02 Visits to Site ............................................................................................................................. 36 10.03 Resident Project Representatives ........................................................................................... 36 10.04 Rejecting Defective Work........................................................................................................ 36 10.05 Shop Drawings, Modifications and Payments......................................................................... 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work ................... 37 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities ..................................... 37 Article 11 – Amending the Contract Documents; Changes in the Work .................................................... 37 11.01 Amending and Supplementing the Contract Documents ....................................................... 37 11.02 Owner-Authorized Changes in the Work ................................................................................ 38 11.03 Unauthorized Changes in the Work ........................................................................................ 38 11.04 Change of Contract Price ........................................................................................................ 39 11.05 Change of Contract Times ....................................................................................................... 40 11.06 Change Proposals .................................................................................................................... 40 11.07 Execution of Change Orders ................................................................................................... 40 11.08 Notice to Surety ...................................................................................................................... 41 Article 12 – Claims ....................................................................................................................................... 42 12.01 Claims ...................................................................................................................................... 42 12.02 Claims Process ......................................................................................................................... 42 Article 13 – Cost of the Work; Allowances; Unit Price Work ...................................................................... 43 13.01 Cost of the Work ..................................................................................................................... 43 13.02 Allowances .............................................................................................................................. 46 13.03 Unit Price Work ....................................................................................................................... 46 13.04 Contingencies .......................................................................................................................... 47 Article 14 – Tests and Inspections; Correction, Removal, or Acceptance of Defective Work .................... 47 14.01 Access to Work ........................................................................................................................ 47 14.02 Tests, Inspections, and Approvals ........................................................................................... 47 14.03 Defective Work ....................................................................................................................... 48 14.04 Acceptance of Defective Work................................................................................................ 49 14.05 Uncovering Work .................................................................................................................... 49 14.06 Owner May Stop the Work ..................................................................................................... 49 14.07 Owner May Correct Defective Work ....................................................................................... 50 General Conditions 00 72 00 - 3 Corpus Christi Standards - Regular Projects 03-23-2015 Article 15 – Payments to Contractor; Set-Offs; Completion; Correction Period ........................................ 50 15.01 Progress Payments .................................................................................................................. 50 15.02 Contractor’s Warranty of Title ................................................................................................ 52 15.03 Substantial Completion ........................................................................................................... 52 15.04 Partial Utilization ..................................................................................................................... 53 15.05 Final Inspection ....................................................................................................................... 53 15.06 Final Payment .......................................................................................................................... 53 15.07 Waiver of Claims ..................................................................................................................... 54 15.08 Correction Period .................................................................................................................... 54 Article 16 – Suspension of Work and Termination ..................................................................................... 55 16.01 Owner May Suspend Work ..................................................................................................... 55 16.02 Owner May Terminate for Cause ............................................................................................ 55 16.03 Owner May Terminate For Convenience ................................................................................ 56 Article 17 – Final Resolution of Disputes .................................................................................................... 57 17.01 Methods and Procedures ........................................................................................................ 57 Article 18 – Miscellaneous .......................................................................................................................... 57 18.01 Computation of Times............................................................................................................. 57 18.02 Owner’s Right to Audit Contractor’s Records ......................................................................... 57 18.03 Independent Contractor ......................................................................................................... 58 18.04 Cumulative Remedies ............................................................................................................. 58 18.05 Limitation of Damages ............................................................................................................ 58 18.06 No Waiver ............................................................................................................................... 58 18.07 Severability .............................................................................................................................. 58 18.08 Survival of Obligations ............................................................................................................ 59 18.09 No Third Party Beneficiaries ................................................................................................... 59 18.10 Assignment of Contract........................................................................................................... 59 18.11 No Waiver of Sovereign Immunity .......................................................................................... 59 18.12 Controlling Law ....................................................................................................................... 59 18.13 Conditions Precedent to Right to Sue ..................................................................................... 59 18.14 Waiver of Trial by Jury............................................................................................................. 59 18.15 Attorney Fees .......................................................................................................................... 59 18.16 Compliance with Laws............................................................................................................. 59 18.17 Enforcement............................................................................................................................ 60 General Conditions 00 72 00 - 4 Corpus Christi Standards - Regular Projects 03-23-2015 18.18 Subject to Appropriation ......................................................................................................... 60 18.19 Contract Sum........................................................................................................................... 60 18.20 Contractor’s Guarantee as Additional Remedy ...................................................................... 60 General Conditions 00 72 00 - 5 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 1 – DEFINITIONS AND TERMINOLOGY 1.01 Defined Terms A. A term with initial capital letters, including the term’s singular and plural forms, has the meaning indicated in this paragraph wherever used in the Bidding Requirements or Contract Documents. In addition to the terms specifically defined, terms with initial capital letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement - The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution - The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment - The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date – The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid - The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents - The Bidding Requirements, the proposed Contract Documents, and Addenda. 8. Bidder - An individual or entity that submits a Bid to Owner. 9. Bidding Requirements - The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security - The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier’s check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds - Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 00 72 00 - 6 Corpus Christi Standards - Regular Projects 03-23-2015 13. Change Proposal - A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer - The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim - A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern - Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products, wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. (“CERCLA”); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; c. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. (“RCRA”); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act, 42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract - The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment - A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents - Those items designated as Contract Documents in the Agreement. 20. Contract Price - The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 7 Corpus Christi Standards - Regular Projects 03-23-2015 21. Contract Times - The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and c. Complete the Work. 22. Contractor - The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor’s Team - Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work - The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective - When applied to Work, refers to Work that is unsatisfactory, faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or c. Has been damaged or stolen prior to OAR’s recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer - The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings - The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract - The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order - A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition - The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 00 72 00 - 8 Corpus Christi Standards - Regular Projects 03-23-2015 31. Indemnified Costs - All costs, losses, damages, and legal or other dispute resolution costs resulting from claims or demands against Owner’s Indemnitees. These costs include fees for engineers, architects, attorneys, and other professionals. 32. Laws and Regulations; Laws or Regulations - Applicable laws, statutes, rules, regulations, ordinances, codes, and orders of governmental bodies, agencies, authorities, and courts having jurisdiction over the Project. 33. Liens - Charges, security interests, or encumbrances upon Contract related funds, real property, or personal property. 34. Milestone - A principal event in the performance of the Work that Contractor is required by Contract to complete by a specified date or within a specified period of time. 35. Modification - Change made to the Contract Documents by one of the following methods: a. Contract Amendment; b. Change Order; c. Field Order; or d. Work Change Directive. 36. Notice of Award - The notice of Owner’s intent to enter into a contract with the Selected Bidder. 37. Notice to Proceed - A notice to Contractor of the Contract Times and the date Work is to begin. 38. Owner - The City of Corpus Christi (City), a Texas home-rule municipal corporation and political subdivision organized under the laws of the State of Texas, acting by and through its duly authorized City Manager and his designee, the City Engineer (the Director of Engineering Services), and the City’s officers, employees, agents, or representatives, authorized to administer design and construction of the Project. 39. Owner’s Authorized Representative or OAR - The individual or entity named as OAR in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner’s Indemnitees - Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner’s Project Team or OPT - The Owner, Owner’s Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 00 72 00 - 9 Corpus Christi Standards - Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor’s plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor’s Applications for Payment. 49. Selected Bidder - The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions 00 72 00 - 10 Corpus Christi Standards - Regular Projects 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to “at no additional cost to Owner,” “at Contractor’s expense,” or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms “day” or “calendar day” mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms “as allowed,” “as approved,” “as ordered,” “as directed,” or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to “reasonable,” “suitable,” “acceptable,” “proper,” “satisfactory,” or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions 00 72 00 - 11 Corpus Christi Standards - Regular Projects 03-23-2015 E. The use of the words “furnish,” “install,” “perform,” and “provide” have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words “furnish,” “install,” “perform,” or “provide.” F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word “all” is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words “furnish,” “install,” “perform,” “provide,” or similar words include the meaning of the phrase “The Contractor shall...” before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT’s project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 – PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions 00 72 00 - 12 Corpus Christi Standards - Regular Projects 03-23-2015 2.02 Copies of Documents A. OPT is to furnish one fully executed Agreement and one copy of the executed Contract Documents in electronic portable document format (PDF). This document is the Project Record Copy of the Contract Documents. 2.03 Before Starting Construction A. Provide the following preliminary documents in accordance with the Contract Documents within 10 days after the Effective Date of the Contract: 1. Progress Schedule; 2. Schedule of Documents; and 3. Schedule of Values and projected cash flow information. 2.04 Preconstruction Conference; Designation of Authorized Representatives A. Attend the preconstruction conference as required by the Contract Documents. B. Designate the specific individuals authorized to act as representatives of the Contractor. These individuals must have the authority to transmit and receive information, render decisions relative to the Contract, and otherwise act on behalf of the Contractor. C. Owner is to designate the specific individuals authorized to act as representatives of the Owner and the limits of their authority with regard to acting on behalf of the Owner. ARTICLE 3 – CONTRACT DOCUMENTS: INTENT, REQUIREMENTS, REUSE 3.01 Intent A. Requirements of components of the Contract Documents are as binding as if required by all Contract Documents. It is the intent of the Contract Documents to describe a functionally complete Project. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OPT. 1. The Contract requirements described in the General Conditions, Supplementary Conditions, and General Requirements (Division 01 Sections of the Specifications) apply to Work regardless of where it is described in the Contract Documents, unless specifically noted otherwise. 2. In offering a Bid for this Project and in entering into this Contract, Contractor represents: a. Contractor has studied the Contract Documents, the Work, the Site, local conditions, Laws and Regulations, and other conditions that may affect the Work; b. Contractor has studied the Technical Data and other information referred to in the Contract Documents and has or will make additional surveys and investigations as deemed necessary for the performance of the Work; c. Contractor has correlated these studies and observations with the requirements of the Contract Documents; and General Conditions 00 72 00 - 13 Corpus Christi Standards - Regular Projects 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions 00 72 00 - 14 Corpus Christi Standards - Regular Projects 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor’s Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions 00 72 00 - 15 Corpus Christi Standards - Regular Projects 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer’s or OAR’s interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor’s Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions 00 72 00 - 16 Corpus Christi Standards - Regular Projects 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor’s Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor’s Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor’s performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions 00 72 00 - 17 Corpus Christi Standards - Regular Projects 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor’s sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor’s Team. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor’s Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor’s Team’s operations; c. Damage to other adjacent land or areas; and General Conditions 00 72 00 - 18 Corpus Christi Standards - Regular Projects 03-23-2015 d. Injuries and losses sustained by the owners or occupants of these lands or areas. 2. Take the following action if a damage or injury claim is made by the owner or occupant of adjacent land or area because of the performance of the Work, or because of other actions or conduct of the Contractor’s Team: a. Take immediate corrective or remedial action as required by Paragraph 7.09; and b. Attempt to settle the claim through negotiations with the owner or occupant, or otherwise resolve the claim by mediation or other dispute resolution proceeding or at law. 5.03 Subsurface and Physical Conditions A. The Supplementary Conditions identify: 1. Those reports known to OPT of explorations and tests of subsurface conditions at or adjacent to the Site; 2. Those drawings known to OPT of physical conditions related to existing surface or subsurface structures at the Site, except Underground Facilities; and 3. Technical Data contained in these reports and drawings. B. Data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials described in geotechnical data reports specifically prepared for the Project and made available to Contractor are defined as Technical Data, unless Technical Data has been defined more specifically in the Supplementary Conditions. C. Contractor may rely upon the accuracy of the Technical Data contained in these reports and drawings, but these reports and drawings are not Contract Documents. Except for this reliance on Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences, and procedures of construction to be employed by Contractor, or Contractor’s safety precautions and programs; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Contractor’s interpretation of or conclusions drawn from Technical Data or other data, interpretations, opinions, or information. 5.04 Differing Subsurface or Physical Conditions A. Notify OAR immediately, but in no event later than 3 days, after becoming aware of a subsurface or physical condition that is uncovered or revealed at the Site, and before further disturbing the subsurface or physical conditions or performing any related Work that: 1. Establishes that the Technical Data on which Contractor is entitled to rely as provided in Paragraph 5.03 is materially inaccurate; 2. Requires a change in the Drawings or Specifications; 3. Differs materially from that shown or indicated in the Contract Documents; or General Conditions 00 72 00 - 19 Corpus Christi Standards - Regular Projects 03-23-2015 4. Is of an unusual nature and differs materially from conditions ordinarily encountered and generally recognized as inherent in work of the character provided for in the Contract Documents. Do not further disturb or perform Work related to this subsurface or physical condition, except in an emergency as required by Paragraph 7.12, until permission to do so is issued by OAR. B. OAR is to notify the OPT after receiving notice of a differing subsurface or physical condition from the Contractor. Designer is to: 1. Promptly review the subsurface or physical condition; 2. Determine the necessity of OPT’s obtaining additional exploration or tests with respect the subsurface or physical condition; 3. Determine if the subsurface or physical condition falls within one or more of the differing Site condition categories in Paragraph 5.04.A; 4. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with the subsurface or physical condition in question; 5. Determine the need for changes in the Drawings or Specifications; and 6. Advise OPT of Designer’s findings, conclusions, and recommendations. C. OAR is to issue a statement to Contractor regarding the subsurface or physical condition in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. D. Possible Contract Price and Contract Times Adjustments: 1. Contractor is entitled to an equitable adjustment in Contract Price or Contract Times to the extent that a differing subsurface or physical condition causes a change in Contractor’s cost or time to perform the Work provided the condition falls within one or more of the categories described in Paragraph 5.04.A. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. 2. Contractor is not entitled to an adjustment in the Contract Price or Contract Times with respect to a subsurface or physical condition if: a. Contractor knew of the existence of the subsurface or physical condition at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; b. The existence of the subsurface or physical condition could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or c. Contractor failed to give notice as required by Paragraph 5.04.A. 3. Contractor may submit a Change Proposal no later than 30 days after OAR’s issuance of the OPT’s statement to Contractor regarding the subsurface or physical condition in question. General Conditions 00 72 00 - 20 Corpus Christi Standards - Regular Projects 03-23-2015 4. A Change Order is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor’s resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer’s findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer’s findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 00 72 00 - 21 Corpus Christi Standards - Regular Projects 03-23-2015 or indicated with reasonable accuracy. Any adjustment in Contract Price for Work that is paid for on a unit price basis is subject to the provisions of Paragraph 13.03. F. Contractor is not entitled an adjustment in the Contract Price or Contract Times with respect to an existing Underground Facility at the Site if: 1. Contractor knew of the existence of the existing Underground Facility at the Site at the time Contractor made an offer to Owner with respect to Contract Price and Contract Times; 2. The existence of the existing Underground Facility at the Site could have been discovered or revealed as a result of examinations, investigations, explorations, tests, or studies of the Site and contiguous areas expressly required by the Bidding Requirements or Contract Documents prior to when Contractor’s Bid is submitted or when Contractor negotiates the Contract Price; or 3. Contractor failed to give notice as required by Paragraph 5.05.B. G. Contractor may submit a Change Proposal regarding its entitlement to or the amount or extent of adjustments in the Contract Price or Contract Times no later than 30 days after OAR’s issuance of OPT’s statement to Contractor regarding the Underground Facility. 5.06 Hazardous Environmental Conditions at Site A. The Supplementary Conditions identify: 1. Those reports and drawings known to OPT relating to Hazardous Environmental Conditions that have been identified at or adjacent to the Site; and 2. Technical Data contained in these reports and drawings. B. Contractor may rely upon the accuracy of the Technical Data contained in reports and drawings relating to Hazardous Environmental Conditions identified in the Supplementary Conditions, but these reports and drawings are not Contract Documents. Except for the reliance on expressly identified Technical Data, Contractor may not rely upon or make claims against Owner’s Indemnitees with respect to: 1. The completeness of these reports and drawings for Contractor’s purposes, including aspects of the means, methods, techniques, sequences and procedures of construction to be employed by Contractor or Contractor’s safety precautions and programs related to Hazardous Environmental Conditions; 2. Other data, interpretations, opinions, and information contained in these reports or shown or indicated in the drawings; or 3. Any Contractor interpretation of or conclusion drawn from Technical Data or other data, interpretations, opinions, or information. C. The results of tests performed on materials described in environmental reports specifically prepared for the Project and made available to Contractor are defined as Technical Data unless Technical Data has been defined more specifically in the Supplementary Conditions. D. Contractor is not responsible for removing or remediating Hazardous Environmental Conditions encountered, uncovered, or revealed at the Site unless this removal or General Conditions 00 72 00 - 22 Corpus Christi Standards - Regular Projects 03-23-2015 remediation is expressly identified in the Contract Documents to be within the scope of the Work. E. Contractor is responsible for controlling, containing, and duly removing and remediating Constituents of Concern brought to the Site by Contractor’s Team and paying associated costs. 1. Owner may remove and remediate the Hazardous Environmental Condition and impose a set-off against payments to Contractor for associated costs if Contractor’s Team creates a Hazardous Environmental Condition and Contractor does not take acceptable action to remove and remediate the Hazardous Environmental Condition. 2. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to Hazardous Environmental Conditions are as set forth in Paragraph 7.14. F. Immediately notify the OAR and take the following action if Contractor uncovers or reveals a Hazardous Environmental Condition at the Site or adjacent areas used by the Contractor’s Team that was not created by the Contractor’s Team: 1. Secure or otherwise isolate this condition; 2. Stop Work in affected areas or connected with the condition, except in an emergency as required by Paragraph 7.12; and 3. Do not resume Work in connection with the Hazardous Environmental Condition or in affected areas until after OPT has obtained required permits and OAR sends notice to the Contractor: a. Specifying that this condition and affected areas are or have been rendered safe for the resumption of Work; or b. Specifying special conditions under which Work may be resumed safely. 4. Owner may order the portion of the Work that is in the area affected by the Hazardous Environmental Condition to be deleted from the Work following the procedures in Article 11 if Contractor does not agree to: a. Resume the Work based on a reasonable belief it is unsafe; or b. Resume the Work under the special conditions provided by the OAR. 5. Owner may have this deleted portion of the Work performed by Owner’s own forces or others in accordance with Article 8. G. Contractor may submit a Change Proposal or Owner may impose a set-off if an agreement is not reached within 10 days of OAR’s notice regarding the resumption of Work as to whether Contractor is entitled to an adjustment in Contract Price or Contract Times or on the amount or extent of adjustments resulting from this Work stoppage or special conditions under which Contractor agrees to resume Work. H. The provisions of Paragraphs 5.03, 5.04, and 5.05 do not apply to the presence of Constituents of Concern or a Hazardous Environmental Condition uncovered or revealed at the Site. General Conditions 00 72 00 - 23 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 6 – BONDS AND INSURANCE 6.01 Performance, Payment, and Other Bonds A. Furnish Performance and Payment Bonds, each in an amount equal to the Contract Price, as security for the faithful performance and payment of Contractor’s obligations under the Contract Documents. These Bonds are to remain in effect until 1 year after the date of final payment. Furnish other Bonds as required by the Contract Documents. B. Bonds furnished by the Contractor must meet the requirements of Texas Insurance Code Chapter 3503, Texas Government Code Chapter 2253, and all other applicable Laws and Regulations. C. Notify OAR immediately if the surety on Bonds furnished by Contractor: 1. Is declared bankrupt, or becomes insolvent; 2. Has its right to do business in Texas terminated; or 3. Ceases to meet the requirements of Paragraph 6.02. Provide a Bond and surety which comply with the requirements of Paragraph 6.02 within 20 days after the event giving rise to this notification. D. Contractor is to use amounts paid by Owner to Contractor under the Contract for the performance of the Contract and to satisfy claims against the Payment Bond. E. Notify the OAR of claims filed against the Payment Bond. Notify the claimant and OAR of undisputed amounts and the basis for challenging disputed amounts when a claimant has satisfied the conditions prescribed by Texas Government Code Chapter 2253. Promptly pay undisputed amount. F. Owner is not liable for payment of costs or expenses of claimants under the Payment Bond. Owner has no obligations to pay, give notice, or take other action to claimants under the Payment Bond. G. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 if Contractor fails to obtain or maintain required Bonds. H. OPT will provide a copy of the Payment Bond to Subcontractors, Suppliers, or other persons or entities claiming to have furnished labor or materials used in the performance of the Work that request this information in accordance with Texas Government Code Chapter 2253. 6.02 Licensed Sureties A. Provide Bonds in the form prescribed by the Contract Documents from sureties named in the list of “Companies Holding Certificates of Authority as Acceptable Sureties on Federal Bonds and as Acceptable Reinsuring Companies” as published in Circular 570 (amended) by the Financial Management Service, Surety Bond Branch, U.S. Department of the Treasury. B. Provide Bonds required by the Contract Documents from surety companies that are duly licensed or authorized to provide bonds in the State of Texas. General Conditions 00 72 00 - 24 Corpus Christi Standards - Regular Projects 03-23-2015 6.03 Insurance A. Obtain and maintain insurance as required in this Article and in SECTION 00 72 01 INSURANCE REQUIREMENTS. B. Deliver evidence of insurance in accordance with SECTION 00 72 01 INSURANCE REQUIREMENTS to the Owner to demonstrate that Contractor has obtained and is maintaining the policies, coverages, and endorsements required by the Contract. Provide copies of these certificates to each named insured and additional insured as identified in the Supplementary Conditions or otherwise. ARTICLE 7 – CONTRACTOR’S RESPONSIBILITIES 7.01 Supervision and Superintendence A. Supervise, inspect, and direct the performance of the Work in accordance with the Contract Documents. Contractor is solely responsible for the means, methods, techniques, sequences, and procedures of construction. B. Provide a competent resident superintendent acceptable to the OPT. The resident superintendent or acceptable qualified assistant is to be present at all times when Work is being done. Do not replace this resident superintendent except under extraordinary circumstances. Provide a replacement resident superintendent equally competent to the previous resident superintendent if replacement is required. Notify the Owner prior to replacing the resident superintendent and obtain Owner’s consent to the change in superintendent. 7.02 Labor; Working Hours A. Provide competent, suitably qualified personnel to survey and lay out the Work and perform Work to complete the Project. Maintain good discipline and order at the Site. B. Perform Work at the Site during regular working hours except as otherwise required for the safety or protection of persons or the Work or property at the Site or adjacent to the Site and except as otherwise stated in the Contract Documents. C. Do not perform Work on a Saturday, Sunday, or legal holiday without OAR’s consent. The following legal holidays are observed by the Owner: Holiday Date Observed New Year’s Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 00 72 00 - 25 Corpus Christi Standards - Regular Projects 03-23-2015 D. If a legal holiday falls on a Saturday, it will be observed the preceding Friday. If a legal holiday falls on a Sunday, it will be observed the following Monday. E. Pay additional cost incurred by Owner for services of the OAR or RPR to observe Work constructed outside of regular working hours. OAR will issue a Set-off in the Application for Payment for this cost per Paragraph 15.01.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor’s reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions 00 72 00 - 26 Corpus Christi Standards - Regular Projects 03-23-2015 days of Owner’s notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner’s initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers’ Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor’s Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor’s Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions 00 72 00 - 27 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner’s exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor’s compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor’s Bid is submitted or when Contractor negotiates the Contract Price. General Conditions 00 72 00 - 28 Corpus Christi Standards - Regular Projects 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor’s Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor’s Team. E. Contractor’s duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor’s Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner’s safety program if required to do so in the Supplementary Conditions. A copy of the Owner’s safety program will be provided in the Bidding Documents. General Conditions 00 72 00 - 29 Corpus Christi Standards - Regular Projects 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor’s General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor’s warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor’s warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor’s obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor’s obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions 00 72 00 - 30 Corpus Christi Standards - Regular Projects 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor’s performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. TO THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY’S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR’S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER’S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER’S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER’S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER’S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER’S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (I) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR’S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR’S TEAM, (II) CONTRACTOR’S TEAM’S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER’S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER’S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER’S AND OWNER’S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER’S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR’S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER’S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER’S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR’S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor’s Team or other individuals or entities under workers’ compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner’s Indemnitees by an employee or the survivor or personal representative of employee of Contractor’s Team. General Conditions 00 72 00 - 31 Corpus Christi Standards - Regular Projects 03-23-2015 E. The indemnification obligations of this Paragraph 7.14 do not extend to the liability of Designer arising out of the preparation of the Contract Documents or giving directions or instructions, or failing to give them, to the extent they are obligated to do so if that is the primary cause of the injury or damage. F. Notify the other party within 10 days if Owner or Contractor receives notice of any claim or circumstances that could give rise to an indemnified loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner’s Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner’s Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10-day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor’s counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner’s Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner’s Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner’s Indemnitees as an indemnified loss. 2. Owner’s Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner’s consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner’s Indemnitees to comply with restrictions or limitations that adversely affect Owner’s Indemnitees; b. Would require Owner’s Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner’s Indemnitees’ full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor’s responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 00 72 00 - 32 Corpus Christi Standards - Regular Projects 03-23-2015 B. The Contract Documents specify performance and design criteria related to systems, materials, or equipment if professional design services or certifications by a design professional related to systems, materials, or equipment are specifically required of Contractor. These services or certifications must be provided by the licensed Texas Professional Engineer or Registered Architect who prepares, signs, and seals drawings, calculations, specifications, certifications, Shop Drawings, and other documents. C. OPT is entitled to rely upon the adequacy, accuracy, and completeness of the services, certifications, or approvals performed by Contractor’s design professionals, provided OPT has specified to Contractor the performance and design criteria that these services must satisfy. D. Pursuant to this Paragraph 7.15, Designer’s review and approval of design calculations and design drawings is only for the limited purpose of checking for conformance with the performance and design criteria given and the design concepts expressed in the Contract Documents. Designer’s review and approval of Shop Drawings and other documents is only for the purpose stated in the Contract Documents. E. Contractor is not responsible for the adequacy of the performance or design criteria specified by OPT. Advise OPT if the performance or design criteria are known or considered likely to be inadequate or otherwise deficient. ARTICLE 8 – OTHER WORK AT THE SITE 8.01 Other Work A. Owner may arrange for other work at or adjacent to the Site which is not part of the Contractor’s Work. This other work may be performed by Owner’s employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor’s Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor’s Work. Contractor’s General Conditions 00 72 00 - 33 Corpus Christi Standards - Regular Projects 03-23-2015 failure to notify the OAR constitutes an acceptance of this other work as acceptable for integration with Contractor’s Work. This acceptance does not apply to latent defects or deficiencies in the work of others. F. Take adequate measures to prevent damages, delays, disruptions, or interference with the work of Owner, other contractors, or utility owners performing other work at or adjacent to the Site. 8.02 Coordination A. Owner has sole authority and responsibility for coordination of this other work unless otherwise provided in the Contract Documents. The Owner is to identify the entity with authority and responsibility for coordination of the activities of the various contractors, the limitations of their authority, and the work to be coordinated prior to the start of other work at or adjacent to the Site. 8.03 Legal Relationships A. Contractor may be entitled to a change in Contract Price or Contract Times if, while performing other work at or adjacent to the Site for Owner, the OPT, other contractor, or utility owner: 1. Damages the Work or property of Contractor’s Team; 2. Delays, disrupts, or interferes with the execution of the Work; or 3. Increases the scope or cost of performing the Work through their actions or inaction. B. Notify the OAR immediately of the event leading to a potential Change Proposal so corrective action can be taken. Submit the Change Proposal within 30 days of the event if corrective action has not adequately mitigated the impact of the actions or inactions of others. Information regarding this other work in the Contract Documents is used to determine if the Contractor is entitled to a change in Contract Price or Contract Times. Changes in Contract Price require that Contractor assign rights against the other contractor or utility owner to Owner with respect to the damage, delay, disruption, or interference that is the subject of the adjustment. Changes in Contract Times require that the time extension is essential to Contractor’s ability to complete the Work within the Contract Times. C. Take prompt corrective action if Contractor’s Team damages, delays, disrupts, or interferes with the work of Owner’s employees, other contractors, or utility owners performing other work at or adjacent to the Site or agree to compensate other contractors or utility owners for correcting the damage. Promptly attempt to settle claims with other contractors or utility owners if Contractor damages, delays, disrupts, or interferes with the work of other contractors or utility owners performing other work at or adjacent to the Site. D. Owner may impose a set-off against payments due to Contractor and assign the Owner’s contractual rights against Contractor with respect to the breach of the obligations described in this Paragraph 8.03 to other contractors or utility owners if damages, delays, disruptions, or interference occur. General Conditions 00 72 00 - 34 Corpus Christi Standards - Regular Projects 03-23-2015 E. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related damages, delays, disruptions, and interference with other work at the Site are as set forth in Paragraph 7.14. ARTICLE 9 – OWNER’S AND OPT’S RESPONSIBILITIES 9.01 Communications to Contractor A. OPT issues communications to Contractor through OAR except as otherwise provided in the Contract Documents. 9.02 Replacement of Owner’s Project Team Members A. Owner may replace members of the OPT at its discretion. 9.03 Furnish Data A. OPT is to furnish the data required of OPT under the Contract Documents. 9.04 Pay When Due A. Owner is to make payments to Contractor when due as described in Paragraphs 15.01.D and 15.06.D. 9.05 Lands and Easements; Reports and Tests A. Owner’s duties with respect to providing lands and easements are described in Paragraph 5.01. OPT will make copies of reports of explorations and tests of subsurface conditions and drawings of physical conditions relating to existing surface or subsurface structures at the Site available to Contractor in accordance with Paragraph 5.03. 9.06 Insurance A. Owner’s responsibilities with respect to purchasing and maintaining insurance are described in Article 6. 9.07 Modifications A. Owner’s responsibilities with respect to Modifications are described in Article 11. 9.08 Inspections, Tests, and Approvals A. OPT’s responsibility with respect to certain inspections, tests, and approvals are described in Paragraph 14.02. 9.09 Limitations on OPT’s Responsibilities A. The OPT does not supervise, direct, or have control or authority over, and is not responsible for Contractor’s means, methods, techniques, sequences, or procedures of construction, or related safety precautions and programs, or for failure of Contractor to comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for Contractor’s failure to perform the Work in accordance with the Contract Documents. General Conditions 00 72 00 - 35 Corpus Christi Standards - Regular Projects 03-23-2015 9.10 Undisclosed Hazardous Environmental Condition A. OPT’s responsibility for undisclosed Hazardous Environmental Conditions is described in Paragraph 5.06. 9.11 Compliance with Safety Program A. Contractor is to inform the OPT of its safety programs and OPT is to comply with the specific applicable requirements of this program. ARTICLE 10 – OAR’S AND DESIGNER’S STATUS DURING CONSTRUCTION 10.01 Owner’s Representative A. OAR is Owner’s representative. The duties and responsibilities and the limitations of authority of OAR as Owner’s representative are described in the Contract Documents. 10.02 Visits to Site A. Designer is to make periodic visits to the Site to observe the progress and quality of the Work. Designer is to determine, in general, if the Work is proceeding in accordance with the Contract Documents based on observations made during these visits. Designer is not required to make exhaustive or continuous inspections to check the quality or quantity of the Work. Designer is to inform the OPT of issues or concerns and OAR is to work with Contractor to address these issues or concerns. Designer’s visits and observations are subject to the limitations on Designer’s authority and responsibility described in Paragraphs 9.09 and 10.07. B. OAR is to observe the Work to check the quality and quantity of Work, implement Owner’s quality assurance program, and administer the Contract as Owner’s representative as described in the Contract Documents. OAR’s visits and observations are subject to the limitations on OAR’s authority and responsibility described in Paragraphs 9.09 and 10.07. 10.03 Resident Project Representatives A. Resident Project Representatives assist OAR in observing the progress and quality of the Work at the Site. The limitations on Resident Project Representatives’ authority and responsibility are described in Paragraphs 9.09 and 10.07. 10.04 Rejecting Defective Work A. OPT has the authority to reject Work in accordance with Article 14. OAR is to issue a Defective Work Notice to Contractor and document when Defective Work has been corrected or accepted in accordance with Article 14. 10.05 Shop Drawings, Modifications and Payments A. Designer’s authority related to Shop Drawings and Samples are described in the Contract Documents. B. Designer’s authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions 00 72 00 - 36 Corpus Christi Standards - Regular Projects 03-23-2015 C. OAR and Designer’s authority related to Modifications is described in Articles 11. D. OAR’s authority related to Applications for Payment is described in Articles 13 and 15. 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work A. OAR is to render decisions regarding non-technical or contractual / administrative requirements of the Contract Documents and will coordinate the response of the OPT to Contractor. B. Designer is to render decisions regarding the conformance of the Work to the requirements of the Contract Documents. Designer will render a decision to either correct the Defective Work, or accept the Work under the provisions of Paragraph 14.04, if Work does not conform to the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OAR will issue a Request for a Change Proposal if a Modification is required. OAR will provide documentation for changes related to the non-technical or contractual / administrative requirements of the Contract Documents. Designer will provide documentation if design related changes are required. D. Contractor may appeal Designer’s decision by submitting a Change Proposal if Contractor does not agree with the Designer’s decision. 10.07 Limitations on OAR’s and Designer’s Authority and Responsibilities A. OPT is not responsible for the acts or omissions of Contractor’s Team. No actions or failure to act, or decisions made in good faith to exercise or not exercise the authority or responsibility available under the Contract Documents creates a duty in contract, tort, or otherwise of the OPT to the Contractor or members of the Contractor’s Team. ARTICLE 11 – AMENDING THE CONTRACT DOCUMENTS; CHANGES IN THE WORK 11.01 Amending and Supplementing the Contract Documents A. The Contract Documents may be modified by a Contract Amendment, Change Order, Work Change Directive, or Field Order. 1. Contract Amendment: Owner and Contractor may modify the terms and conditions of the Contract Documents without the recommendation of the Designer using a Contract Amendment. A Contract Amendment may be used for: a. Changes that do not involve: 1) The performance or acceptability of the Work; 2) The design as described in the Drawings, Specifications, or otherwise; or 3) Other engineering, architectural or technical matters. b. Authorizing new phases of the Work and establishing the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work when using phased construction or purchasing Goods and Special Services to be incorporated into the Project. General Conditions 00 72 00 - 37 Corpus Christi Standards - Regular Projects 03-23-2015 2. Change Order: All changes to the Contract Documents that include a change in the Contract Price or the Contract Times for previously authorized Work, or changes to the Work requiring Designer’s approval must be made by a Change Order. A Change Order may also be used to establish modifications of the Contract Documents that do not affect the Contract Price or Contract Times. 3. Work Change Directive: A Work Change Directive does not change the Contract Price or the Contract Times, but is evidence that the parties expect that the modifications ordered or documented by a Work Change Directive are to be incorporated in a subsequently issued Change Order following negotiations on the Contract Price and Contract Times. Contractor must submit a Change Proposal seeking an adjustment of the Contract Price or the Contract Times no later than 30 days after the completion of the Work set out in the Work Change Directive if negotiations are unsuccessful under the terms of the Contract Documents governing adjustments, expressly including Paragraphs 11.04 and 11.05. 4. Field Order: Designer may require minor changes in the Work that do not change the Contract Price or Contract Times using a Field Order. OAR may issue a Field Order for non-technical, administrative issues. Submit a Change Proposal if Contractor believes that a Field Order justifies an adjustment in the Contract Price or Contract Times before proceeding with the Work described in the Field Order. B. Perform added or revised Work under the applicable provisions of the Contract Documents for the same or similar Work unless different Drawings, Specifications, or directions are provided in the Modification. 11.02 Owner-Authorized Changes in the Work A. Owner may order additions, deletions, or revisions in the Work at any time as recommended by the Designer to the extent the change: 1. Involves the design as described in the Contract Documents; 2. Involves acceptance of the Work; or 3. Involves other engineering, architectural or technical matters. B. These changes may be authorized by a Modification. Proceed with the Work involved or, in the case of a deletion in the Work, immediately cease construction activities with respect to the deleted Work upon receipt of the Modification. Nothing in this paragraph obligates the Contractor to undertake Work that Contractor reasonably concludes cannot be performed in a manner consistent with Contractor’s safety obligations under the Contract Documents or Laws and Regulations. 11.03 Unauthorized Changes in the Work A. Contractor is not entitled to an increase in the Contract Price or an extension of the Contract Times with respect to Work performed that is not required by the Contract Documents, except in the case of an emergency as provided in Paragraph 7.12, or in the case of uncovering Work as provided in Paragraph 14.05. General Conditions 00 72 00 - 38 Corpus Christi Standards - Regular Projects 03-23-2015 B. Contractor is responsible for costs and time delays associated with variations from the requirements of the Contract Documents unless the variations are specifically approved by Change Order. 11.04 Change of Contract Price A. The Contract Price can only be changed by a Change Order. Any Change Proposal for an adjustment in the Contract Price must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment of Contract Price must comply with the provisions of Article 12. B. An adjustment in the Contract Price is to be determined as follows: 1. By applying unit prices to the quantities of the items involved, subject to the provisions of Paragraph 13.03, where the Work involved is covered by unit prices in the Contract Documents; 2. By a mutually agreed lump sum where the Work involved is not covered by unit prices in the Contract Documents; or 3. Payment on the basis of the Cost of the Work determined as provided in Paragraph 13.01 plus a Contractor’s fee for overhead and profit determined as provided in Paragraph 11.04.D when the Work involved is not covered by unit prices in the Contract Documents or the parties do not reach a mutual agreement to a lump sum. C. The original Contract Price may not be increased by more than 25 percent or the limit set out in Texas Local Government Code 252.048 or its successor statute. Owner may decrease the Work by up to 25 percent of the Contract Price without adjusting Contractor’s fee. D. Contractor’s Fee: Determine the Contractor’s fee for overhead and profit as follows: 1. A mutually acceptable fixed fee; or 2. A fee based on the following percentages of the various portions of the Cost of the Work: a. The Contractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2; b. The Contractor’s fee is 5 percent for costs incurred under Paragraph 13.01.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor’s fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions 00 72 00 - 39 Corpus Christi Standards - Regular Projects 03-23-2015 3. The adjustment in Contractor’s fee is based on the net change in accordance with Paragraphs 11.04.D.2.a through 11.04.D.2.e, inclusive when both additions and credits are involved in any one change. 11.05 Change of Contract Times A. The Contract Times can only be changed by Change Order. Any Change Proposal for an adjustment in the Contract Times must comply with the provisions of Paragraph 11.06. Any Claim for an adjustment in the Contract Times must comply with the provisions of Article 12. B. An adjustment of the Contract Times is subject to the limitations described in Paragraph 4.04. 11.06 Change Proposals A. Submit a Change Proposal to the OAR to: 1. Request an adjustment in the Contract Price or Contract Times; 2. Appeal an initial decision by OPT concerning the requirements of the Contract Documents or relating to the acceptability of the Work under the Contract Documents; 3. Contest a set-off against payment due; or 4. Seek other relief under the Contract Documents. B. Notify the OAR immediately if a Change Proposal is to be submitted. Submit each Change Proposal to OAR no later than 30 days after the event initiating the Change Proposal. Submit the following as part of the Change Proposal: 1. Any proposed change in Contract Price, Contract Times, or other relief, accompanied by a statement that the requested Change Order is the entire adjustment to which Contractor believes it is entitled; 2. The reason for the proposed change; and 3. Supporting data, accompanied by a statement that the supporting data is accurate and complete. C. OAR is to advise OPT regarding the Change Proposal. OPT is to review each Change Proposal and Contractor’s supporting data, and within 30 days after receipt of the documents, direct the OAR to either approve or deny the Change Proposal in whole or in part. OAR is to issue a Change Order for an approved Change Proposal. The Contractor may deem the Change Proposal to be denied if OAR does not take action on the Change Proposal within 30 days and start the time for appeal of the denial under Article 12. 11.07 Execution of Change Orders A. Owner and Contractor are to execute Change Orders covering: 1. Changes in the Contract Price or Contract Times which are agreed to by Owner and Contractor, including undisputed sums or amount of time for Work actually performed in accordance with a Work Change Directive; General Conditions 00 72 00 - 40 Corpus Christi Standards - Regular Projects 03-23-2015 2. Changes in Contract Price resulting from Owner set-offs unless the set-off has been successfully challenged by Contractor; 3. Changes in the Work which are: a. Ordered by Owner pursuant to Paragraph 11.02.A, b. Required because Defective Work was accepted under Paragraph 14.04 or Owner’s correction of Defective Work under Paragraph 14.07, or c. Agreed to by the Owner and Contractor; and 4. Changes in the Contract Price or Contract Times, or other changes under Paragraph 11.06 or Article 12. B. Acceptance of a Change Order by Contractor constitutes a full accord and satisfaction for any and all claims and costs of any kind, whether direct or indirect, including but not limited to impact, delay, or acceleration damages arising from the subject matter of the Change Order. Each Change Order must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor’s agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor’s submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions 00 72 00 - 41 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 12 – CLAIMS 12.01 Claims A. Follow the Claims process described in this Article for the following disputes between Owner and Contractor: 1. A demand or assertion by Owner to Contractor, submitted in accordance with the requirements of the Contract Documents: a. Seeking an adjustment of Contract Price or Contract Times; b. Contesting an initial decision by Designer concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; c. Contesting Designer’s decision regarding a Change Proposal; d. Seeking resolution of a contractual issue that OAR has declined to address; or e. Seeking other relief with respect to the terms of the Contract. 2. A demand or assertion by Contractor to Owner, submitted in accordance with the requirements of the Contract Documents: a. Contesting OPT’s decision regarding a Change Proposal; or b. Seeking resolution of a contractual issue that OPT has declined to address. 12.02 Claims Process A. Claims must be initiated by written notice. B. Claims by Contractor must be in writing and delivered to the Owner, Designer, and the OAR within 7 days: 1. After the start of the event giving rise to the Claim; or 2. After a final decision on a Change Proposal has been made. C. Claims by Owner must be submitted by written notice to Contractor. D. The responsibility to substantiate a Claim rests with the entity making the Claim. E. In the case of a Claim by Contractor seeking an increase in the Contract Price or Contract Times, Contractor must certify that the Claim is made in good faith, that the supporting data is accurate and complete, and that to the best of Contractor’s knowledge and belief, the amount of time or money requested accurately reflects the full amount to which Contractor is entitled. F. The entity receiving a Claim is to review the Claim giving full consideration to its merits. The Owner and Contractor are to seek to resolve the Claim through the exchange of information and direct negotiations. The Owner and Contractor may extend the time for resolving the Claim by mutual agreement. Notify OAR of actions taken on a Claim. G. Owner and Contractor may mutually agree to mediate the underlying dispute at any time after initiation of a Claim. 1. The agreement to mediate suspends the Claim submittal and response process. General Conditions 00 72 00 - 42 Corpus Christi Standards - Regular Projects 03-23-2015 2. Owner or Contractor may unilaterally terminate the mediation process after 60 days from the agreement to mediate and resume the Claim submittal and decision process as of the date of the termination. The Claim process resumes as of the date of the conclusion of the mediation, as determined by the mediator, if the mediation is unsuccessful in resolving the dispute. 3. Owner and Contractor are to each pay one-half of the mediator’s fees and costs. H. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 – COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time-and-materials, or other cost-based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor’s employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions 00 72 00 - 43 Corpus Christi Standards - Regular Projects 03-23-2015 2) Unemployment, 3) Excise and payroll taxes, 4) Workers’ compensation, 5) Health and retirement benefits, 6) Bonuses, and 7) Paid time off for sick leave, vacations, and holidays; and c. Actual cost of additional compensation paid for performing Work outside of regular working hours, on Saturday, Sunday, or legal holidays, to the extent authorized by Owner. 2. Cost of materials and equipment furnished and incorporated in the Work, including transportation and storage costs and required Suppliers’ field services. Contractor may retain cash discounts unless Owner provided funds to the Contractor for early payment of these materials and equipment. Cash discounts are to be credited to Owner if the Owner provides funds for early payment. Make provisions for trade discounts, rebates, refunds, and returns from sale of surplus materials and equipment and reduce the Cost of the Work by these amounts. 3. Payments made by Contractor to Subcontractors for Work performed by Subcontractors. Obtain competitive bids from Subcontractors acceptable to Owner unless Owner agrees to use Subcontractors proposed by the Contractor. Bids are to be opened in the presence of the OAR and other designated members for the OPT. Provide copies of bids to the OAR to use in determining, with the OPT, which bids are acceptable. The Subcontractor’s Cost of the Work and fee are determined in the same manner as Contractor’s Cost of the Work and fee as provided in this Paragraph 13.01 if the subcontract provides that the Subcontractor is to be paid on the basis of Cost of the Work plus a fee. 4. Supplemental costs including the following: a. The proportion of necessary transportation, travel, and subsistence expenses of Contractor’s employees incurred in discharge of duties connected with the Work; b. Costs of materials, supplies, equipment, machinery, appliances, office, and temporary facilities at the Site including transportation and maintenance costs; c. Costs of hand tools not owned by the workers consumed in the performance of the Work. Costs of hand tools not owned by the workers which are used but not consumed in the performance of the Work and which remain the property of Contractor, less their market value when Work is completed; d. Rental of construction equipment, including the costs of transporting, loading, unloading, assembling, dismantling, and removing construction equipment, whether rented from Contractor or others, in accordance with rental agreements approved by Owner. Costs for rental of equipment will not be paid when the equipment is no longer necessary for the Work. Justify idle time for equipment by demonstrating that it was necessary to keep equipment on Site for related future Work; General Conditions 00 72 00 - 44 Corpus Christi Standards - Regular Projects 03-23-2015 e. Applicable sales, consumer, use, and other similar taxes related to the Work for which the Owner is not exempt, and which Contractor pays consistent with Laws and Regulations; f. Deposits lost for causes other than negligence of Contractor’s Team; g. Royalty payments and fees for permits and licenses; h. Cost of additional utilities, fuel, and sanitary facilities at the Site; i. Minor expense items directly required by the Work; and j. Premiums for Bonds and insurance required by the Contract Documents. D. The Cost of the Work does not include the following items: 1. Payroll costs and other compensation of Contractor’s officers, executives, principals of partnerships and sole proprietorships, general managers, safety managers, superintendents, engineers, architects, estimators, attorneys, auditors, accountants, purchasing and contracting agents, expediters, clerks, and other personnel employed by Contractor, whether at the Site or in Contractor’s principal or branch office, for general administration of the Work and not specifically included in the agreed upon schedule of job classifications referred to in Paragraph 13.01.C.1 or specifically covered by Paragraph 13.01.C.4. These administrative costs are covered by the Contractor’s fee. 2. Office expenses other than Contractor’s office at the Site. 3. Any part of Contractor’s capital expenses, including interest on Contractor’s capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor’s Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor’s fee. 6. Any Indemnified Cost paid with regard to Contractor’s indemnification of Owner’s Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor’s fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.C for Work covered by a Modification determined on the basis of Cost of the Work. F. Establish and maintain records in accordance with generally accepted accounting practices and submit these records, including an itemized cost breakdown together with supporting General Conditions 00 72 00 - 45 Corpus Christi Standards - Regular Projects 03-23-2015 data, in a form and at intervals acceptable to OAR whenever the Cost of the Work is to be determined pursuant to this Paragraph 13.01. 13.02 Allowances A. Include allowances specified in the Contract Documents in the Contract Price and provide Work covered by the allowance as authorized by the Owner through the OAR. B. Contractor agrees that: 1. The cash allowance is used to compensate the Contractor for the cost of furnishing materials and equipment for the Work covered by the allowance item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor’s costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor’s overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR’s decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR’s decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 00 72 00 - 46 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor believes it has incurred additional expense as a result of this condition or if Owner believes that the quantity variation entitles Owner to an adjustment in the Contract Price. 13.04 Contingencies A. Contingency funds may be included in the Contract Price to pay for Work not defined specifically by the Contract Documents that is essential to the completion of the Project. Contingency funds will be as described in the Agreement. B. The contingency funds may be used for costs incurred by the Contractor provided these costs are approved by the Owner. Costs are to be determined and documented in accordance with Paragraph 13.01. The contingency funds are not to be used for the following items: 1. Cost overruns due to changes in material costs after the Contract Price is established, unless specific price escalation provisions are made in the Agreement. 2. Rework required to correct Defective Work. 3. Inefficiencies in completing the Work due to the Contractor’s selected means, methods, sequences, or procedures of construction. 4. Work Contractor failed to include in the Contract Price. 5. Changes required by changes in Laws and Regulations enacted after the Contract Price is established. 6. Any Work that does not constitute a change in Scope in the Work included in the Contract Price. C. OAR is to issue a Change Order for approved expenditures from contingency funds. When the Change Order is issued, the costs are to be added to the Application for Payment. Contractor is to maintain a tabulation showing the contingency amount, adjustments to the contingency amount, and amounts remaining as the Project progresses. D. Any contingency amounts that are not included in a Change Order are retained by the Owner. A Change Order will be issued to deduct unused contingency amounts from the Contract Price prior to Final Payment. ARTICLE 14 – TESTS AND INSPECTIONS; CORRECTION, REMOVAL, OR ACCEPTANCE OF DEFECTIVE WORK 14.01 Access to Work A. Provide safe access to the Site and the Work for the observation, inspection, and testing of the Work in progress. Contractor can require compliance with Contractor’s safety procedures and programs as part of providing safe access. 14.02 Tests, Inspections, and Approvals A. OPT may retain and pay for the services of an independent inspector, testing laboratory, or other qualified individual or entity to perform inspections. Notify OAR when the Work is ready for required inspections and tests. Provide adequate notice to allow for coordination General Conditions 00 72 00 - 47 Corpus Christi Standards - Regular Projects 03-23-2015 with entities providing inspection or testing as determined by the OAR. Cooperate with inspection and testing personnel and assist with providing access for required inspections, tests, and handling test specimens or Samples. B. Arrange for and facilitate inspections, tests, and approvals required by Laws or Regulations of governmental entities having jurisdiction that require Work to be inspected, tested, or approved by an employee or other representative of that entity. Pay associated costs and furnish OAR with the required certificates of inspection or approval. C. Arrange, obtain, and pay for inspections and tests required: 1. By the Contract Documents, unless the Contract Documents expressly allocate responsibility for a specific inspection or test to OPT; 2. To attain OPT’s acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor’s purchase thereof for incorporation in the Work; 6. For re-inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor’s obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner’s special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions 00 72 00 - 48 Corpus Christi Standards - Regular Projects 03-23-2015 14.04 Acceptance of Defective Work A. Owner may elect to accept Defective Work instead of requiring correction or removal and replacement of Defective Work provided: 1. This acceptance occurs prior to final payment; 2. Designer confirms that the Defective Work is in general accordance with the design intent and applicable engineering or architectural principles; and 3. Designer confirms that acceptance of the Defective Work does not endanger public health or safety. B. Owner may impose a reasonable set-off against payments due under Article 15 for costs associated with OPT’s evaluation of Defective Work to determine if it can be accepted and to determine the diminished value of the Work. Owner may impose a reasonable set-off against payments due under Article 15 if the parties are unable to agree as to the decrease in the Contract Price to compensate Owner for the diminished value of Defective Work accepted. OAR is to issue a Modification for acceptance of the Defective Work prior to final payment. Pay an appropriate amount to Owner if the acceptance of Defective Work occurs after final payment. 14.05 Uncovering Work A. OPT has the authority to require inspection or testing of the Work, whether or not the Work is fabricated, installed, or completed. B. Work that is covered prior to approval of the OAR must be uncovered for OPT’s observation if requested by OAR. Pay for uncovering Work and its subsequent restoration unless Contractor has given OAR timely notice of Contractor’s intention to cover the Work and OAR fails to act with reasonable promptness in response to this notice. C. Provide necessary labor, material, and equipment and uncover, expose, or otherwise make available the portion of the Work suspected of being Defective for observation, inspection, or testing if OPT considers it necessary or advisable that covered Work be observed by Designer or inspected or tested by others as directed by the OAR. 1. Pay for claims, costs, losses, and damages associated with uncovering, exposing, observing, inspecting, and testing if it is found that the uncovered Work is Defective. Pay costs for correction of Defective Work. Pay for reconstruction, repair, or replacement of work of others if it is found that the uncovered Work is Defective. 2. Submit a Change Proposal for an increase in the Contract Price or an extension of the Contract Times directly attributable to this uncovering, exposure, observation, inspection, testing, and reconstruction if the uncovered Work is found to be not Defective. 14.06 Owner May Stop the Work A. Owner may order Contractor to stop the Work if: 1. The Work is Defective; 2. Contractor fails to supply sufficient skilled workers or suitable materials or equipment; or General Conditions 00 72 00 - 49 Corpus Christi Standards - Regular Projects 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner’s right to stop the Work does not create a duty to exercise this right for the benefit of Contractor’s Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days’ notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor’s services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor’s Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner’s rights and remedies under this Paragraph 14.07. ARTICLE 15 – PAYMENTS TO CONTRACTOR; SET-OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions 00 72 00 - 50 Corpus Christi Standards - Regular Projects 03-23-2015 3. Progress payments for Work to be paid on the basis of the Cost of the Work per Paragraphs 13.01, 13.02 and 13.04 are to be paid for Work completed by Contractor during the pay period. B. Reduction in Payment by Owner: 1. Owner is entitled to impose a set-off against payment based on the following: a. Claims made against Owner or costs, losses, or damages incurred by Owner related to: 1) Contractor’s conduct in the performance of the Work, including, but not limited to, workplace injuries, non-compliance with Laws and Regulations, or patent infringement; or 2) Contractor’s failure to take reasonable and customary measures to avoid damage, delay, disruption, and interference with other work at or adjacent to the Site, including but not limited to, workplace injuries, property damage, and non-compliance with Laws and Regulations. b. Owner has been required to remove or remediate a Hazardous Environmental Condition for which Contractor is responsible; c. Work is Defective, or completed Work has been damaged by Contractor’s Team, requiring correction or replacement; d. Owner has been required to correct Defective Work or complete Work in accordance with Paragraph 14.07; e. The Contract Price has been reduced by Change Orders; f. Events have occurred that would constitute a default by Contractor justifying a termination for cause; g. Liquidated damages have accrued as a result of Contractor’s failure to achieve Milestones, Substantial Completion, or completion of the Work; h. Liens have been filed in connection with the Work, except where Contractor has delivered a specific Bond satisfactory to Owner to secure the satisfaction and discharge of these Liens; i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; j. Failure to submit up-to-date record documents as required by the Contract Documents; k. Failure to submit monthly Progress Schedule updates or revised schedules as requested by the OAR; l. Failure to provide Project photographs required by the Contract Documents; m. Failure to provide Certified Payroll required by the Contract Documents; n. Compensation for OPT for overtime charges of OAR or RPR, third review of documents, review of substitutions, re-inspection fees, inspections or designs related to correction of Defective Work, or other services identified as requiring payment by the Contractor; General Conditions 00 72 00 - 51 Corpus Christi Standards - Regular Projects 03-23-2015 o. Costs for tests performed by the Owner to verify that Work previously tested and found to be Defective has been corrected; p. OPT has actual knowledge of the occurrence of events that would constitute a default by Contractor and therefore justify termination for cause under the Contract Documents with associated cost impacts; q. Other items entitling Owner to a set-off against the amount recommended; or r. Payment would result in an over-payment of the Contract Price. 2. Compensation for services of OPT staff is to be at the rates established by negotiations between OPT and Contractor. 3. OAR is to notify Contractor stating the amount and the reasons for an imposed set-off. The Owner is to pay the Contractor amounts remaining after deduction of the set-off. Owner is to pay the set-off amount agreed to by Owner and Contractor if Contractor remedies the reasons for the set-off. Contractor may submit a Change Proposal contesting the set-off. C. Delayed Payments: 1. No money shall be paid by Owner upon any claim, debt, demand, or account whatsoever, to any person, firm, or corporation who is in arrears to Owner for taxes; and Owner shall be entitled to counterclaim and automatically offset against any such debt, claim, demand, or account in the amount of taxes so in arrears and no assignment or transfer of such debt, claim, demand, or account after said taxes are due, shall affect the right of Owner to offset said taxes, and associated penalties and interest if applicable, against the same. 2. No payment will be made for Work authorized by a Work Change Directive until the Work Change Directive is incorporated into a Change Order. Payment can be included in an Application for payment when the Change Order is approved. D. The Owner is to pay the amount of payment recommended by the OAR within 30 days after receipt of the Application for Payment and accompanying documentation from the OAR. 15.02 Contractor’s Warranty of Title A. Contractor warrants and guarantees that title to the Work, materials, and equipment furnished under the Contract is to pass to Owner free and clear of Liens, title defects, and patent, licensing, copyright, or royalty obligations no later than 7 days after the time of payment by Owner of the Application for Payment which includes these items. 15.03 Substantial Completion A. Notify OAR when Contractor considers the entire Work substantially complete and request a Certificate of Substantial Completion. B. OPT is to inspect the Work after Contractor’s notification to determine if the Work is substantially complete. OAR is to either issue the Certificate of Substantial Completion which sets the date of Substantial Completion or notify Contractor of the reasons the Project is not considered to be substantially complete. General Conditions 00 72 00 - 52 Corpus Christi Standards - Regular Projects 03-23-2015 C. The OPT and Contractor are to meet to discuss Owner’s use or occupancy of the Work following Substantial Completion. Items to be discussed at this meeting include: 1. Review of insurance policies with respect to the end of the Contractor’s coverage, and confirm the transition to coverage of the Work under a permanent property insurance policy held by Owner; 2. Owner’s assumption of responsibility for security, operation, protection of the Work, maintenance, and utilities upon Owner’s use or occupancy of the Work; 3. Contractor’s obligations for operations and maintenance during performance and acceptance testing; 4. Contractor’s access to the Site to complete punch list items; and 5. Procedures for correction of Defective Work during the 1-year correction period. 15.04 Partial Utilization A. Owner may use or occupy substantially completed parts of the Work which are specifically identified in the Contract Documents, or which OPT and Contractor agree constitutes a separately functioning and usable part of the Work prior to Substantial Completion of the Work. Owner must be able to use that part of the Work for its intended purpose without significant interference with Contractor’s performance of the remainder of the Work. Contractor and OPT are to follow the procedures of Paragraph 15.03 for this part of the Work. B. No use or occupancy or separate operation of part of the Work may occur prior to compliance with the requirements of Article 6. 15.05 Final Inspection A. OPT is to make a final inspection upon notice from Contractor that the entire Work or portion to be accepted under Paragraph 15.04 is complete. OAR is to notify Contractor of Work determined to be incomplete or Defective. Immediately take corrective measures to complete the Work and correct Defective Work. 15.06 Final Payment A. Make Application for Final Payment after completing required corrections identified during the final inspection and delivering items and documents required by the Contract Documents. Provide the following with the final Application for Payment: 1. Consent of Surety to Final Payment acknowledging unsettled disputes; and 2. Certification of Payment of Debts and Claims or Certification of Release of Liens or furnish receipts or releases in full from Subcontractors and Suppliers. B. OAR is to either recommend payment of the final Application for Payment to Owner if OPT is satisfied that the Work has been completed and Contractor’s other obligations under the Contract Documents have been fulfilled or notify the Contractor of the OPT’s reasons for not recommending final payment. General Conditions 00 72 00 - 53 Corpus Christi Standards - Regular Projects 03-23-2015 C. The Work is complete, subject to surviving obligations, when it is ready for final payment as established by the OAR’s recommendation of payment of the final Application for Payment to Owner and the issuance of a Certificate of Final Completion. D. The Owner is to pay the amount of final payment recommended by the OAR within 30 days after receipt of the final Application for Payment and accompanying documentation from the OAR. 15.07 Waiver of Claims A. The making of final payment does not constitute a waiver by Owner of claims or rights against Contractor. Owner expressly reserves claims and rights arising from: 1. Unsettled Liens or claims for non-payment; 2. Defective Work appearing after final inspection pursuant to Paragraph 15.05; 3. Contractor’s failure to comply with the Contract Documents or the terms of specified special guarantees; or 4. Contractor’s continuing obligations under the Contract Documents. B. Contractor waives claims and rights against Owner by accepting final payment with the exception of those Claims made in accordance with the provisions of Article 17 and specifically noted in the Certificate of Final Completion. 15.08 Correction Period A. Promptly correct Defective Work without cost to Owner for 1 year after the date of Substantial Completion or longer periods of time prescribed by the terms of the Contract Documents. B. Promptly correct damages to the Site or adjacent areas that Contractor has arranged to use through construction easements or other agreements. Promptly correct damages to Work or the work of others. Make corrections without cost to Owner. C. Owner may have the Defective Work and damages described in Paragraphs 15.08.A and 15.08.B corrected if Contractor does not comply with the terms of OAR’s instructions, or in an emergency where delay would cause serious risk of loss or damage. D. Contractor’s obligation to indemnify Owner’s Indemnitees for claims arising out of or related to the correction of Defective Work are as set forth in Paragraph 7.14. E. The correction period starts to run from the date when a specific item of equipment or systems are placed in continuous beneficial use by Owner before Substantial Completion of Work if so provided in the Specifications or if accepted for beneficial use by the Owner. F. The correction period is extended for an additional period of 1 year for Defective Work corrected after the date of Substantial Completion or after the accepted date the correction period starts to run as described in Paragraph 15.08.E. This extended correction period starts to run when Defective Work has been satisfactorily corrected under this Paragraph 15.08. General Conditions 00 72 00 - 54 Corpus Christi Standards - Regular Projects 03-23-2015 G. Contractor’s obligations under this Paragraph 15.08 are in addition to other obligations or warranties. The provisions of this Paragraph 15.08 are not a substitute for, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 – SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor’s persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor’s creditors, or e. A receiver is appointed on account of Contractor’s insolvency; 5. Contractor’s disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor’s repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR’s request for this information. General Conditions 00 72 00 - 55 Corpus Christi Standards - Regular Projects 03-23-2015 C. Owner may declare Contractor to be in default, give notice to Contractor and surety that the Contract is terminated, and enforce the rights available to Owner under the Performance Bond after giving Contractor and surety 10 days’ notice that one or more of the events identified in Paragraph 16.02.A has occurred. D. Owner may exclude Contractor from the Site, take possession of the Work, incorporate the materials and equipment stored and complete the Work as Owner may deem expedient if Owner has terminated the Contract for cause. E. Owner may elect not to proceed with termination of the Contract under this Paragraph 16.02 if Contractor begins to cure the cause for termination within 7 days of receipt of notice of intent to terminate. F. Contractor is not entitled to receive further payments until the Work is completed if Owner proceeds as provided in this Paragraph 16.02. The amount of the Contract Price remaining is to be paid to the Contractor if the unpaid balance exceeds the cost to complete the Work. This cost to complete the Work may include related claims, costs, losses, damages, and the fees and charges of engineers, architects, attorneys, and other professionals retained by Owner. Pay the difference to Owner if the cost to complete the Work including related claims, costs, losses, and damages exceeds the unpaid balance of the Contract Price. Claims, costs, losses, and damages incurred by Owner are to be reviewed as to their reasonableness and incorporated in a Change Order by OAR. Owner is not required to obtain the lowest price for the Work performed when exercising its rights or remedies under this paragraph. G. Termination does not affect the rights or remedies of Owner against Contractor or against surety under the Payment Bond or Performance Bond. Owner does not release Contractor from liability by paying or retaining money due Contractor. 16.03 Owner May Terminate For Convenience A. Owner may terminate the Contract without cause after giving 7 days’ notice to Contractor of the effective date of termination. Contractor is to be paid for the following if Owner terminates for convenience: 1. Work completed in accordance with the Contract Documents prior to the effective date of termination; 2. Actual costs sustained prior to the effective date of termination for Work in progress, plus a fee calculated in accordance with Paragraph 11.04.D.; and 3. Reasonable expenses directly attributable to termination, including costs incurred to prepare a termination for convenience cost proposal. B. No payment is payable to Contractor for loss of anticipated overhead, profits or revenue, or other economic loss arising out of or resulting from this termination. General Conditions 00 72 00 - 56 Corpus Christi Standards - Regular Projects 03-23-2015 ARTICLE 17 – FINAL RESOLUTION OF DISPUTES 17.01 Methods and Procedures A. The Owner or Contractor may appeal a Claim, approved or denied in part or in full, by: 1. Electing to invoke the dispute resolution process if one is provided for in the Supplementary Conditions; 2. Agreeing with the other party to submit the dispute to a dispute resolution process; or 3. Notifying the other party of the intent to submit the dispute to a court of competent jurisdiction if no dispute resolution process is provided for in the Supplementary Conditions or mutually agreed to. ARTICLE 18 – MISCELLANEOUS 18.01 Computation of Times A. Exclude the first day and include the last day when determining dates for a period of time referred to in the Contract Documents by days. The last day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner’s Right to Audit Contractor’s Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions 00 72 00 - 57 Corpus Christi Standards - Regular Projects 03-23-2015 have any bearing on or pertain to any matters, rights, duties or obligations under or covered by any Agreement Documents. B. Owner agrees to exercise the right to audit, examine or inspect Contractor’s records only during regular business hours. Contractor agrees to allow Owner and/or Owner’s designee access to all of the Contractor's Records, Contractor's facilities and current or former employees of Contractor, deemed necessary by Owner or its designee(s), to perform such audit, inspection or examination. Contractor also agrees to provide adequate and appropriate work space necessary for Owner or its designees to conduct such audits, inspections or examinations. C. Contractor must include this Section in any Subcontractor, supplier or vendor contract. 18.03 Independent Contractor A. Contractor is to perform its duties under this Contract as an independent contractor. The Contractor’s Team and their personnel are not considered to be employees or agents of the Owner. Nothing in this Contract is to be interpreted as granting Contractor’s Team the right or authority to make commitments for the Owner. This Contract does not constitute or create a joint venture, partnership, or formal business organization of any kind. 18.04 Cumulative Remedies A. The duties and obligations imposed by these General Conditions and the rights and remedies available to the Owner or Contractor by these General Conditions are in addition to, and are not a limitation of, the rights and remedies which are otherwise imposed or available by: 1. Laws or Regulations; 2. Special warranties or guarantees; or 3. Other provisions of the Contract Documents. B. The provisions of this Paragraph 18.03 are as effective as if repeated specifically in the Contract Documents in connection with each particular duty, obligation, right, and remedy to which they apply. 18.05 Limitation of Damages A. Owner’s Indemnitees are not liable to Contractor for claims, costs, losses, or damages sustained by Contractor’s Team associated with other projects or anticipated projects. 18.06 No Waiver A. The failure of Owner or Contractor to enforce any provision of this Contract does not constitute a waiver of that provision, affect the enforceability of that provision, or the enforceability of the remainder of this Contract. 18.07 Severability A. If a court of competent jurisdiction renders a part of this Contract invalid or unenforceable, that part is to be severed and the remainder of this Contract continues in full force. General Conditions 00 72 00 - 58 Corpus Christi Standards - Regular Projects 03-23-2015 18.08 Survival of Obligations A. Representations, indemnifications, warranties, guarantees, and continuing obligations required by the Contract Documents survive completion and acceptance of the Work or termination of the Contract. 18.09 No Third Party Beneficiaries A. Nothing in this Contract can be construed to create rights in any entity other than the Owner and Contractor. Neither the Owner nor Contractor intends to create third party beneficiaries by entering into this Contract. 18.10 Assignment of Contract A. This Contract may not be assigned in whole or in part by the Contractor without the consent of the Owner. 18.11 No Waiver of Sovereign Immunity A. The Owner has not waived its sovereign immunity by entering into and performing its obligations under this Contract. 18.12 Controlling Law A. This Contract is governed by the laws of the State of Texas without regard to its conflicts of laws. Venue for legal proceedings lies exclusively in Nueces County, Texas. 18.13 Conditions Precedent to Right to Sue A. Notwithstanding anything herein to the contrary, Contractor will have at least 90 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys’ fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney’s fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions 00 72 00 - 59 Corpus Christi Standards - Regular Projects 03-23-2015 B. Comply with all applicable federal, state, and city laws, rules and regulations. 18.17 Enforcement A. The City Manager or designee and the City Attorney or designee, are fully authorized and will have the right to enforce all legal rights and obligations under the Contract without further authorization from City Council. 18.18 Subject to Appropriation A. Funds are appropriated by the Owner on a yearly basis. If for any reason funds are not appropriated in any given year, the Owner may direct immediate suspension or termination of the Contract, with no additional liability to the Owner. If the Contractor is terminated or suspended and the Owner requests remobilization at a later date, the Contractor may request payment for reasonable demobilization/remobilization costs. Such costs shall be addressed through a Change Order to the Contract. Under no circumstances may a provision or obligation under this Contract be interpreted as contrary to this paragraph. 18.19 Contract Sum A. The Contract Sum is stated in the Contract and, including authorized adjustments, is the total maximum not-to-exceed amount payable by Owner to Contractor for performance of the Work under the Contract Documents. Contractor accepts and agrees that all payments pursuant to this Contract are subject to the availability and appropriation of funds by the Corpus Christi City Council. If funds are not available and/or appropriated, this Contract shall immediately be terminated with no liability to any party to this Contract. 18.20 Contractor’s Guarantee as Additional Remedy A. The Contractor’s guarantee is a separate and additional remedy available to benefit the Owner. Neither the guarantee nor the expiration of the guarantee period will operate to reduce, release, or relinquish any rights or remedies available to the Owner for any claims or causes of action against the Contractor or any other individual or entity. END OF SECTION General Conditions 00 72 00 - 60 Corpus Christi Standards - Regular Projects 03-23-2015 Insurance Requirements 00 72 01 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1 – INSURANCE REQUIREMENTS 1.01 CONTRACTOR’S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises - Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non-Owned, Rented and Leased $1,000,000 Combined Single Limit Workers’ Compensation Statutory Employer’s Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability $1,000,000 Per Occurrence Contractor’s Pollution Liability / Environmental Impairment Coverage Not limited to sudden and accidental discharge. To include long-term environmental impact for the disposal of pollutants/contaminants. $2,000,000 Per Claim ☐ Required X Not Required Builder’s Risk (All Perils including Collapse) Equal to Contract Price ☐ Required X Not Required Installation Floater Equal to Contract Price ☐ Required X Not Required Owner’s Protective Liability Equal to Contractor’s liability insurance ☐ Required X Not Required 1.02 GENERAL PROVISIONS A. Provide insurance coverages and limits meeting the requirements for insurance in accordance with Article 6 of the General Conditions and this Section. Insurance Requirements 00 72 01 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 B. Provide endorsements to the policies as outlined in this Section. C. Obtain insurance from companies that are duly licensed or authorized in the State of Texas to issue insurance policies for the required limits and coverages. Provide insurance from companies that have an A.M. Best rating of A-VIII or better. D. Furnish copies of policies and endorsements, and documentation of applicable self-insured retentions and deductibles upon request by OPT or any named insured or additional insured. Contractor may block out (redact) any confidential premium or pricing information contained in any policy or endorsement furnished under this Contract. E. The name and number of the Project must be referenced on the certificate of insurance. F. OPT’s failure to demand such certificates or other evidence of the Contractor’s full compliance with the insurance requirements or failure to identify a deficiency in compliance from the evidence provided is not a waiver of the Contractor’s obligation to obtain and maintain the insurance required by the Contract Documents. G. Notify the Owner if the Contractor fails to purchase or maintain the insurance required by the Contract Documents. Contractor shall not be allowed to perform any Work on the Project until the required insurance policies are in effect. A Certificate of Liability Insurance shall be submitted to the OPT. H. Owner may exclude the Contractor from the Site and exercise Owner’s termination rights under Article 16 of the General Conditions if Contractor fails to obtain or maintain the required insurance. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor’s interests. J. The required insurance and insurance limits do not limit the Contractor’s liability under the indemnities granted to Owner’s Indemnitees in the Contract Documents. K. Provide for an endorsement that the “other insurance” clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor’s insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers’ compensation policy and Contractor’s professional liability policy. 1.03 CONTRACTOR’S INSURANCE A. Purchase and maintain workers’ compensation and employer’s liability insurance for: 1. Claims under workers’ compensation, disability benefits, and other similar employee benefit acts. Obtain workers’ compensation coverage through a licensed insurance company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers’ compensation obligations. Provide an “All Other States” endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. Insurance Requirements 00 72 01 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor’s employees. 3. United States Longshoreman and Harbor Workers’ Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. Provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor’s employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; 4. By any other person for any other reason; and 5. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor’s commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. Eliminate the exclusion with respect to property under the care, custody, and control of Contractor. Provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor in lieu of elimination of the exclusion, or if required by this Section. Provide Installation Floater insurance that is a broad form or “All Peril” policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor’s Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and Insurance Requirements 00 72 01 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor’s contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, “Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured” or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance, or use of any motor vehicle. E. Purchase and maintain umbrella or excess liability insurance written over the underlying employer’s liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first-dollar liability coverage as needed. F. Provide Contractor’s commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for the respective officers, directors, members, partners, employees, agents, consultants, and subcontractors for each named insured or additional insured; 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third-party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor’s operations and completed operations. Provide Contractor’s pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. Insurance Requirements 00 72 01 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor’s performance of the Work and Contractor’s other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not by rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 OWNER’S PROTECTIVE LIABILITY INSURANCE A. Purchase and maintain an Owner’s Protective Liability insurance policy with the Owner as the named insured and other members of the OPT as additional insureds. Provide a policy that will protect the OPT from claims which arise from operations under the Contract Documents. Provide this coverage in the same amounts required for the Contractor’s liability insurance and from the same company that provides the Contractor’s liability insurance. 1.05 PROPERTY INSURANCE A. Purchase and maintain builder’s risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder’s risk “all risk” policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that Insurance Requirements 00 72 01 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder’s risk, by endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner-furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer’s subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder’s risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder’s risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder’s risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.06 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional Insurance Requirements 00 72 01 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner’s Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner’s Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder’s risk insurance and other property insurance. 1.07 OWNER’S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 – EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of “Additional Insureds” for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days’ notice before cancellation or any material change in the policy’s terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements 00 72 01 - 8 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. Provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles if requested by the Owner. B. Owner may require the deletion, revision, or modification of particular policy terms, conditions, limitations, or exclusions (except where policy provisions are established by Laws or Regulations binding upon either of the parties hereto or the underwriter of any such policies). Comply with these requests and submit a copy of the replacement certificate of insurance to Owner at the address provided below within 10 days of the requested change. 2.04 CONTINUING EVIDENCE OF COVERAGE A. Provide updated, revised, or new evidence of insurance in accordance this Section prior to the expiration of existing policies. B. Provide evidence of continuation of insurance coverage at final payment and for the following 3 years. 2.05 NOTICES REGARDING INSURANCE A. Submit notices regarding insurance are to be sent to the Owner at the following address: City of Corpus Christi – Engineering Attn: Construction Contract Admin. P.O. Box 9277 Corpus Christi, TX 78469-9277 B. Submit questions regarding insurance requirements to the Construction Contract Administrator by calling 361-826-3530. ARTICLE 3 – TEXAS WORKERS’ COMPENSATION INSURANCE REQUIRED NOTICE 3.01 WORKERS’ COMPENSATION INSURANCE COVERAGE A. Definitions: 1. Certificate of coverage (“certificate”) - A copy of a certificate of insurance, a certificate of authority to self-insure issued by the commission, or a coverage agreement (TWCC- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers’ compensation insurance coverage for the person’s or entity’s employees providing services on a project, for the duration of the Project. Insurance Requirements 00 72 01 - 9 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor’s/person’s Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project (“Subcontractor” in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner-operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. “Services” include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. “Services” does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor’s current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers’ Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. Insurance Requirements 00 72 01 - 10 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B REV 07-03-2014 I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers’ compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission’s Division of Self-Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor’s failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Wage Rate Requirements 00 72 02 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. 1.02 RECORDS A. In accordance with Tex. Gov’t Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov’t Code §2258.003 – Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov’t Code §2258.053(b) – Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov’t Code §2258.058 – Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov’t Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements 00 72 02 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Wage Determination (WD) No Construction Type Project Type TX-31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX-51 Building Building Construction Projects (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) END OF SECTION 2/17/2015 www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 General Decision Number: TX150040 01/02/2015 TX40 Superseded General Decision Number: TX20140040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: Executive Order (EO) 13658 establishes an hourly minimum wage of $10.10 for 2015 that applies to all contracts subject to the Davis -Bacon Act for which the solicitation is issued on or after January 1, 2015. If this contract is covered by the E0, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 SUTX2011-010 08/08/2011 Rates Fringes FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 Structures $ 13.61 LABORER Asphalt Raker $ 11.67 Laborer, Common $ 10.25 Laborer, Utility $ 11.23 Pipelayer $ 11.17 Work Zone Barricade Servicer $ 11.51 PAINTER (Structures) $ 21.29 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Motor Grader, Fine Grade$ 17.74 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 1/4 2/17/2015 www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 2/4 2/17/2015 www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 3/4 2/17/2015 www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION A http://www.wdol.gov/wdol/scafiles/davisbacon/TX40.dvb?v=0 4/4 Wage Rate Requirements 00 72 02 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1 – PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. 1.02 RECORDS A. In accordance with Tex. Gov’t Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov’t Code §2258.003 – Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov’t Code §2258.053(b) – Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov’t Code §2258.058 – Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov’t Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements 00 72 02 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Wage Determination (WD) No Construction Type Project Type TX-31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX-40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). TX-51 Building Building Construction Projects (does not include residential construction consisting of single family homes and apartments up to and including 4 stories) END OF SECTION Minority / MBE / DBE Participation Policy 00 72 03 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1 – PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy 00 72 03 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 D. Minority: Minority persons include Blacks, Mexican-Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor’s aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 11 16 INVITATION TO BID. B. These goals are applicable to all the construction work (regardless of federal participation) performed in the Contract, including approved Change Orders. The hours of minority employment must be substantially uniform throughout the length of the Contract and in each trade. The transfer of minority employees from Contractor to Contractor or from project to project for the sole purpose of meeting the Contractor’s percentage is prohibited. 1.04 COMPLIANCE A. Upon completion of the Project, a final breakdown of MBE participation, substantiated by copies of paid invoices, shall be submitted by the Contractor to the City Engineer. B. Make bi-weekly payroll submittals to the City Engineer. The Contractor is to indicate the percent of minority and female participation, by trade, which has been utilized on the Project. Along with the request for final payment on the Project, the Contractor will indicate, in writing, the overall participation in these areas which have been achieved. The City Engineer may withhold monthly or final payments to the Contractor for failure to submit bi-weekly payrolls in a timely fashion or to submit overall participation information as required. END OF SECTION Supplementary Conditions 00 73 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 73 00 SUPPLEMENTARY CONDITIONS These Supplementary Conditions amend or supplement SECTION 00 72 00 GENERAL CONDITIONS and other provisions of the Contract Documents. All provisions not amended or supplemented in these Supplementary Conditions remain in effect. The terms used in these Supplementary Conditions have the meanings stated in the General Conditions. Additional terms used in these Supplementary Conditions have the meanings stated below. ARTICLE 1 – DEFINITIONS AND TERMINOLOGY SC-1.01 DEFINED TERMS A. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas Texas Department of Transportation Federal Aviation Administration KSA Engineers Rock Engineering and Testing Lab ARTICLE 4 – COMMENCEMENT AND PROGRESS OF THE WORK SC-4.04 DELAYS IN CONTRACTOR’S PROGRESS A. The allocation for delays in the Contractor’s progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 Supplementary Conditions 00 73 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 June 4 December 3 3. A total of 15 rain days have been set for this Project. An extension of time due to rain days will be considered only after 15 rain days have been exceeded in a calendar year and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 – AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC-5.03 SUBSURFACE AND PHYSICAL CONDITIONS 5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner.” SC-5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE “5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner.” ARTICLE 7 – CONTRACTOR'S RESPONSIBILITIES SC-7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: “The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Special Conditions for FAA Airport Improvement Program 00 74 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 00 74 00 SPECIAL CONDITIONS FOR PROJECTS FUNDED THROUGH FAA AIRPORT IMPROVEMENT PROGRAM ARTICLE 1 – GENERAL 1.01 FUNDING AGENCY REQUIREMENTS A. This Project is funded in whole or in part by the FAA Airport Improvement Program (Funding Agency). The Funding Agency requires specific conditions and reporting as a condition for providing this funding. The conditions and reporting forms of the Funding Agency are included in the Contract Documents. The Funding Agency requirements govern in the event of any conflict between the Funding Agency requirements and any other provision of the Contract Documents. B. The applicable Funding Agency conditions and reporting forms are as follows: Specification Section Title Funding Agency Document No. 00 74 01 Access to Records and Reports 2 CFR § 200.326, 2 CFR § 200.333 00 74 02 Affirmative Action Requirement 41 CFR part 60-4, Executive Order 11246 00 74 03 Breach of Contract Terms 2 CFR § 200 Appendix II(A) 00 74 04 Buy American Preference 49 USC § 50101 00 74 05 Civil Rights – General 49 USC § 47123 00 74 06 Civil Rights – Title VI Assurances 00 74 07 Clean Air and Water Pollution Control 49 CFR § 18.36(i)(12) 00 74 08 Contract Workhours and Safety Standards Act Requirements 2 CFR § 200 Appendix II (E) 00 74 09 Copeland “Anti-Kickback” Act 2 CFR § 200 Appendix II(D), 29 CFR parts 3 & 5 00 74 10 Davis-Bacon Requirements 2 CFR § 200 Appendix II(D) 00 74 11 Debarment and Suspension (Non- Procurement) 2 CFR part 180 (Subpart C), 2 CFR part 1200, DOT Order 4200.5 DOT Suspension & Debarment Procedures & Ineligibility 00 74 12 Disadvantaged Business Enterprise 49 CFR part 26 00 74 13 Energy Conservation Requirements 2 CFR § 200 Appendix II(H) 00 74 14 Equal Opportunity Clause and Specifications 41 CFR § 60-1.4, Executive Order 11246 00 74 15 Federal Fair Labor Standards Act 29 USC § 201, et seq. 00 74 16 Lobbying and Influencing Federal Employees 49 CFR part 20, Appendix A 00 74 17 Nonsegregated Facilities Requirement 41 CFR § 60-1.8 00 74 18 Occupational Safety and Health Act of 1970 20 CFR part 1910 00 74 19 Right to Inventions 2 CFR § 200 Appendix II(F) Special Conditions for FAA Airport Improvement Program 00 74 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Specification Section Title Funding Agency Document No. 00 74 20 Termination of Contract 2 CFR § 200 Appendix II(B) 00 74 21 Trade Restrictions 49 CFR part 30 00 74 22 Texting When Driving Executive Order 13513, and DOT Order 3902.10 00 74 23 Veteran’s Preference 49 USC § 47112(c) END OF SECTION Required Provisions 00 74 01 Access to Records and Reports Updated February 10, 2014 ACCESS TO RECORDS AND REPORTS The Contractor must maintain an acceptable cost accounting system. The Contractor agrees to provide the Sponsor, the Federal Aviation Administration, and the Comptroller General of the United States or any of their duly authorized representatives access to any books, documents, papers, and records of the contractor which are directly pertinent to the specific contract for the purpose of making audit, examination, excerpts and transcriptions. The Contractor agrees to maintain all books, records and reports required under this contract for a period of not less than three years after final payment is made and all pending matters are closed. Required Provisions 00 74 02 Affirmative Action Requirement Updated February 10, 2014 NOTICE OF REQUIREMENT FOR AFFIRMATIVE ACTION 1. The Offeror's or Bidder’s attention is called to the "Equal Opportunity Clause" and the "Standard Federal Equal Employment Opportunity Construction Contract Specifications" set forth herein. 2. The goals and timetables for minority and female participation, expressed in percentage terms for the contractor's aggregate workforce in each trade on all construction work in the covered area, are as follows: A. Timetables B. Goals for minority participation for each trade (Vol. 45 Federal Register pg. 65984 10/3/80) C. Goals for female participation in each trade (6.9%) These goals are applicable to all of the contractor's construction work (whether or not it is Federal or federally-assisted) performed in the covered area. If the contractor performs construction work in a geographical area located outside of the covered area, it shall apply the goals established for such geographical area where the work is actually performed. With regard to this second area, the contractor is also subject to the goals for both federally funded and non-federally funded construction regardless of the percentage of federal participation in funding. The contractor's compliance with the Executive Order and the regulations in 41 CFR Part 60-4 shall be based on its implementation of the Equal Opportunity Clause, specific affirmative action obligations required by the specifications set forth in 41 CFR 60-4.3(a), and its efforts to meet the goals. The hours of minority and female employment and training shall be substantially uniform throughout the length of the contract, and in each trade, and the contractor shall make a good faith effort to employ minorities and women evenly on each of its projects. The transfer of minority or female employees or trainees from contractor to contractor or from project to project, for the sole purpose of meeting the contractor's goals, shall be a violation of the contract, the Executive Order, and the regulations in 41 CFR Part 60-4. Compliance with the goals will be measured against the total work hours performed. 3. The contractor shall provide written notification to the Director, Office of Federal Contract Compliance Programs (OFCCP), within 10 working days of award of any construction subcontract in excess of $10,000 at any tier for construction work under the contract resulting from this solicitation. The notification shall list the name, address, and telephone number of the subcontractor; employer identification number of the subcontractor; estimated dollar amount of the subcontract; estimated starting and completion dates of subcontract; and the geographical area in which the subcontract is to be performed. 4. As used in this notice and in the contract resulting from this solicitation, the "covered area" is [insert description of the geographical areas where the contract is to be performed giving the state, county, and city, if any]. 1.1. AFFIRMATIVE ACTION PLAN. Required Provisions 00 74 02 Affirmative Action Requirement Updated February 10, 2014 The Department of Labor is responsible for administering the Executive Order 11246, which contains requirements for an Affirmative Action Plan. This Plan is similar in content and requirements to the affirmative action plan required in 49 CFR Part 152 subpart e. 49 CFR Part 152 applied to grants issued under the Airport Development Aid Program, which was replaced by the Airport Improvement Program. Required Provisions 00 74 03 Breach of Contract Terms Updated February 10, 2014 BREACH OF CONTRACT TERMS Any violation or breach of terms of this contract on the part of the contractor or its subcontractors may result in the suspension or termination of this contract or such other action that may be necessary to enforce the rights of the parties of this agreement. The duties and obligations imposed by the Contract Documents and the rights and remedies available there under are in addition to, and not a limitation of, any duties, obligations, rights and remedies otherwise imposed or available by law. Required Provisions 00 74 04 Buy American Preference Updated February 10, 2014 BUY AMERICAN CERTIFICATION The contractor agrees to comply with 49 USC § 50101, which provides that Federal funds may not be obligated unless all steel and manufactured goods used in AIP-funded projects are produced in the United States, unless the FAA has issued a waiver for the product; the product is listed as an Excepted Article, Material Or Supply in Federal Acquisition Regulation subpart 25.108; or is included in the FAA Nationwide Buy American Waivers Issued list. A bidder or offeror must submit the appropriate Buy America certification (below) with all bids or offers on AIP funded projects. Bids or offers that are not accompanied by a completed Buy America certification must be rejected as nonresponsive. Type of Certification is based on Type of Project: There are two types of Buy American certifications. • For projects for a facility, the Certificate of Compliance Based on Total Facility (Terminal or Building Project) must be submitted. • For all other projects, the Certificate of Compliance Based on Equipment and Materials Used on the Project (Non-building construction projects such as runway or roadway construction; or equipment acquisition projects) must be submitted. ***** Certificate of Buy American Compliance for Total Facility (Buildings such as Terminal, SRE, ARFF, etc.) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one of the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (i.e. not both) by inserting a checkmark () or the letter “X”.  Bidder or offeror hereby certifies that it will comply with 49 USC. 50101 by: a) Only installing steel and manufactured products produced in the United States; or b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing; or c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic products Required Provisions 00 74 04 Buy American Preference Updated February 10, 2014 3. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.  The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offeror with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may results in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To furnish US domestic product for any waiver request that the FAA rejects. 5. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the “facility”. The required documentation for a type 3 waiver is: a) Listing of all manufactured products that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly and installation at project location. c) Percentage of non-domestic component and subcomponent cost as compared to total “facility” component and subcomponent costs, excluding labor costs associated with final assembly and installation at project location. Type 4 Waiver – Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Required Provisions 00 74 04 Buy American Preference Updated February 10, 2014 Date Signature Company Name Title * * * * * Certificate of Buy American Compliance for Manufactured Products (Non-building construction projects, equipment acquisition projects) As a matter of bid responsiveness, the bidder or offeror must complete, sign, date, and submit this certification statement with their proposal. The bidder or offeror must indicate how they intend to comply with 49 USC § 50101 by selecting one on the following certification statements. These statements are mutually exclusive. Bidder must select one or the other (not both) by inserting a checkmark () or the letter “X”.  Bidder or offeror hereby certifies that it will comply with 49 USC § 50101 by: a) Only installing steel and manufactured products produced in the United States, or; b) Installing manufactured products for which the FAA has issued a waiver as indicated by inclusion on the current FAA Nationwide Buy American Waivers Issued listing, or; c) Installing products listed as an Excepted Article, Material or Supply in Federal Acquisition Regulation Subpart 25.108. By selecting this certification statement, the bidder or offeror agrees: 1. To provide to the Owner evidence that documents the source and origin of the steel and manufactured product. 2. To faithfully comply with providing US domestic product 3. To furnish US domestic product for any waiver request that the FAA rejects 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified.  The bidder or offeror hereby certifies it cannot comply with the 100% Buy American Preferences of 49 USC § 50101(a) but may qualify for either a Type 3 or Type 4 waiver under 49 USC § 50101(b). By selecting this certification statement, the apparent bidder or offer or with the apparent low bid agrees: 1. To the submit to the Owner within 15 calendar days of the bid opening, a formal waiver request and required documentation that support the type of waiver being requested. Required Provisions 00 74 04 Buy American Preference Updated February 10, 2014 2. That failure to submit the required documentation within the specified timeframe is cause for a non-responsive determination may result in rejection of the proposal. 3. To faithfully comply with providing US domestic products at or above the approved US domestic content percentage as approved by the FAA. 4. To refrain from seeking a waiver request after establishment of the contract, unless extenuating circumstances emerge that the FAA determines justified. Required Documentation Type 3 Waiver - The cost of the item components and subcomponents produced in the United States is more that 60% of the cost of all components and subcomponents of the “item”. The required documentation for a type 3 waiver is: a) Listing of all product components and subcomponents that are not comprised of 100% US domestic content (Excludes products listed on the FAA Nationwide Buy American Waivers Issued listing and products excluded by Federal Acquisition Regulation Subpart 25.108; products of unknown origin must be considered as non-domestic products in their entirety) b) Cost of non-domestic components and subcomponents, excluding labor costs associated with final assembly at place of manufacture. c) Percentage of non-domestic component and subcomponent cost as compared to total “item” component and subcomponent costs, excluding labor costs associated with final assembly at place of manufacture. Type 4 Waiver – Total cost of project using US domestic source product exceeds the total project cost using non-domestic product by 25%. The required documentation for a type 4 of waiver is: a) Detailed cost information for total project using US domestic product b) Detailed cost information for total project using non-domestic product False Statements: Per 49 USC § 47126, this certification concerns a matter within the jurisdiction of the Federal Aviation Administration and the making of a false, fictitious or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code. Date Signature Company Name Title Required Provisions 00 74 05 Civil Rights – General Civil Rights Provision Updated February 10, 2014 GENERAL CIVIL RIGHTS PROVISIONS The contractor agrees that it will comply with pertinent statutes, Executive Orders and such rules as are promulgated to ensure that no person shall, on the grounds of race, creed, color, national origin, sex, age, or handicap be excluded from participating in any activity conducted with or benefiting from Federal assistance. This provision binds the contractors from the bid solicitation period through the completion of the contract. This provision is in addition to that required of Title VI of the Civil Rights Act of 1964. This provision also obligates the tenant/concessionaire/lessee or its transferee for the period during which Federal assistance is extended to the airport through the Airport Improvement Program, except where Federal assistance is to provide, or is in the form of personal property; real property or interest therein; structures or improvements thereon. In these cases the provision obligates the party or any transferee for the longer of the following periods: (a) the period during which the property is used by the airport sponsor or any transferee for a purpose for which Federal assistance is extended, or for another purpose involving the provision of similar services or benefits; or (b) the period during which the airport sponsor or any transferee retains ownership or possession of the property. Required Provisions 00 74 06 Civil Rights – Title VI Assurances Updated February 10, 2014 CIVIL RIGHTS – TITLE VI ASSURANCES. Title VI Solicitation Notice: The (Name of Sponsor), in accordance with the provisions of Title VI of the Civil Rights Act of 1964 (78 Stat. 252, 42 U.S.C. §§ 2000d to 2000d-4) and the Regulations, hereby notifies all bidders that it will affirmatively ensure that any contract entered into pursuant to this advertisement, disadvantaged business enterprises will be afforded full and fair opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, or national origin in consideration for an award. 1.1.1. Title VI Clauses for Compliance with Nondiscrimination Requirements (Source: Appendix A of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration) Compliance with Nondiscrimination Requirements During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees as follows: 1. Compliance with Regulations: The contractor (hereinafter includes consultants) will comply with the Title VI List of Pertinent Nondiscrimination Statutes and Authorities, as they may be amended from time to time, which are herein incorporated by reference and made a part of this contract. 2. Non-discrimination: The contractor, with regard to the work performed by it during the contract, will not discriminate on the grounds of race, color, or national origin in the selection and retention of subcontractors, including procurements of materials and leases of equipment. The contractor will not participate directly or indirectly in the discrimination prohibited by the Acts and the Regulations, including employment practices when the contract covers any activity, project, or program set forth in Appendix B of 49 CFR part 21. 3. Solicitations for Subcontracts, Including Procurements of Materials and Equipment: In all solicitations, either by competitive bidding, or negotiation made by the contractor for work to be performed under a subcontract, including procurements of materials, or leases of equipment, each potential subcontractor or supplier will be notified by the contractor of the contractor’s obligations under this contract and the Acts and the Regulations relative to Non-discrimination on the grounds of race, color, or national origin. 4. Information and Reports: The contractor will provide all information and reports required by the Acts, the Regulations, and directives issued pursuant thereto and will permit access to its books, records, accounts, other sources of information, and its facilities as may be determined by the sponsor or the Federal Aviation Administration to be pertinent to ascertain compliance with such Required Provisions 00 74 06 Civil Rights – Title VI Assurances Updated February 10, 2014 Acts, Regulations, and instructions. Where any information required of a contractor is in the exclusive possession of another who fails or refuses to furnish the information, the contractor will so certify to the sponsor or the Federal Aviation Administration, as appropriate, and will set forth what efforts it has made to obtain the information. 5. Sanctions for Noncompliance: In the event of a contractor’s noncompliance with the Non- discrimination provisions of this contract, the sponsor will impose such contract sanctions as it or the Federal Aviation Administration may determine to be appropriate, including, but not limited to: a. Withholding payments to the contractor under the contract until the contractor complies; and/or b. Cancelling, terminating, or suspending a contract, in whole or in part. 6. Incorporation of Provisions: The contractor will include the provisions of paragraphs one through six in every subcontract, including procurements of materials and leases of equipment, unless exempt by the Acts, the Regulations and directives issued pursuant thereto. The contractor will take action with respect to any subcontract or procurement as the sponsor or the Federal Aviation Administration may direct as a means of enforcing such provisions including sanctions for noncompliance. Provided, that if the contractor becomes involved in, or is threatened with litigation by a subcontractor, or supplier because of such direction, the contractor may request the sponsor to enter into any litigation to protect the interests of the sponsor. In addition, the contractor may request the United States to enter into the litigation to protect the interests of the United States. 1.1.2. Title VI List of Pertinent Nondiscrimination Authorities (Source: Appendix E of Appendix 4 of FAA Order 1400.11, Nondiscrimination in Federally-Assisted Programs at the Federal Aviation Administration) During the performance of this contract, the contractor, for itself, its assignees, and successors in interest (hereinafter referred to as the “contractor”) agrees to comply with the following non-discrimination statutes and authorities; including but not limited to: • Title VI of the Civil Rights Act of 1964 (42 U.S.C. § 2000d et seq., 78 stat. 252), (prohibits discrimination on the basis of race, color, national origin); • 49 CFR part 21 (Non-discrimination In Federally-Assisted Programs of The Department of Transportation—Effectuation of Title VI of The Civil Rights Act of 1964); • The Uniform Relocation Assistance and Real Property Acquisition Policies Act of 1970, (42 U.S.C. § 4601), (prohibits unfair treatment of persons displaced or whose property has been acquired because of Federal or Federal-aid programs and projects); Required Provisions 00 74 06 Civil Rights – Title VI Assurances Updated February 10, 2014 • Section 504 of the Rehabilitation Act of 1973, (29 U.S.C. § 794 et seq.), as amended, (prohibits discrimination on the basis of disability); and 49 CFR part 27; • The Age Discrimination Act of 1975, as amended, (42 U.S.C. § 6101 et seq.), (prohibits discrimination on the basis of age); • Airport and Airway Improvement Act of 1982, (49 USC § 471, Section 47123), as amended, (prohibits discrimination based on race, creed, color, national origin, or sex); • The Civil Rights Restoration Act of 1987, (PL 100-209), (Broadened the scope, coverage and applicability of Title VI of the Civil Rights Act of 1964, The Age Discrimination Act of 1975 and Section 504 of the Rehabilitation Act of 1973, by expanding the definition of the terms “programs or activities” to include all of the programs or activities of the Federal-aid recipients, sub-recipients and contractors, whether such programs or activities are Federally funded or not); • Titles II and III of the Americans with Disabilities Act of 1990, which prohibit discrimination on the basis of disability in the operation of public entities, public and private transportation systems, places of public accommodation, and certain testing entities (42 U.S.C. §§ 12131 – 12189) as implemented by Department of Transportation regulations at 49 CFR parts 37 and 38; • The Federal Aviation Administration’s Non-discrimination statute (49 U.S.C. § 47123) (prohibits discrimination on the basis of race, color, national origin, and sex); • Executive Order 12898, Federal Actions to Address Environmental Justice in Minority Populations and Low-Income Populations, which ensures discrimination against minority populations by discouraging programs, policies, and activities with disproportionately high and adverse human health or environmental effects on minority and low-income populations; • Executive Order 13166, Improving Access to Services for Persons with Limited English Proficiency, and resulting agency guidance, national origin discrimination includes discrimination because of limited English proficiency (LEP). To ensure compliance with Title VI, you must take reasonable steps to ensure that LEP persons have meaningful access to your programs (70 Fed. Reg. at 74087 to 74100); • Title IX of the Education Amendments of 1972, as amended, which prohibits you from discriminating because of sex in education programs or activities (20 U.S.C. 1681 et seq). Required Provisions 00 74 07 Clean Air and Water Pollution Control Updated May 22, 2014 CLEAN AIR AND WATER POLLUTION CONTROL Contractors and subcontractors agree: 1. That any facility to be used in the performance of the contract or subcontract or to benefit from the contract is not listed on the Environmental Protection Agency (EPA) List of Violating Facilities; 2. To comply with all the requirements of Section 114 of the Clean Air Act, as amended, 42 U.S.C. 1857 et seq. and Section 308 of the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. relating to inspection, monitoring, entry, reports, and information, as well as all other requirements specified in Section 114 and Section 308 of the Acts, respectively, and all other regulations and guidelines issued thereunder; 3. That, as a condition for the award of this contract, the contractor or subcontractor will notify the awarding official of the receipt of any communication from the EPA indicating that a facility to be used for the performance of or benefit from the contract is under consideration to be listed on the EPA List of Violating Facilities; 4. To include or cause to be included in any construction contract or subcontract which exceeds $100,000 the aforementioned criteria and requirements. Required Provisions 00 74 08 Contract Workhours and Safety Standards Act Updated February 10, 2014 CONTRACT WORKHOURS AND SAFETY STANDARDS ACT REQUIREMENTS 1. Overtime Requirements. No contractor or subcontractor contracting for any part of the contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic, including watchmen and guards, in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. 1. Violation; Liability for Unpaid Wages; Liquidated Damages. In the event of any violation of the clause set forth in paragraph (1) above, the contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to such District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph 1 above, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph 1 above. 2. Withholding for Unpaid Wages and Liquidated Damages. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld, from any monies payable on account of work performed by the contractor or subcontractor under any such contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime contractor, such sums as may be determined to be necessary to satisfy any liabilities of such contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph 2 above. 3. Subcontractors. The contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraphs 1 through 4 and also a clause requiring the subcontractor to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs 1 through 4 of this section. Required Provisions 00 74 09 Copeland “Anti-Kickback” Act Updated February 10, 2014 COPELAND “ANTI-KICKBACK” ACT The United States Department of Labor Wage and Hours Division oversees the Copeland “Anti-Kickback” Act requirements. All contracts and subcontracts must meet comply with the Occupational Safety and Health Act of 1970. United States Department of Labor Wage and Hours Division can provide information regarding any specific clauses or assurances pertaining to the Copeland “Anti-Kickback” Act requirements required to be inserted in solicitations, contracts or subcontracts. Required Provisions 00 74 10 Davis Bacon Requirements Updated February 10, 2014 DAVIS-BACON REQUIREMENTS 1. Minimum Wages (i) All laborers and mechanics employed or working upon the site of the work will be paid unconditionally and not less often than once a week, and without subsequent deduction or rebate on any account (except such payroll deductions as are permitted by the Secretary of Labor under the Copeland Act (29 CFR Part 3)), the full amount of wages and bona fide fringe benefits (or cash equivalent thereof) due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Labor which is attached hereto and made a part hereof, regardless of any contractual relationship which may be alleged to exist between the contractor and such laborers and mechanics. Contributions made or costs reasonably anticipated for bona fide fringe benefits under section 1(b)(2) of the Davis-Bacon Act on behalf of laborers or mechanics are considered wages paid to such laborers or mechanics, subject to the provisions of paragraph (1)(iv) of this section; also, regular contributions made or costs incurred for more than a weekly period (but not less often than quarterly) under plans, funds, or programs which cover the particular weekly period, are deemed to be constructively made or incurred during such weekly period. Such laborers and mechanics shall be paid the appropriate wage rate and fringe benefits on the wage determination for the classification of work actually performed, without regard to skill, except as provided in 29 CFR Part 5.5(a)(4). Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein: Provided, That the employer's payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination (including any additional classification and wage rates conformed under (1)(ii) of this section) and the Davis-Bacon poster (WH-1321) shall be posted at all times by the contractor and its subcontractors at the site of the work in a prominent and accessible place where it can easily be seen by the workers. (ii)(A) The contracting officer shall require that any class of laborers or mechanics, including helpers, which is not listed in the wage determination and which is to be employed under the contract shall be classified in conformance with the wage determination. The contracting officer shall approve an additional classification and wage rate and fringe benefits therefore only when the following criteria have been met: (1) The work to be performed by the classification requested is not performed by a classification in the wage determination; and (2) The classification is utilized in the area by the construction industry; and (3) The proposed wage rate, including any bona fide fringe benefits, bears a reasonable relationship to the wage rates contained in the wage determination. (B) If the contractor and the laborers and mechanics to be employed in the classification (if known), or their representatives, and the contracting officer agree on the classification and wage rate (including the Required Provisions 00 74 10 Davis Bacon Requirements Updated February 10, 2014 amount designated for fringe benefits where appropriate), a report of the action taken shall be sent by the contracting officer to the Administrator of the Wage and Hour Division, Employment Standards Administration, U.S. Department of Labor, Washington, D.C. 20210. The Administrator, or an authorized representative, will approve, modify, or disapprove every additional classification action within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (C) In the event the contractor, the laborers or mechanics to be employed in the classification or their representatives, and the contracting officer do not agree on the proposed classification and wage rate (including the amount designated for fringe benefits where appropriate), the contracting officer shall refer the questions, including the views of all interested parties and the recommendation of the contracting officer, to the Administrator for determination. The Administrator, or an authorized representative, will issue a determination within 30 days of receipt and so advise the contracting officer or will notify the contracting officer within the 30-day period that additional time is necessary. (D) The wage rate (including fringe benefits where appropriate) determined pursuant to subparagraphs (1)(ii) (B) or (C) of this paragraph, shall be paid to all workers performing work in the classification under this contract from the first day on which work is performed in the classification. (iii) Whenever the minimum wage rate prescribed in the contract for a class of laborers or mechanics includes a fringe benefit which is not expressed as an hourly rate, the contractor shall either pay the benefit as stated in the wage determination or shall pay another bona fide fringe benefit or an hourly cash equivalent thereof. (iv) If the contractor does not make payments to a trustee or other third person, the contractor may consider as part of the wages of any laborer or mechanic the amount of any costs reasonably anticipated in providing bona fide fringe benefits under a plan or program, Provided, That the Secretary of Labor has found, upon the written request of the contractor, that the applicable standards of the Davis-Bacon Act have been met. The Secretary of Labor may require the contractor to set aside in a separate account assets for the meeting of obligations under the plan or program. 2 Withholding. The Federal Aviation Administration or the Sponsor shall upon its own action or upon written request of an authorized representative of the Department of Labor withhold or cause to be withheld from the contractor under this contract or any other Federal contract with the same prime contractor, or any other Federally-assisted contract subject to Davis-Bacon prevailing wage requirements, which is held by the same prime contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics, including apprentices, trainees, and helpers, employed by the contractor or any subcontractor the full amount of wages required by the contract. In the event of failure to pay any laborer or mechanic, including any apprentice, trainee, or helper, employed or working on the site of work, all or part of the wages required by the contract, the Federal Aviation Administration may, after written notice to the contractor, sponsor, applicant, or owner, take such Required Provisions 00 74 10 Davis Bacon Requirements Updated February 10, 2014 action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds until such violations have ceased. 3. Payrolls and basic records. (i) Payrolls and basic records relating thereto shall be maintained by the contractor during the course of the work and preserved for a period of three years thereafter for all laborers and mechanics working at the site of the work. Such records shall contain the name, address, and social security number of each such worker, his or her correct classification, hourly rates of wages paid (including rates of contributions or costs anticipated for bona fide fringe benefits or cash equivalents thereof of the types described in 1(b)(2)(B) of the Davis-Bacon Act), daily and weekly number of hours worked, deductions made and actual wages paid. Whenever the Secretary of Labor has found under 29 CFR 5.5(a)(1)(iv) that the wages of any laborer or mechanic include the amount of any costs reasonably anticipated in providing benefits under a plan or program described in section 1(b)(2)(B) of the Davis-Bacon Act, the contractor shall maintain records which show that the commitment to provide such benefits is enforceable, that the plan or program is financially responsible, and that the plan or program has been communicated in writing to the laborers or mechanics affected, and records which show the costs anticipated or the actual costs incurred in providing such benefits. Contractors employing apprentices or trainees under approved programs shall maintain written evidence of the registration of apprenticeship programs and certification of trainee programs, the registration of the apprentices and trainees, and the ratios and wage rates prescribed in the applicable programs. (ii)(A) The contractor shall submit weekly for each week in which any contract work is performed a copy of all payrolls to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit the payrolls to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration. The payrolls submitted shall set out accurately and completely all of the information required to be maintained under 29 CFR 5.5(a)(3)(i), except that full social security numbers and home addresses shall not be included on weekly transmittals. Instead the payrolls shall only need to include an individually identifying number for each employee (e.g. , the last four digits of the employee's social security number). The required weekly payroll information may be submitted in any form desired. Optional Form WH–347 is available for this purpose from the Wage and Hour Division Web site at http://www.dol.gov/esa/whd/forms/wh347instr.htm or its successor site. The prime contractor is responsible for the submission of copies of payrolls by all subcontractors. Contractors and subcontractors shall maintain the full social security number and current address of each covered worker, and shall provide them upon request to the Federal Aviation Administration if the agency is a party to the contract, but if the agency is not such a party, the contractor will submit them to the applicant, sponsor, or owner, as the case may be, for transmission to the Federal Aviation Administration, the contractor, or the Wage and Hour Division of the Department of Labor for purposes of an investigation or audit of compliance with prevailing wage requirements. It is not a violation of this section for a prime contractor to require a subcontractor to provide addresses and social security Required Provisions 00 74 10 Davis Bacon Requirements Updated February 10, 2014 numbers to the prime contractor for its own records, without weekly submission to the sponsoring government agency (or the applicant, sponsor, or owner). (B) Each payroll submitted shall be accompanied by a "Statement of Compliance," signed by the contractor or subcontractor or his or her agent who pays or supervises the payment of the persons employed under the contract and shall certify the following: (1) That the payroll for the payroll period contains the information required to be provided under 29 CFR § 5.5(a)(3)(ii), the appropriate information is being maintained under 29 CFR § 5.5 (a)(3)(i) and that such information is correct and complete; (2) That each laborer and mechanic (including each helper, apprentice and trainee) employed on the contract during the payroll period has been paid the full weekly wages earned, without rebate, either directly or indirectly, and that no deductions have been made either directly or indirectly from the full wages earned, other than permissible deductions as set forth in Regulations 29 CFR Part 3; (3) That each laborer or mechanic has been paid not less than the applicable wage rates and fringe benefits or cash equivalents for the classification of work performed, as specified in the applicable wage determination incorporated into the contract. (C) The weekly submission of a properly executed certification set forth on the reverse side of Optional Form WH-347 shall satisfy the requirement for submission of the "Statement of Compliance" required by paragraph (3)(ii)(B) of this section. (D) The falsification of any of the above certifications may subject the contractor or subcontractor to civil or criminal prosecution under Section 1001 of Title 18 and Section 231 of Title 31 of the United States Code. (iii) The contractor or subcontractor shall make the records required under paragraph (3)(i) of this section available for inspection, copying or transcription by authorized representatives of the Sponsor, the Federal Aviation Administration or the Department of Labor, and shall permit such representatives to interview employees during working hours on the job. If the contractor or subcontractor fails to submit the required records or to make them available, the Federal agency may, after written notice to the contractor, sponsor, applicant or owner, take such action as may be necessary to cause the suspension of any further payment, advance, or guarantee of funds. Furthermore, failure to submit the required records upon request or to make such records available may be grounds for debarment action pursuant to 29 CFR 5.12. 4. Apprentices and Trainees. (i) Apprentices. Apprentices will be permitted to work at less than the predetermined rate for the work they performed when they are employed pursuant to and individually registered in a bona fide apprenticeship program registered with the U.S. Department of Labor, Employment and Training Administration, Bureau of Apprenticeship and Training, or with a State Apprenticeship Agency Required Provisions 00 74 10 Davis Bacon Requirements Updated February 10, 2014 recognized by the Bureau, or if a person is employed in his or her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by the Bureau of Apprenticeship and Training or a State Apprenticeship Agency (where appropriate) to be eligible for probationary employment as an apprentice. The allowable ratio of apprentices to journeymen on the job site in any craft classification shall not be greater than the ratio permitted to the contractor as to the entire work force under the registered program. Any worker listed on a payroll at an apprentice wage rate, who is not registered or otherwise employed as stated above, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any apprentice performing work on the job site in excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. Where a contractor is performing construction on a project in a locality other than that in which its program is registered, the ratios and wage rates (expressed in percentages of the journeyman's hourly rate) specified in the contractor's or subcontractor's registered program shall be observed. Every apprentice must be paid at not less than the rate specified in the registered program for the apprentice's level of progress, expressed as a percentage of the journeymen hourly rate specified in the applicable wage determination. Apprentices shall be paid fringe benefits in accordance with the provisions of the apprenticeship program. If the apprenticeship program does not specify fringe benefits, apprentices must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification. If the Administrator determines that a different practice prevails for the applicable apprentice classification, fringes shall be paid in accordance with that determination. In the event the Bureau of Apprenticeship and Training, or a State Apprenticeship Agency recognized by the Bureau, withdraws approval of an apprenticeship program, the contractor will no longer be permitted to utilize apprentices at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (ii) Trainees. Except as provided in 29 CFR 5.16, trainees will not be permitted to work at less than the predetermined rate for the work performed unless they are employed pursuant to and individually registered in a program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, Employment and Training Administration. The ratio of trainees to journeymen on the job site shall not be greater than permitted under the plan approved by the Employment and Training Administration. Every trainee must be paid at not less than the rate specified in the approved program for the trainee's level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Trainees shall be paid fringe benefits in accordance with the provisions of the trainee program. If the trainee program does not mention fringe benefits, trainees shall be paid the full amount of fringe benefits listed on the wage determination unless the Administrator of the Wage and Hour Division determines that there is an apprenticeship program associated with the corresponding journeyman wage rate on the wage determination which provides for less than full fringe benefits for apprentices. Any employee listed on the payroll at a trainee rate that is not registered and participating in a training plan approved by the Employment and Training Administration shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed. In addition, any trainee performing work on the job site in Required Provisions 00 74 10 Davis Bacon Requirements Updated February 10, 2014 excess of the ratio permitted under the registered program shall be paid not less than the applicable wage rate on the wage determination for the work actually performed. In the event the Employment and Training Administration withdraws approval of a training program, the contractor will no longer be permitted to utilize trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved. (iii) Equal Employment Opportunity. The utilization of apprentices, trainees and journeymen under this part shall be in conformity with the equal employment opportunity requirements of Executive Order 11246, as amended, and 29 CFR Part 30. 5. Compliance With Copeland Act Requirements. The contractor shall comply with the requirements of 29 CFR Part 3, which are incorporated by reference in this contract. 6. Subcontracts. The contractor or subcontractor shall insert in any subcontracts the clauses contained in 29 CFR Part 5.5(a)(1) through (10) and such other clauses as the Federal Aviation Administration may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the contract clauses in 29 CFR Part 5.5. 7. Contract Termination: Debarment. A breach of the contract clauses in paragraph 1 through 10 of this section may be grounds for termination of the contract, and for debarment as a contractor and a subcontractor as provided in 29 CFR 5.12. 8. Compliance With Davis-Bacon and Related Act Requirements. All rulings and interpretations of the Davis-Bacon and Related Acts contained in 29 CFR Parts 1, 3, and 5 are herein incorporated by reference in this contract. 9. Disputes Concerning Labor Standards. Disputes arising out of the labor standards provisions of this contract shall not be subject to the general disputes clause of this contract. Such disputes shall be resolved in accordance with the procedures of the Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this clause include disputes between the contractor (or any of its subcontractors) and the contracting agency, the U.S. Department of Labor, or the employees or their representatives. 10. Certification of Eligibility. Required Provisions 00 74 10 Davis Bacon Requirements Updated February 10, 2014 (i) By entering into this contract, the contractor certifies that neither it (nor he or she) nor any person or firm who has an interest in the contractor's firm is a person or firm ineligible to be awarded Government contracts by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (ii) No part of this contract shall be subcontracted to any person or firm ineligible for award of a Government contract by virtue of section 3(a) of the Davis-Bacon Act or 29 CFR 5.12(a)(1). (iii) The penalty for making false statements is prescribed in the U.S. Criminal Code, 18 U.S.C. 1001. Required Provisions 00 74 11 Debarment and Suspension Updated February 10, 2014 CERTIFICATE REGARDING DEBARMENT AND SUSPENSION (BIDDER OR OFFEROR) By submitting a bid/proposal under this solicitation, the bidder or offeror certifies that at the time the bidder or offeror submits its proposal that neither it nor its principals are presently debarred or suspended by any Federal department or agency from participation in this transaction. CERTIFICATION REGARDING DEBARMENT AND SUSPENSION (SUCCESSFUL BIDDER REGARDING LOWER TIER PARTICIPANTS) The successful bidder, by administering each lower tier subcontract that exceeds $25,000 as a “covered transaction”, must verify each lower tier participant of a “covered transaction” under the project is not presently debarred or otherwise disqualified from participation in this federally assisted project. The successful bidder will accomplish this by: 1. Checking the System for Award Management at website: http://www.sam.gov 2. Collecting a certification statement similar to the Certificate Regarding Debarment and Suspension (Bidder or Offeror), above. 3. Inserting a clause or condition in the covered transaction with the lower tier contract If the FAA later determines that a lower tier participant failed to tell a higher tier that it was excluded or disqualified at the time it entered the covered transaction, the FAA may pursue any available remedy, including suspension and debarment. Required Provisions 00 74 12 Disadvantaged Business Enterprises Updated February 10, 2014 DISADVANTAGED BUSINESS ENTERPRISES Contract Assurance (§ 26.13) - The contractor or subcontractor shall not discriminate on the basis of race, color, national origin, or sex in the performance of this contract. The contractor shall carry out applicable requirements of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure by the contractor to carry out these requirements is a material breach of this contract, which may result in the termination of this contract or such other remedy, as the recipient deems appropriate. Prompt Payment (§26.29)- The prime contractor agrees to pay each subcontractor under this prime contract for satisfactory performance of its contract no later than 30 days from the receipt of each payment the prime contractor receives from City of Corpus Christi. The prime contractor agrees further to return retainage payments to each subcontractor within 30 days after the subcontractor's work is satisfactorily completed. Any delay or postponement of payment from the above referenced time frame may occur only for good cause following written approval of the City of Corpus Christi. This clause applies to both DBE and non-DBE subcontractors. Required Provisions 00 74 13 Energy Conservation Requirements Updated February 10, 2014 ENERGY CONSERVATION REQUIREMENTS The contractor agrees to comply with mandatory standards and policies relating to energy efficiency that are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Public Law 94-163). Required Provisions 00 74 14 Equal Opportunity Updated February 10, 2014 EQUAL OPPORTUNITY CLAUSE During the performance of this contract, the contractor agrees as follows: (1) The contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, or national origin. The contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to the following: Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; layoff or termination; rates of pay or other forms of compensation; and selection for training, including apprenticeship. The contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The contractor will, in all solicitations or advertisements for employees placed by or on behalf of the contractor, state that all qualified applicants will receive considerations for employment without regard to race, color, religion, sex, or national origin. (3) The contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (4) The contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the Secretary of Labor. (5) The contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (6) In the event of the contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the contractor may be declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the Secretary of Labor, or as otherwise provided by law. (7) The contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (7) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the Secretary of Labor issued pursuant to section 204 of Executive Order Required Provisions 00 74 14 Equal Opportunity Updated February 10, 2014 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, That in the event a contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency the contractor may request the United States to enter into such litigation to protect the interests of the United States. STANDARD FEDERAL EQUAL EMPLOYMENT OPPORTUNITY CONSTRUCTION CONTRACT SPECIFICATIONS 1. As used in these specifications: a. "Covered area" means the geographical area described in the solicitation from which this contract resulted; b. "Director" means Director, Office of Federal Contract Compliance Programs (OFCCP), U.S. Department of Labor, or any person to whom the Director delegates authority; c. "Employer identification number" means the Federal social security number used on the Employer's Quarterly Federal Tax Return, U.S. Treasury Department Form 941; d. "Minority" includes: (1) Black (all) persons having origins in any of the Black African racial groups not of Hispanic origin); (2) Hispanic (all persons of Mexican, Puerto Rican, Cuban, Central or South American, or other Spanish culture or origin regardless of race); (3) Asian and Pacific Islander (all persons having origins in any of the original peoples of the Far East, Southeast Asia, the Indian Subcontinent, or the Pacific Islands); and (4) American Indian or Alaskan native (all persons having origins in any of the original peoples of North America and maintaining identifiable tribal affiliations through membership and participation or community identification). 2. Whenever the contractor, or any subcontractor at any tier, subcontracts a portion of the work involving any construction trade, it shall physically include in each subcontract in excess of $10,000 the provisions of these specifications and the Notice which contains the applicable goals for minority and female participation and which is set forth in the solicitations from which this contract resulted. 3. If the contractor is participating (pursuant to 41 CFR 60-4.5) in a Hometown Plan approved by the U.S. Department of Labor in the covered area either individually or through an association, its affirmative action obligations on all work in the Plan area (including goals and timetables) shall be in accordance Required Provisions 00 74 14 Equal Opportunity Updated February 10, 2014 with that Plan for those trades which have unions participating in the Plan. Contractors shall be able to demonstrate their participation in and compliance with the provisions of any such Hometown Plan. Each contractor or subcontractor participating in an approved plan is individually required to comply with its obligations under the EEO clause and to make a good faith effort to achieve each goal under the Plan in each trade in which it has employees. The overall good faith performance by other contractors or subcontractors toward a goal in an approved Plan does not excuse any covered contractor's or subcontractor's failure to take good faith efforts to achieve the Plan goals and timetables. 4. The contractor shall implement the specific affirmative action standards provided in paragraphs 18.7a through 18.7p of these specifications. The goals set forth in the solicitation from which this contract resulted are expressed as percentages of the total hours of employment and training of minority and female utilization the contractor should reasonably be able to achieve in each construction trade in which it has employees in the covered area. Covered construction contractors performing construction work in a geographical area where they do not have a Federal or federally assisted construction contract shall apply the minority and female goals established for the geographical area where the work is being performed. Goals are published periodically in the Federal Register in notice form, and such notices may be obtained from any Office of Federal Contract Compliance Programs office or from Federal procurement contracting officers. The contractor is expected to make substantially uniform progress in meeting its goals in each craft during the period specified. 5. Neither the provisions of any collective bargaining agreement nor the failure by a union with whom the contractor has a collective bargaining agreement to refer either minorities or women shall excuse the contractor's obligations under these specifications, Executive Order 11246 or the regulations promulgated pursuant thereto. 6. In order for the non-working training hours of apprentices and trainees to be counted in meeting the goals, such apprentices and trainees shall be employed by the contractor during the training period and the contractor shall have made a commitment to employ the apprentices and trainees at the completion of their training, subject to the availability of employment opportunities. Trainees shall be trained pursuant to training programs approved by the U.S. Department of Labor. 7. The contractor shall take specific affirmative actions to ensure equal employment opportunity. The evaluation of the contractor's compliance with these specifications shall be based upon its effort to achieve maximum results from its actions. The contractor shall document these efforts fully and shall implement affirmative action steps at least as extensive as the following: a. Ensure and maintain a working environment free of harassment, intimidation, and coercion at all sites, and in all facilities at which the contractor's employees are assigned to work. The contractor, where possible, will assign two or more women to each construction project. The contractor shall specifically ensure that all foremen, superintendents, and other onsite supervisory personnel are aware of and carry out the contractor's obligation to maintain such a working environment, with specific attention to minority or female individuals working at such sites or in such facilities. Required Provisions 00 74 14 Equal Opportunity Updated February 10, 2014 b. Establish and maintain a current list of minority and female recruitment sources, provide written notification to minority and female recruitment sources and to community organizations when the contractor or its unions have employment opportunities available, and maintain a record of the organizations' responses. c. Maintain a current file of the names, addresses, and telephone numbers of each minority and female off-the-street applicant and minority or female referral from a union, a recruitment source, or community organization and of what action was taken with respect to each such individual. If such individual was sent to the union hiring hall for referral and was not referred back to the contractor by the union or, if referred, not employed by the contractor, this shall be documented in the file with the reason therefore along with whatever additional actions the contractor may have taken. d. Provide immediate written notification to the Director when the union or unions with which the contractor has a collective bargaining agreement has not referred to the contractor a minority person or female sent by the contractor, or when the contractor has other information that the union referral process has impeded the contractor's efforts to meet its obligations. e. Develop on-the-job training opportunities and/or participate in training programs for the area which expressly include minorities and women, including upgrading programs and apprenticeship and trainee programs relevant to the contractor's employment needs, especially those programs funded or approved by the Department of Labor. The contractor shall provide notice of these programs to the sources compiled under 7b above. f. Disseminate the contractor's EEO policy by providing notice of the policy to unions and training programs and requesting their cooperation in assisting the contractor in meeting its EEO obligations; by including it in any policy manual and collective bargaining agreement; by publicizing it in the company newspaper, annual report, etc.; by specific review of the policy with all management personnel and with all minority and female employees at least once a year; and by posting the company EEO policy on bulletin boards accessible to all employees at each location where construction work is performed. g. Review, at least annually, the company's EEO policy and affirmative action obligations under these specifications with all employees having any responsibility for hiring, assignment, layoff, termination, or other employment decisions including specific review of these items with onsite supervisory personnel such a superintendents, general foremen, etc., prior to the initiation of construction work at any job site. A written record shall be made and maintained identifying the time and place of these meetings, persons attending, subject matter discussed, and disposition of the subject matter. h. Disseminate the contractor's EEO policy externally by including it in any advertising in the news media, specifically including minority and female news media, and providing written notification to Required Provisions 00 74 14 Equal Opportunity Updated February 10, 2014 and discussing the contractor's EEO policy with other contractors and subcontractors with whom the contractor does or anticipates doing business. i. Direct its recruitment efforts, both oral and written, to minority, female, and community organizations, to schools with minority and female students; and to minority and female recruitment and training organizations serving the contractor's recruitment area and employment needs. Not later than one month prior to the date for the acceptance of applications for apprenticeship or other training by any recruitment source, the contractor shall send written notification to organizations, such as the above, describing the openings, screening procedures, and tests to be used in the selection process. j. Encourage present minority and female employees to recruit other minority persons and women and, where reasonable provide after school, summer, and vacation employment to minority and female youth both on the site and in other areas of a contractor's workforce. k. Validate all tests and other selection requirements where there is an obligation to do so under 41 CFR Part 60-3. l. Conduct, at least annually, an inventory and evaluation at least of all minority and female personnel, for promotional opportunities and encourage these employees to seek or to prepare for, through appropriate training, etc., such opportunities. m. Ensure that seniority practices, job classifications, work assignments, and other personnel practices do not have a discriminatory effect by continually monitoring all personnel and employment related activities to ensure that the EEO policy and the contractor's obligations under these specifications are being carried out. n. Ensure that all facilities and company activities are non-segregated except that separate or single user toilet and necessary changing facilities shall be provided to assure privacy between the sexes. o. Document and maintain a record of all solicitations of offers for subcontracts from minority and female construction contractors and suppliers, including circulation of solicitations to minority and female contractor associations and other business associations. p. Conduct a review, at least annually, of all supervisor's adherence to and performance under the contractor's EEO policies and affirmative action obligations. 8. Contractors are encouraged to participate in voluntary associations, which assist in fulfilling one or more of their affirmative action obligations (18.7a through 18.7p). The efforts of a contractor association, joint contractor union, contractor community, or other similar groups of which the contractor is a member and participant, may be asserted as fulfilling any one or more of its obligations under 18.7a through 18.7p of these specifications provided that the contractor actively participates in the group, makes every effort to assure that the group has a positive impact on the employment of minorities and women in the industry, ensures that the concrete benefits of the program are reflected in the contractor's minority and female workforce participation, makes a good faith effort to meet its Required Provisions 00 74 14 Equal Opportunity Updated February 10, 2014 individual goals and timetables, and can provide access to documentation which demonstrates the effectiveness of actions taken on behalf of the contractor. The obligation to comply, however, is the contractor's and failure of such a group to fulfill an obligation shall not be a defense for the contractor's noncompliance. 9. A single goal for minorities and a separate single goal for women have been established. The contractor, however, is required to provide equal employment opportunity and to take affirmative action for all minority groups, both male and female, and all women, both minority and non-minority. Consequently, if the particular group is employed in a substantially disparate manner (for example, even though the contractor has achieved its goals for women generally,) the contractor may be in violation of the Executive Order if a specific minority group of women is underutilized. 10. The contractor shall not use the goals and timetables or affirmative action standards to discriminate against any person because of race, color, religion, sex, or national origin. 11. The contractor shall not enter into any subcontract with any person or firm debarred from Government contracts pursuant to Executive Order 11246. 12. The contractor shall carry out such sanctions and penalties for violation of these specifications and of the Equal Opportunity Clause, including suspension, termination, and cancellation of existing subcontracts as may be imposed or ordered pursuant to Executive Order 11246, as amended, and its implementing regulations, by the Office of Federal Contract Compliance Programs. Any contractor who fails to carry out such sanctions and penalties shall be in violation of these specifications and Executive Order 11246, as amended. 13. The contractor, in fulfilling its obligations under these specifications, shall implement specific affirmative action steps, at least as extensive as those standards prescribed in paragraph 18.7 of these specifications, so as to achieve maximum results from its efforts to ensure equal employment opportunity. If the contractor fails to comply with the requirements of the Executive Order, the implementing regulations, or these specifications, the Director shall proceed in accordance with 41 CFR 60-4.8. 14. The contractor shall designate a responsible official to monitor all employment related activity to ensure that the company EEO policy is being carried out, to submit reports relating to the provisions hereof as may be required by the Government, and to keep records. Records shall at least include for each employee, the name, address, telephone number, construction trade, union affiliation if any, employee identification number when assigned, social security number, race, sex, status (e.g., mechanic, apprentice, trainee, helper, or laborer), dates of changes in status, hours worked per week in the indicated trade, rate of pay, and locations at which the work was performed. Records shall be maintained in an easily understandable and retrievable form; however, to the degree that existing records satisfy this requirement, contractors shall not be required to maintain separate records. 15. Nothing herein provided shall be construed as a limitation upon the application of other laws which establish different standards of compliance or upon the application of requirements for the hiring of Required Provisions 00 74 14 Equal Opportunity Updated February 10, 2014 local or other area residents (e.g., those under the Public Works Employment Act of 1977 and the Community Development Block Grant Program). Required Provisions 00 74 15 Federal Minimum Wage Updated February 10, 2014 FEDERAL FAIR LABOR STANDARDS ACT (FEDERAL MINIMUM WAGE) All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Agency with Enforcement Responsibilities Federal Fair Labor Standards Act (29 USC 201) U.S. Department of Labor – Wage and Hour Division Required Provisions 00 74 16 Lobbying and Influencing Federal Employees Updated February 10, 2014 LOBBYING AND INFLUENCING FEDERAL EMPLOYEES The bidder or offeror certifies by signing and submitting this bid or proposal, to the best of his or her knowledge and belief, that: 1) No Federal appropriated funds have been paid or will be paid, by or on behalf of the bidder or offeror, to any person for influencing or attempting to influence an officer or employee of an agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. 2) If any funds other than Federal appropriated funds have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form-LLL, “Disclosure Form to Report Lobbying,” in accordance with its instructions. This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by section 1352, title 31, U.S. Code. Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. Required Provisions 00 74 17 Nonsegregated Facilities Updated February 10, 2014 NOTICE OF NONSEGREGATED FACILITIES REQUIREMENT Notice to Prospective Federally Assisted Construction Contractors 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a federally- assisted construction contract exceeding $10,000 which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving federally-assisted construction contract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of the following notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. Notice to Prospective Subcontractors of Requirements for Certification of Non-Segregated Facilities 1. A Certification of Non-segregated Facilities shall be submitted prior to the award of a subcontract exceeding $10,000, which is not exempt from the provisions of the Equal Opportunity Clause. 2. Contractors receiving subcontract awards exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause will be required to provide for the forwarding of this notice to prospective subcontractors for supplies and construction contracts where the subcontracts exceed $10,000 and are not exempt from the provisions of the Equal Opportunity Clause. 3. The penalty for making false statements in offers is prescribed in 18 U.S.C. § 1001. CERTIFICATION OF NONSEGREGATED FACILITIES The federally-assisted construction contractor certifies that she or he does not maintain or provide, for his employees, any segregated facilities at any of his establishments and that she or he does not permit his employees to perform their services at any location, under his control, where segregated facilities are maintained. The federally-assisted construction contractor certifies that she or he will not maintain or provide, for his employees, segregated facilities at any of his establishments and that she or he will not permit his employees to perform their services at any location under his control where segregated facilities are maintained. The federally-assisted construction contractor agrees that a breach of this certification is a violation of the Equal Opportunity Clause in this contract. As used in this certification, the term "segregated facilities" means any waiting rooms, work areas, restrooms, and washrooms, restaurants and other eating areas, time clocks, locker rooms and other storage or dressing areas, parking lots, drinking fountains, recreation or entertainment areas, transportation, and housing facilities provided for employees which are segregated by explicit directives or are, in fact, segregated on the basis of race, color, religion, or national origin because of habit, local Required Provisions 00 74 17 Nonsegregated Facilities Updated February 10, 2014 custom, or any other reason. The federally-assisted construction contractor agrees that (except where she or he has obtained identical certifications from proposed subcontractors for specific time periods) she or he will obtain identical certifications from proposed subcontractors prior to the award of subcontracts exceeding $10,000 which are not exempt from the provisions of the Equal Opportunity Clause and that she or he will retain such certifications in his files. Required Provisions 00 74 18 OSHA Updated February 10, 2014 OCCUPATIONAL SAFETY AND HEALTH ACT OF 1970 All contracts and subcontracts that result from this solicitation incorporate the following provisions by reference, with the same force and effect as if given in full text. The contractor has full responsibility to monitor compliance to the referenced statute or regulation. The contractor must address any claims or disputes that pertain to a referenced requirement directly with the Federal Agency with enforcement responsibilities. Requirement Federal Agency with Enforcement Responsibilities Occupational Safety and Health Act of 1970 (20 CFR Part 1910) U.S. Department of Labor – Occupational Safety and Health Administration Required Provisions 00 74 19 Rights to Inventions Updated February 10, 2014 RIGHTS TO INVENTIONS All rights to inventions and materials generated under this contract are subject to requirements and regulations issued by the FAA and the Sponsor of the Federal grant under which this contract is executed. Required Provisions 00 74 20 Termination of Contract Updated February 10, 2014 TERMINATION OF CONTRACT a. The Sponsor may, by written notice, terminate this contract in whole or in part at any time, either for the Sponsor's convenience or because of failure to fulfill the contract obligations. Upon receipt of such notice services must be immediately discontinued (unless the notice directs otherwise) and all materials as may have been accumulated in performing this contract, whether completed or in progress, delivered to the Sponsor. b. If the termination is for the convenience of the Sponsor, an equitable adjustment in the contract price will be made, but no amount will be allowed for anticipated profit on unperformed services. c. If the termination is due to failure to fulfill the contractor's obligations, the Sponsor may take over the work and prosecute the same to completion by contract or otherwise. In such case, the contractor is liable to the Sponsor for any additional cost occasioned to the Sponsor thereby. d. If, after notice of termination for failure to fulfill contract obligations, it is determined that the contractor had not so failed, the termination will be deemed to have been effected for the convenience of the Sponsor. In such event, adjustment in the contract price will be made as provided in paragraph 2 of this clause. e. The rights and remedies of the sponsor provided in this clause are in addition to any other rights and remedies provided by law or under this contract. Required Provisions 00 74 21 Trade Restriction Updated February 10, 2014 TRADE RESTRICTION CLAUSE The contractor or subcontractor, by submission of an offer and/or execution of a contract, certifies that it: a. is not owned or controlled by one or more citizens of a foreign country included in the list of countries that discriminate against U.S. firms published by the Office of the United States Trade Representative (USTR); b. has not knowingly entered into any contract or subcontract for this project with a person that is a citizen or national of a foreign country on said list, or is owned or controlled directly or indirectly by one or more citizens or nationals of a foreign country on said list; c. has not procured any product nor subcontracted for the supply of any product for use on the project that is produced in a foreign country on said list. Unless the restrictions of this clause are waived by the Secretary of Transportation in accordance with 49 CFR 30.17, no contract shall be awarded to a contractor or subcontractor who is unable to certify to the above. If the contractor knowingly procures or subcontracts for the supply of any product or service of a foreign country on said list for use on the project, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract at no cost to the Government. Further, the contractor agrees that, if awarded a contract resulting from this solicitation, it will incorporate this provision for certification without modification in each contract and in all lower tier subcontracts. The contractor may rely on the certification of a prospective subcontractor unless it has knowledge that the certification is erroneous. The contractor shall provide immediate written notice to the sponsor if the contractor learns that its certification or that of a subcontractor was erroneous when submitted or has become erroneous by reason of changed circumstances. The subcontractor agrees to provide written notice to the contractor if at any time it learns that its certification was erroneous by reason of changed circumstances. This certification is a material representation of fact upon which reliance was placed when making the award. If it is later determined that the contractor or subcontractor knowingly rendered an erroneous certification, the Federal Aviation Administration may direct through the Sponsor cancellation of the contract or subcontract for default at no cost to the Government. Nothing contained in the foregoing shall be construed to require establishment of a system of records in order to render, in good faith, the certification required by this provision. The knowledge and information of a contractor is not required to exceed that which is normally possessed by a prudent person in the ordinary course of business dealings. This certification concerns a matter within the jurisdiction of an agency of the United States of America and the making of a false, fictitious, or fraudulent certification may render the maker subject to prosecution under Title 18, United States Code, Section 1001. Required Provisions 00 74 21 Trade Restriction Updated February 10, 2014 Required Provisions 00 74 22 Texting When Driving Updated May 6, 2014 TEXTING WHEN DRIVING In accordance with Executive Order 13513, "Federal Leadership on Reducing Text Messaging While Driving" (10/1/2009) and DOT Order 3902.10 “Text Messaging While Driving” (12/30/2009), FAA encourages recipients of Federal grant funds to adopt and enforce safety policies that decrease crashes by distracted drivers, including policies to ban text messaging while driving when performing work related to a grant or sub-grant. The Contractor must promote policies and initiatives for employees and other work personnel that decrease crashes by distracted drivers, including policies to ban text messaging while driving. The Contractor must include these policies in each third party subcontract involved on this project. Required Provisions 00 74 23 Veteran’s Preference Updated May 6, 2014 VETERAN’S PREFERENCE In the employment of labor (except in executive, administrative, and supervisory positions), preference must be given to Vietnam era veterans, Persian Gulf veterans, Afghanistan-Iraq war veterans, disabled veterans, and small business concerns owned and controlled by disabled veterans as defined in Title 49 United States Code, Section 47112. However, this preference shall apply only where the individuals are available and qualified to perform the work to which the employment relates. Application for Payment Procedures 01 29 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer’s facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 01 29 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor’s safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. Application for Payment Procedures 01 29 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor’s overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures 01 29 00 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures 01 29 00 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Contractors can be paid for non-perishable materials on hand stored at the site, provided that invoices are furnished to the City for verification of the material value; and provide documents, satisfactory to the City, that show that the material supplier has been paid for the materials delivered to the work site. D. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. E. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. F. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures 01 29 00 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. Application for Payment Procedures 01 29 00 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER’S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT’s reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR’s recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT’s review of Contractor’s Work for the purposes of recommending payments nor OAR’s recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; Application for Payment Procedures 01 29 00 - 8 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 03-11-2015 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work; 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR’s recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work 01 11 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 11 00 SUMMARY OF WORK 1.00 GENERAL 1.01 WORK INCLUDED A. Construct Work as described in the Contract Documents. 1. Provide the materials, equipment, and incidentals required to make the Project completely and fully useable. 2. Provide the labor, equipment, tools, and consumable supplies required for a complete Project. 3. The Contract Documents do not indicate or describe all of the Work required to complete the Project. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the OAR. 1.02 DESCRIPTION OF WORK A. Work is described in general, non-inclusive terms as: B. This project includes paving, drainage and traffic safety improvements for the access to and work sites for Runway 18 MALSR Stations 12 and 14. This project does not include any work within airport property, but is located within the immediate vicinity of said MALSR stations (with operating equipment for Runway 18 landing approaches). Construction of this project will be coordinated with TXDOT, FAA and CCIA to ensure compliance with all applicable requirements. The paving includes approximately 1400 square yards of concrete pavement and 300 linear feet of new and relocated concrete safety barrier. 290 linear feet of concrete drainage flume is included as an additive alternate bid item. 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. None B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work 01 11 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances 01 23 10 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. Include specified allowance amount in the Contract Price. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. Alternates and Allowances 01 23 10 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor’s responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES A. Alternate B1 - Install 290 L.F. of 3’ Wide Concrete Flume for Station 14 1. Contractor shall install the drainage flume as shown on the plans and in accordance with all applicable specifications. 1.04 DESCRIPTION OF ALLOWANCES 1. None 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer’s facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor’s use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures 01 29 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor’s safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner’s Minority / MBE / DBE Participation Policy. Application for Payment Procedures 01 29 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor’s overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures 01 29 00 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.03 SCHEDULE OF ANTICIPATED PAYMENTS AND EARNED VALUE A. Submit a schedule of the anticipated Application for Payments showing the application numbers, submission dates, and the anticipated amount to be requested. Incorporate retainage into the development of this schedule of anticipated payments. B. Submit a tabulation of the anticipated Total Earned Value of Fees, Work, and Materials to create a graphic (curve) representation of the anticipated progress on the Project each month. Adjust this table and curve to incorporate Modifications. Use this curve to compare actual progress on the Project each month by comparing the anticipated cumulative Total Earned Value of Fees, Work, and Materials to the actual Total Earned Value of Fees, Work, and Materials each month. Use the comparison of values to determine performance on budget and schedule. C. Update the Schedule of Payments as necessary to provide a reasonably accurate indication of the funds required to make payments each month to the Contractor for Work performed. 1.04 BASIS FOR PAYMENTS A. Lump Sum Contracts: 1. Payment will be made for the earned value of Work completed during the payment period expressed as a percentage of Work completed for each line item during the payment period per the Contract Documents. 2. Payment amount is the value of Work completed per the Contract Documents multiplied by the percentage of Work completed. 3. Payment for lump sum items divided into an estimated number of units to determine earned value per Paragraph 1.02.E.3 will be made for the measured number of units. 4. Payment for stored materials and equipment will be made per Paragraph 1.05. B. Unit Price Contracts: 1. Payment will be made for the actual quantity of Work completed during the payment period and for materials and equipment stored during the payment period per the Contract Documents. a. Payment amount is the Work quantity measured per the Contract Documents multiplied by the unit prices for that line item in the Agreement. b. Payment for stored materials and equipment will be made per Paragraph 1.05. 2. Measure the Work described in the Agreement for payment. Payment will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. 1.05 PAYMENT FOR STORED MATERIALS AND EQUIPMENT. A. Store materials and equipment properly at the Site. Application for Payment Procedures 01 29 00 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1. Payment will be made for the invoice amount less the specified retainage. 2. Payment for materials and equipment show in the Application for Payment on Attachment A or Attachment B - Tabulation of Work on Approved Contract Modifications will be made for the invoice amount, up to the value show in the Schedule of Values for that line item. Costs for material and equipment in excess of the value shown in the Schedule of Values may not be added to other line items. 3. Payment will be made in full for the value shown in the line item for products and materials if invoices for materials and equipment are less than the amount shown in the line item and it can be demonstrated that no additional materials or equipment are required to complete Work described in that item. 4. Provide invoices at the time materials are included on Attachment D - Tabulation of Values for Materials and Equipment. Include invoice numbers on Attachment D so that a comparison can be made between invoices and amounts included on Attachment D. B. Provide a bill of sale, invoice, or other documentation warranting that Owner has received the materials and equipment free and clear of Liens. Provide documentation of payment for materials and equipment with the next Application for Payment. Adjust payment to the amount actually paid if this differs from the invoice amount. Remove items from the tabulation of materials and equipment if this documentation is not provided. Payment will not be made for material and equipment without documentation of payment. C. Provide evidence that the materials and equipment are covered by appropriate property insurance or other arrangements to protect Owner’s interest. D. The Work covered by progress payments becomes the property of the Owner at the time of payment. The Contractor’s obligations with regard to proper care and maintenance, insurance, and other requirements are not changed by this transfer of ownership until accepted in accordance with the General Conditions. E. Payment for materials and equipment does not constitute acceptance of the product. 1.06 ALTERNATES AND ALLOWANCES A. Include amounts for specified Alternate Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET-OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. B. Reduce payments for set-offs per the General Conditions. Include Attachment C – Tabulation of Set-Offs in the Application for Payment. Application for Payment Procedures 01 29 00 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.08 PROCEDURES FOR SUBMITTING AN APPLICATION FOR PAYMENT A. Submit a draft Application for Payment to the OAR each month at least 20 days before the date established in the Agreement for Owner to make progress payments. Do not submit Applications for Payment more often than monthly. Review the draft Application for Payment with the OAR to determine concurrence with: 1. The earned value for each lump sum item including the value of properly stored and documented materials and equipment for each item in the original Contract. 2. The quantity of Work completed for each unit price item. 3. Set-offs included in the Application for Payment. 4. Values requested for materials and equipment consistent with invoices for materials and equipment. B. Submit Applications for Payment monthly through the OAR after agreement has been reached on the draft Application for Payment. 1. Number each application sequentially and include the dates for the application period. 2. Show the total amounts for earned value of original Contract performed, earned value for Work on approved Contract Amendments and Change Orders, retainage, and set- offs. Show total amounts that correspond to totals indicated on the attached tabulation for each. 3. Include Attachment A to show the earned value on each line item in the Schedule of Values for Work shown in the original Contract. 4. Include Attachment B to show the earned value on line item for approved Change Orders. Add items to Attachment B as Change Orders are approved. Change Orders must be approved before payment can be made on Change Order items. 5. Include Attachment C to document set-offs required per the Contract Documents. Show each set-off as it is applied. Show a corresponding line item to reduce the Set off amount if a payment held by a set-off is released for payment. 6. Include Attachment D to allow tracking of invoices used to support amounts requested as materials in Attachments A and B. Enter materials to show the amount of the invoice assigned to each item in Attachment A or B if an invoice includes materials used on several line items. 7. Complete the certification stating that all Work, including materials and equipment, covered by this Application for Payment have been completed or delivered and stored in accordance with the Contract Documents, that all amounts have been paid for Work, materials, and equipment for which previous payments have been made by the Owner, and that the current payment amount shown in this Application for Payment is now due. C. Submit attachments in Portable Document Format (PDF): 1. Generate attachments to the Application for Payment using the Excel spreadsheet provided. Application for Payment Procedures 01 29 00 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 1.09 RESPONSIBILITY OF OWNER’S AUTHORIZED REPRESENTATIVE A. OAR will review draft Application for Payment with Contractor to reach an agreement on the values that will be recommended for payment by the OAR. B. OAR will review Application for Payment submitted by Contractor to determine that the Application for Payment has been properly submitted and is in accordance with the agreed to draft Application for Payment. C. OAR is to either recommend payment of the Application for Payment to Owner or notify the Contractor of the OPT’s reasons for not recommending payment. Contractor may make necessary corrections and resubmit the Application for Payment if it is not recommended within 10 days after receipt of the notice. OAR will review resubmitted Application for Payment and reject or recommend payment of the Application for Payment to Owner as appropriate. D. OAR’s recommendation of the Application for Payment constitutes a representation by OPT that based on their experience and the information available: 1. The Work has progressed to the point indicated; 2. The quality of the Work is generally in accordance with the Contract Documents; and 3. Requirements prerequisite to payment have been met. E. This representation is subject to: 1. Further evaluation of the Work as a functioning whole; 2. The results of subsequent tests called for in the Contract Documents; or 3. Any other qualifications stated in the recommendation. F. OPT does not represent by recommending payment: 1. Inspections made to check the quality or the quantity of the Work as it has been performed have been exhaustive, extended to every aspect of the Work in progress, or involved detailed inspections of the Work; or 2. Other matters or issues between the parties that might entitle Contractor to additional compensation or entitle Owner to withhold payment to Contractor may or may not exist. G. Neither OPT’s review of Contractor’s Work for the purposes of recommending payments nor OAR’s recommendation of payment imposes responsibility on OPT: 1. To supervise, direct, or control the Work; 2. For the means, methods, techniques, sequences, or procedures of construction, or safety precautions and programs; 3. For Contractor’s failure to comply with Laws and Regulations applicable to Contractor’s performance of the Work; Application for Payment Procedures 01 29 00 - 8 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 4. To make examinations to ascertain how or for what purposes Contractor has used the monies paid on account of the Contract Price; or 5. To determine that title to the Work, materials, or equipment has passed to Owner free and clear of Liens. 1.10 FINAL APPLICATION FOR PAYMENT A. Include adjustments to the Contract Price in the final Application for Payment for: 1. Approved Change Orders and Contract Amendments, 2. Allowances not previously adjusted by Change Order, 3. Deductions for Defective Work that has been accepted by the Owner, 4. Penalties and bonuses, 5. Deductions for liquidated damages, 6. Deduction for all final set-offs, and 7. Other adjustments if needed. B. OAR will prepare a final Change Order reflecting the approved adjustments to the Contract Price which have not been covered by previously approved Change Orders and if necessary reconcile estimate unit price quantities with actual quantities. C. Submit the final Application for Payment per the General Conditions, including the final Change Order. Provide the following with the Final Application for Payment: 1. Evidence of payment or release of liens on the forms provided and as required by the General Conditions. 2. Consent from Surety to Final Payment. 1.11 PAYMENT BY OWNER A. Owner is to pay the amount recommended for monthly payments within 30 days after receipt of the OAR’s recommended Application for Payment. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment 01 29 01 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item A1 - Mobilization: 1. Include the following costs in this Bid item: a. Bonds and insurance; b. Transportation and setup for equipment; c. Transportation and/or erection of all field offices, sheds, and storage facilities; d. Salaries for preparation of documents required before the first Application for Payment; e. Salaries for field personnel assigned to the Project related to the mobilization of the Project; and f. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment 01 29 01 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A2 - Embankment in Place: 1. This item shall be paid in accordance with TxDOT Item 132 “Embankment.” 2. Embankment shall be measured on a cubic yard (C.Y.) basis. C. Bid Item A3 – Unclassified Excavation: 1. This item shall be paid in accordance with TXDOT Item 110 “Excavation.” 2. Embankment shall be measured on a cubic yard (C.Y.) basis. D. Bid Item A4 – Sawcut at Existing Asphalt Pavement Edge: 1. Payment for this item shall include all materials, equipment, tools and incidentals necessary to sawcut, remove and dispose of existing asphalt pavement. 2. This item shall be measured on a linear foot basis. E. Bid Item A5 – 8” Lime Stabilized Subgrade: 1. This item shall be paid in accordance with TXDOT Item 260 “Lime Treatment (Road- Mixed).” 2. 8” Lime-Stabilized Subgrade shall be measured by the square yard of surface area. The dimensions for determining the surface area are established by the widths and lengths shown on the plans. F. Bid Item A6 – Hydrated Lime for Stabilized Subgrade: 1. This item shall be paid in accordance with TXDOT Item 260 “Lime Treatment (Road- Mixed).” 2. Hydrated Lime will be measure by ton (dry weight) G. Bid Item A7 – Remove Aggregate Base Material and Spread Along Pavement Edge: 1. Payment for this item shall include all equipment, tools, appurtenances, and labor to: a. Excavate the aggregate base material from the existing site b. Protect existing facilities as shown on the plan c. Stockpile aggregate base material d. Select usable material from stockpile to be spread along concrete pavement edges as shown on the plans e. Remove 4” topsoil before spreading salvaged aggregate. 2. This item shall be measured per square yard of original material in place. H. Bid Item A8 – Furnish and Install 5” Concrete Pavement (within MALSR Sites): 1. Payment for this item shall be made in accordance with TXDOT Item 360, “Concrete Pavement.” 2. This item shall be measured on a square yard basis. Measurement and Basis for Payment 01 29 01 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 I. Bid Item A9 – Furnish and Install 6” Concrete Pavement: 1. Payment for this item shall be made in accordance with TXDOT Item 360, “Concrete Pavement.” 2. This item shall be measured on a square yard basis. J. Bid Item A10 – Install Concrete Safety Barrier Foundation as shown and specified: 1. Payment for this item shall include all materials, tools, equipment, labor and incidentals necessary to: a. Excavation and embankment necessary for foundation installation b. Install the concrete safety barrier foundation of the type and in the locations shown on the plans 2. This item shall be measured on a linear foot basis. K. Bid Item A11 – Remove Existing Concrete Barrier and Foundation: 1. Payment for this item shall be made in accordance with TXDOT Item 104, “Concrete Removal.” 2. This item shall be measured on a linear foot basis. L. Bid Item A12 – Furnish and Install New and Salvaged Precast Concrete Barrier: 1. Payment for this item shall be made in accordance with TXDOT Item 514, “Permanent Concrete Traffic Barrier.” The barrier foundation shall be paid for under Item A10. 2. This item shall be paid on a linear foot basis. M. Bid Item A13 – Relocate Salvaged REACT Barrier: 1. Payment for this item shall be made in accordance with TXDOT Item 545, “Crash Cushion Attenuators.” 2. This item shall be measured on a per each basis. N. Bid Item A14 – Install Rumble Strips: 1. Payment for this item shall be made in accordance with TXDOT Item 533, “Shoulder Texturing.” 2. This item shall be measured on a linear foot basis. O. Bid Item A15 – Install Rock Construction Entrance: 1. Payment for this item shall be made in accordance with TXDOT Item 506, “Temporary Erosion, Sedimentation and Environmental Controls.” 2. This item shall be measured on per each basis. P. Bid Item A16 – Install Temporary Sediment Control Fence: 1. Payment for this item shall be made in accordance with TXDOT Item 506, “Temporary Erosion, Sedimentation and Environmental Controls.” 2. This item shall be measured on a linear foot basis. Measurement and Basis for Payment 01 29 01 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Q. Bid Item A17 – Remove, Salvage and Reinstall Existing Road Sign: 1. Payment for this item shall be made in accordance with TXDOT Item 644, “Small Road Sign Assemblies.” 2. This item shall be measured on per each basis. R. Bid Item A18 – Furnish and Install 4” Topsoil on Disturbed Areas: 1. Payment for this item shall be made in accordance with TXDOT Item 160, “Topsoil” and the associated Modification sheet. 2. This item shall be measured on a lump sum basis. S. Bid Item A19 – Furnish and Install 4” Sod as Shown and Specified: 1. Payment for this item shall be made in accordance with TXDOT Item 162, “Sodding for Erosion Control.” 2. This item shall be measured on a square yard basis. T. Bid Item A20 – Adjust Utility Box: 1. Payment for this item shall include all materials, tools, equipment, labor and incidentals necessary to adjust the existing utility box to finished grade elevation. 2. This item shall be measured on per each basis. U. Bid Item A21 – Storm Water Pollution Prevention Plan (SWPPP): 1. Payment for this item shall be made in accordance with TXDOT Item 506, “Temporary Erosion, Sedimentation and Environmental Controls.” This item shall include obtaining, implementing and maintaining a Storm Water Pollution Prevention Plan in accordance with TCEQ requirements. See TPDES PERMIT Notes on the plans. 2. This item shall be measured on a lump sum basis. V. Bid Item A22 – Re-Stripe Yellow Stripes on Station 14: 1. Payment for this item shall be made in accordance with the plans. 2. This item shall be measured on a lump sum basis. W. Bid Item A23 – Barricades, Signs, and Traffic Handling: 1. Payment for this item shall be performed in accordance with TXDOT Item 502, “Barricades, Signs and Traffic Handling.” X. Bid Item A24 – Temporary Crash Barrier 1. This item shall include obtaining, implementing, maintaining and removing a Temporary Crash Barrier as needed during relocation of the existing crash barrier. The temporary crash barrier shall be designed, selected and placed in accordance with the manufacturer recommendations and as shown on the plans. 2. This item shall be paid on a lump sum basis. Measurement and Basis for Payment 01 29 01 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.04 THIS ITEM SHALL BE MEASURED ON A LUMP SUM BASIS. MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Bid Item I-1 – Install 3’ Wide Concrete Flume for MALSR Station 14 1. Payment for this item shall include all equipment, materials, tools and incidentals to install the flume in accordance with TXDOT Item 360, “Concrete Pavement” and as shown on the plans. 2. This item shall be measured on a linear foot basis. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 31 00 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier’s printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 31 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons, including FAA maintenance personnel, at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities (Runway 18 MALSR Stations 12 and 14 sites) at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, equipment, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR’S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism, loss by theft and any impacts on MALSR equipment operation. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees’ vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately-owned land outside of the Owner’s property, rights-of-way, or easements. Project Management and Coordination 01 31 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect MALSR operation equipment, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, drainage structures, manholes, hand holes, pull boxes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep Project Management and Coordination 01 31 00 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 disruptions to existing FAA MALSR facility services and operations to a minimum. Any disruptions must be coordinated and approved in advance. 1. Do not restrict access to critical MALSR equipment. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers in service and site drainage at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.10 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.11 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.12 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. Project Management and Coordination 01 31 00 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier’s storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather-tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier’s instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier’s required environmental conditions are continually maintained; and Project Management and Coordination 01 31 00 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.13 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air-borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.14 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. B. Submit a Notification by Contractor for Owner’s approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. Project Management and Coordination 01 31 00 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.15 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner’s Uniform Barricading Standards and Practices. Copies of this document are available through the Owner’s Traffic Engineering Department. Secure required permits from the Owner’s Traffic Engineering Department. 1.16 RUNWAY APPROACH OBSTRUCTION A. Comply with all FAA and Airport Runway approach obstruction criteria, including FAR Part 77, “Safe, Efficient Use, and Preservation of the Navigable Airspace.” B. Schedule all operations and sequence construction to minimize impact on Runway 18 landing approach. C. Coordinate with FAA and Airport staff in advance of any planned impact or disruption to the Runway 18 landing approach. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. Project Management and Coordination 01 31 00 - 8 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor’s convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Vivek Khanna – KSA Engineers 972-542-2995 Victor Gonzalez 361-289-0171 Bobby Millhouse – CRP SSC Env. Maintenance 361-244-6174 Scott Brown – CRP SSC Manager 361-299-4251 On-Site R.E. TBD Traffic Engineering 361-826-3540 Project Management and Coordination 01 31 00 - 9 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Public Agencies/Contacts Phone Number Police Department 361-882-2600 Water Department 361-826-1881 (826-1888 after hours) Wastewater Department 361-826-1800 (826-1818 after hours) Gas Department 361-885-6900 (885-6913 after hours) Storm Water Department 361-826-1875 (826-3140 after hours) Parks & Recreation Department 361-826-3461 Streets and Solid Waste Services 361-826-1940 AEP 1-877-373-4858 SBC / AT&T 361-881-2511 (1-800-824-4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate 361-826-1946 361-826-3547 Cablevision 361-857-5000 (857-5060 after hours) ACSI (Fiber Optic) 361-887-9200 (Pager 800-724-3624) KMC (Fiber Optic) 813-1124 (Pager 888-204-1679) ChoiceCom (Fiber Optic) 881-5767 (Pager 850-2981) CAPROCK (Fiber Optic) 512-935-0958 (Mobile) Brooks Fiber Optic (MAN) 972-753-4355 Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Eng. 361-855-6153 TxDOT Area Office 361-808-2384 Corpus Christi ISD 361-886-9005 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre-construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre-construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination 01 31 13 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.04 PROJECT MEETINGS A. Pre-Construction Conference: 1. Attend a pre-construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor’s project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor’s organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor’s superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor’s detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 01 31 13 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre-Installation Meetings: 1. Conduct pre-submittal and pre-installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use “Notification by Contractor” form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination 01 31 13 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor’s field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished grade. b. Horizontal and vertical locations of any existing utilities encountered during construction. c. Changes of dimensions, locations and detail. d. Changes by Modifications. e. Information in Request for Information or included in the Project Issues Log. f. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; Project Coordination 01 31 13 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. 7. Provide 3 copies of approved Record Drawings to the FAA. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management 01 31 14 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 31 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT’s description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management 01 31 14 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self-performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor’s risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list “or equal” or “or approved equal” products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers’ products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase “or equal” or “or approved equal.” 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT’s responsibility to prove the product is not equal. Change Management 01 31 14 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer’s published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer’s responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management 01 31 14 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management 01 33 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management 01 33 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the document. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size i. Add footers to each document with the Project name. 1.05 DOCUMENT NUMBERING A. Assign a number to the documents originated to allow tracking of the documents during the review process. 1. Assign the number consisting of a prefix, a sequence number, and a letter suffix. Prefixes shall be as follows: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management 01 33 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Prefix Description Originator SCH Schedule of Progress Contractor 2. Issue sequence numbers in chronological order for each type of document. 3. Issue numbers for resubmittals that have the same number as the original document followed by an alphabetical suffix indicating the number of times the same document has been sent to the Designer for processing. For example: SD 025 A represents Shop Drawing number 25 and the letter “A” designates that this is the second time this document has been sent for review. 4. Clearly note the document number on each page or sheet of the document. 5. Correct assignment of numbers is essential since different document types are processed in different ways. B. Include reference the Drawing number and/or Specification Section, detail designation, schedule, or location that corresponds with the data on the document transmittal forms. Other identification may also be required, such as layout drawings or schedules to allow the reviewer to determine where a particular product is to be used. 1.06 DOCUMENT REQUIREMENTS A. Furnish documents as indicated below or in individual Specification Sections. Submit documents per the procedures described in the Contract Documents. B. Submit documents per the Specification Section shown in the following table: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 01 40 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management 01 33 00 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION  01 33 01 Submittal Register Product  Information Sample or  Mockup Operations Data  TXDOT 260 Hydrated Lime Record Data None None TXDOT 514 Concrete Safety Barrier Shop Drawing None None TXDOT 545 REACT Barrier Terminal Shop Drawing None None TXDOT 506 Temporary Sediment Control Fence Record Data None None TXDOT 360 Steel Reinforcement for Concrete Record Data None None TXDOT 644 Sign Mounting Hardware Record Data None None TXDOT 360 Concrete Mix Design Record Data None None per Plans Traffic Paint Record Data None None Paragraph No. Specification  Section Specification Description Types of Submittals Required Submittal Register Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 01 33 01‐1 07‐03‐2014 Shop Drawings 01 33 02 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description TXDOT 514 Concrete Safety Barrier TXDOT 545 REACT Barrier Terminal B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings 01 33 02 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer’s attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. Shop Drawings 01 33 02 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor’s risk. Defective products may be rejected at the Owner’s option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings 01 33 02 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product’s intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings 01 33 02 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product or class of material separately so these can be tracked and processed independently. Do not submit Shop Drawings for more than one product in the same Shop Drawing. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Shop Drawings. a. Use terms and symbols in Shop Drawings consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Shop Drawings. c. Provide a legend for symbols used on Shop Drawings. 6. Mark Shop Drawings to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Use the following conventions to markup Shop Drawings for review: 1. Make comments and corrections in the color blue. Add explanatory comments to the markup. 2. Highlight items in black that are not being furnished when the Supplier’s standard drawings or information sheets are provided so that only the products to be provided are in their original color. 3. Make comments in the color yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on Shop Drawings 01 33 02 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner’s option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. Shop Drawings 01 33 02 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer’s review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer’s review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Shop Drawings 01 33 02 - 8 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 3. Designer’s review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor’s markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is “Approved as Noted,” but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked “Approved as Noted” and “Resubmit with corrections made.” These Shop Drawings 01 33 02 - 9 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as “At Variance With” (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as “Not Approved” if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings 01 33 02 - 10 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer’s review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data 01 33 03 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR’S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Record Drawings from Contractor B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data 01 33 03 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor’s responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. D. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Record Data; 2. Location of existing structures, utilities, and equipment related to the Record Data have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Record Data are complete for their intended purpose; and 5. Conflicts between the Record Data related to the various Subcontractors and Suppliers have been resolved. E. Review Record Data prior to submitting to the Designer. Certify that all Record Data has been reviewed by the Contractor and is in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Record Data. 1.04 RECORD DATA REQUIREMENTS A. Include a complete description of the material or equipment to be furnished, including: 1. Type, dimensions, size, arrangement, model number, and operational parameters of the components; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Record Data as specified in the individual Specification Sections: Record Data 01 33 03 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. g. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. Record Data 01 33 03 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for “Drop Metadata.” Uncheck the “Drop Metadata” box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b. Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of “or equal” products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER’S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor’s responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data 01 33 03 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of “Filed as Received” and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked “Rejected” and “Submit Shop Drawing.” No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked “Rejected” and “Revise and Resubmit.” Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked “Rejected” and “Cancel - Not Required.” No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked “Filed as Received.” 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule 01 33 04 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre-construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years’ minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule 01 33 04 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor’s program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re-submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule 01 33 04 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor’s plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule 01 33 04 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 01 33 05 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation 01 33 05 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8-by-10-inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.02 CRITICAL OPERATIONS A. The Owner has identified critical operations that must not be out of service longer than the designated maximum time out of service and/or must be performed only during the designated times. These have been identified in the table below: Special Procedures 01 35 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per day) MALSR equipment operation Facility can be shut down for scheduled and possible extended periods of time (based on weather forecast patterns and operational requirements) with advanced planning, coordination and approvals of local CRP FAA SSC and Airport. Facility operational shutdowns, per coordinated scheduling and approvals, will occur during daylight hours only (while maintaining operational capability of MALSR during night time hours) unless an extended shutdown, e.g. several days, is approved. $ 5,000 per day B. Submit a written plan of action per Paragraph 1.02 for approval for critical operations. C. Work affecting critical operations is to be performed on a 24-hour a day basis until Owner’s normal operations have been restored. Contractor shall coordinate with FAA and TxDOT throughout construction. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the operation and safety of the airport. 2. Prolonged closure of the runway can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 3. Liquidated damages have been established for each critical operation. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 40 00 QUALITY MANAGEMENT 1.00 GENERAL 1.01 CONTRACTOR’S RESPONSIBILITIES A. Review the OPT’s Quality Management Program and prepare and submit the Contractor’s Quality Control Plan. B. Implement the Contractor’s Quality Control Plan to control the quality of the Work and verify that the Work meets the standards of quality established in the Contract Documents. 1. Inspect products to be incorporated into the Project. Ensure that Suppliers have adequate quality control systems to ensure that products that comply with the Contract Documents are provided. 2. Integrate quality control measures into construction activities to produce Work which meets quality expectations of the Contract Documents. Inspect the Work of the Contractor, Subcontractors, and Suppliers. Correct Defective Work. 3. Provide and pay for the services of an approved professional materials testing laboratory acceptable to the OPT to provide testing that demonstrates that products proposed in Shop Drawings and Record Data for the Project fully comply with the Contract Documents. 4. Provide facilities, equipment, and Samples required for quality control inspections and tests: a. Give the OAR adequate notice before proceeding with Work that would interfere with inspections or testing; b. Notify the OAR and testing laboratories prior to the time that testing is required, providing adequate lead time to allow arrangements for inspections or testing to be made; c. Do not proceed with any Work that would impact the ability to correct defects or Work that would require subsequent removal to correct defects until testing services have been performed and results of tests indicate that the Work is acceptable; d. Cooperate fully with the performance of sampling, inspection, and testing; e. Provide personnel to assist with sampling or to assist in making inspections and field tests; f. Obtain and handle Samples for testing at the Site or at the production source of the product to be tested; g. Provide adequate quantities of representative products to be tested to the laboratory at the designated locations; h. Provide facilities required to store and cure test Samples; i. Provide calibrated scales and measuring devices for the OPT’s use in performing inspections and testing; Quality Management 01 40 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT’s Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor’s Quality Control Plan, the OPT’s Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor’s Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor’s Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management 01 40 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT’s acceptance; 4. Constitute or imply OPT’s acceptance; and 5. Affect the continuing rights of the Owner after OPT’s acceptance of the completed Work. D. Work is subject to OPT’s quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR’S USE OF OPT’S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT’s anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT’s quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor’s Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT’s quality assurance testing program deviates significantly from the OPT’s Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor’s Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor’s Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management 01 40 00 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) “Recommended Requirements for Independent Laboratory Qualifications.” B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management 01 40 00 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; l. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor’s Quality Control Plan for approval as a Shop Drawing per SECTION 01 33 02 SHOP DRAWINGS. Use Contractor’s Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor’s Quality Control Plan. Do not begin Work until the Contractor’s Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management 01 40 00 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor’s Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor’s Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor’s Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor’s Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor’s Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor’s Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor’s Quality Control Plan or quality control personnel. Quality Management 01 40 00 - 7 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 E. Meet with the OPT 7 days after Contractor’s Quality Control Plan is submitted and before start of construction to discuss the Contractor’s Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR’S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. j. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management 01 40 00 - 8 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2. Work Phase: Complete this phase after the Planning Phase: a. Notify the OAR at least 24 hours in advance of beginning the Work and discuss the review of the planning effort to indicate that requirements have been met. b. Check the Work to ensure that it is in full compliance with the Contract Documents. c. Verify adequacy of controls to ensure full compliance with Contract Documents. Verify required control inspection and testing is performed. d. Verify that established levels of workmanship meet acceptable workmanship standards. Compare with required Sample panels as appropriate. e. Repeat the Work phase for each new crew to work on-site, or any time acceptable specified quality standards are not being met. 3. Follow-up Phase: Perform daily checks to assure control activities, including control testing, are providing continued compliance with contract requirements: a. Make checks daily and record observations in the quality control documentation. b. Conduct follow-up checks and correct all deficiencies prior to the start of additional Work tasks that may be affected by the Defective Work. Do not build upon nor conceal Defective Work. c. Conduct a review of the Work one month prior to the expiration of the correction period prescribed in the General Conditions with the OPT. Correct defects as noted during the review. C. Conduct additional planning and Work phases if: 1. The quality of on-going Work is unacceptable; 2. Changes are made in applicable quality control staff, on-site production supervision or crews; 3. Work on a task is resumed after a substantial period of inactivity; or 4. Other quality problems develop. END OF SECTION Temporary Facilities and Controls 01 50 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT’s field office and the Contractor’s field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT’s field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT’s field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls 01 50 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES – FIELD OFFICE NOT REQUIRED 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner-occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor’s and the OPT’s field office. Temporary Facilities and Controls 01 50 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non-potable water may be used for hydraulic testing of non-potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi’s Water Conservation and Drought Contingency Plan as amended (the “Plan”). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre-construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. Temporary Facilities and Controls 01 50 00 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT’s field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT’s field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Controls 01 57 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled “STORM WATER QUALITY MANAGEMENT PLANS” and any other applicable Laws and Regulations. Temporary Controls 01 57 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre-construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls 01 57 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air-borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge-contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non-contained form, or enter non-contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls 01 57 00 - 4 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner’s operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.10 DEWATERING A. This item is considered subsidiary for all dewatering methods other than “well pointing” to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. Testing of groundwater quality is to be performed by the Owner, at the Owner’s expense, prior to commencing discharge and shall be retested by the Owner, at the Owner’s expense, a minimum of once a week. Contractor Temporary Controls 01 57 00 - 5 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. E. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. F. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Wastewater Pre-treatment Coordinator to obtain a “no cost” permit from the Owner’s Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.11 DISPOSAL OF CONTAMINATED GROUNDWATER A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be Texas Molecular in Corpus Christi, Texas. B. No separate payment will be made for dewatering. 1.12 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner’s requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.13 WINDSTORM CERTIFICATION – NOT NEEDED IN THIS PROJECT A. All affected materials and installation shall comply with Texas Department of Insurance Requirements for windstorm resistant construction for design wind speed as required by IBC 2009. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new Temporary Controls 01 57 00 - 6 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 windows, doors, louvers, etc. to the windstorm engineer/inspectors required to conform with the requirements of the Texas Department of Insurance. 2.00 PRODUCTS 2.01 MATERIALS A. Provide materials that comply with Laws and Regulations. 3.00 EXECUTION 3.01 CONSTRUCTING, MAINTAINING AND REMOVING TEMPORARY CONTROLS A. Construct temporary controls in accordance with Laws and Regulations. B. Maintain controls in accordance with regulatory requirements where applicable, or in accordance with the requirements of the Contract Documents. C. Remove temporary controls when no longer required, but before the Project is complete. Correct any damage or pollution that occurs as the result of removing controls while they are still required. END OF SECTION Execution and Closeout Requirements 01 70 00 - 1 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer’s notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements 01 70 00 - 2 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements 01 70 00 - 3 Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements Project No. E11046B 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION 9/30/2009 AC 150/5370-10E GP-1 PART I – GENERAL PROVISIONS SECTION 10 DEFINITION OF TERMS Whenever the following terms are used in these specifications, in the contract, or in any documents or other instruments pertaining to construction where these specifications govern, the intent and meaning shall be interpreted as follows: 10-01 AASHTO. The American Association of State Highway and Transportation Officials, the successor association to AASHO. 10-02 ACCESS ROAD. The right-of-way, the roadway and all improvements constructed thereon connecting the airport to a public highway. 10-03 ADVERTISEMENT. A public announcement, as required by local law, inviting bids for work to be performed and materials to be furnished. 10-04 AIP. The Airport Improvement Program, a grant-in-aid program, administered by the Federal Aviation Administration. 10-05 AIR OPERATIONS AREA. For the purpose of these specifications, the term air operations area shall mean any area of the airport used or intended to be used for the landing, takeoff, or surface maneuvering of aircraft. An air operation area shall include such paved or unpaved areas that are used or intended to be used for the unobstructed movement of aircraft in addition to its associated runway, taxiway, or apron. 10-06 AIRPORT. Airport means an area of land or water which is used or intended to be used for the landing and takeoff of aircraft; an appurtenant area used or intended to be used for airport buildings or other airport facilities or rights of way; and airport buildings and facilities located in any of these areas, and includes a heliport. 10-07 ASTM. The American Society for Testing and Materials. 10-08 AWARD. The acceptance, by the Owner, of the successful bidder's proposal. 10-09 BIDDER. Any individual, partnership, firm, or corporation, acting directly or through a duly authorized representative, who submits a proposal for the work contemplated. 10-10 BUILDING AREA. An area on the airport to be used, considered, or intended to be used for airport buildings or other airport facilities or rights-of-way together with all airport buildings and facilities located thereon. 10-11 CALENDAR DAY. Every day shown on the calendar. 10-12 CHANGE ORDER. A written order to the Contractor covering changes in the plans, specifications, or proposal quantities and establishing the basis of payment and contract time adjustment, if any, for the work affected by such changes. The work, covered by a change order, shall be within the scope of the contract. 10-13 CONTRACT. The written agreement covering the work to be performed. The awarded contract shall include, but is not limited to: The Advertisement; The Contract Form; The Proposal; The Performance Bond; The Payment Bond; any required insurance certificates; The Specifications; The Plans, and any addenda issued to bidders. 10-14 CONTRACT ITEM (PAY ITEM). A specific unit of work for which a price is provided in the contract. 10-15 CONTRACT TIME. The number of calendar days or working days, stated in the proposal, allowed for completion of the contract, including authorized time extensions. If a calendar date of completion is stated in the proposal, in lieu of a number of calendar or working days, the contract shall be completed by that date. AC 150/5370-10E 9/30/2009 GP-2 10-16 CONTRACTOR. The individual, partnership, firm, or corporation primarily liable for the acceptable performance of the work contracted and for the payment of all legal debts pertaining to the work who acts directly or through lawful agents or employees to complete the contract work. 10-17 DRAINAGE SYSTEM. The system of pipes, ditches, and structures by which surface or subsurface waters are collected and conducted from the airport area. 10-18 ENGINEER. The individual, partnership, firm, or corporation duly authorized by the Owner to be responsible for engineering inspection of the contract work and acting directly or through an authorized representative. 10-19 EQUIPMENT. All machinery, together with the necessary supplies for upkeep and maintenance, and also all tools and apparatus necessary for the proper construction and acceptable completion of the work. 10-20 EXTRA WORK. An item of work not provided for in the awarded contract as previously modified by change order or supplemental agreement, but which is found by the Engineer to be necessary to complete the work within the intended scope of the contract as previously modified. 10-21 FAA. The Federal Aviation Administration of the U.S. Department of Transportation. When used to designate a person, FAA shall mean the Administrator or his/her duly authorized representative. 10-22 FEDERAL SPECIFICATIONS. The Federal Specifications and Standards, Commercial Item Descriptions, and supplements, amendments, and indices thereto are prepared and issued by the General Services Administration of the Federal Government. 10-23 FORCE ACCOUNT. Force account construction work is construction that is accomplished through the use of material, equipment, labor, and supervision provided by the Owner or by another public agency pursuant to an agreement with the Owner. 10-24 INSPECTOR. An authorized representative of the Engineer assigned to make all necessary inspections and/or tests of the work performed or being performed, or of the materials furnished or being furnished by the Contractor. 10-25 INTENTION OF TERMS. Whenever, in these specifications or on the plans, the words “directed,” “required,” “permitted,” “ordered,” “designated”' “prescribed,” or words of like import are used, it shall be understood that the direction, requirement, permission, order, designation, or prescription of the Engineer is intended; and similarly, the words “approved,” “acceptable,” “satisfactory,” or words of like import, shall mean approved by, or acceptable to, or satisfactory to the Engineer, subject in each case to the final determination of the Owner. Any reference to a specific requirement of a numbered paragraph of the contract specifications or a cited standard shall be interpreted to include all general requirements of the entire section, specification item, or cited standard that may be pertinent to such specific reference. 10-26 LABORATORY. The official testing laboratories of the Owner or such other laboratories as may be designated by the Engineer. 10-27 LIGHTING. A system of fixtures providing or controlling the light sources used on or near the airport or within the airport buildings. The field lighting includes all luminous signals, markers, floodlights, and illuminating devices used on or near the airport or to aid in the operation of aircraft landing at, taking off from, or taxiing on the airport surface. 10-28 MAJOR AND MINOR CONTRACT ITEMS. A major contract item shall be any item that is listed in the proposal, the total cost of which is equal to or greater than 20 percent of the total amount of the award contract. All other items shall be considered minor contract items. 9/30/2009 AC 150/5370-10E GP-3 10-29 MATERIALS. Any substance specified for use in the construction of the contract work. 10-30 NOTICE TO PROCEED. A written notice to the Contractor to begin the actual contract work on a previously agreed to date. If applicable, the Notice to Proceed shall state the date on which the contract time begins. 10-31 OWNER. The term “Owner” shall mean the party of the first part or the contracting agency signatory to the contract. For AIP contracts, the term “sponsor” shall have the same meaning as the term “Owner.” Where the term “Owner” is capitalized in this document, it shall mean airport owner or sponsor only. 10-32 PAVEMENT. The combined surface course, base course, and subbase course, if any, considered as a single unit. 10-33 PAYMENT BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that he will pay in full all bills and accounts for materials and labor used in the construction of the work. 10-34 PERFORMANCE BOND. The approved form of security furnished by the Contractor and his/her surety as a guaranty that the Contractor will complete the work in accordance with the terms of the contract. 10-35 PLANS. The official drawings or exact reproductions which show the location, character, dimensions and details of the airport and the work to be done and which are to be considered as a part of the contract, supplementary to the specifications. 10-36 PROJECT. The agreed scope of work for accomplishing specific airport development with respect to a particular airport. 10-37 PROPOSAL. The written offer of the bidder (when submitted on the approved proposal form) to perform the contemplated work and furnish the necessary materials in accordance with the provisions of the plans and specifications. 10-38 PROPOSAL GUARANTY. The security furnished with a proposal to guarantee that the bidder will enter into a contract if his/her proposal is accepted by the Owner. 10-39 RUNWAY. The area on the airport prepared for the landing and takeoff of aircraft. 10-40 SPECIFICATIONS. A part of the contract containing the written directions and requirements for completing the contract work. Standards for specifying materials or testing which are cited in the contract specifications by reference shall have the same force and effect as if included in the contract physically. 10-41 SPONSOR. See definition above of “Owner.” 10-42 STRUCTURES. Airport facilities such as bridges; culverts; catch basins, inlets, retaining walls, cribbing; storm and sanitary sewer lines; water lines; underdrains; electrical ducts, manholes, handholes, lighting fixtures and bases; transformers; flexible and rigid pavements; navigational aids; buildings; vaults; and, other manmade features of the airport that may be encountered in the work and not otherwise classified herein. 10-43 SUBGRADE. The soil that forms the pavement foundation. 10-44 SUPERINTENDENT. The Contractor's executive representative who is present on the work during progress, authorized to receive and fulfill instructions from the Engineer, and who shall supervise and direct the construction. 10-45 SUPPLEMENTAL AGREEMENT. A written agreement between the Contractor and the Owner covering (1) work that would increase or decrease the total amount of the awarded contract, or any major contract item, by more than 25 percent, such increased or decreased work being within the scope of the originally awarded contract; or (2) work that is not within the scope of the originally awarded contract. AC 150/5370-10E 9/30/2009 GP-4 10-46 SURETY. The corporation, partnership, or individual, other than the Contractor, executing payment or performance bonds that are furnished to the Owner by the Contractor. 10-47 TAXIWAY. For the purpose of this document, the term taxiway means the portion of the air operations area of an airport that has been designated by competent airport authority for movement of aircraft to and from the airport's runways or aircraft parking areas. 10-48 WORK. The furnishing of all labor, materials, tools, equipment, and incidentals necessary or convenient to the Contractor's performance of all duties and obligations imposed by the contract, plans, and specifications. 10-49 WORKING DAY. A working day shall be any day other than a legal holiday, Saturday, or Sunday on which the normal working forces of the Contractor may proceed with regular work for at least 6 hours toward completion of the contract. When work is suspended for causes beyond the Contractor's control, Saturdays, Sundays and holidays on which the Contractor's forces engage in regular work, requiring the presence of an inspector, will be considered as working days. END OF SECTION 10 9/30/2009 AC 150/5370-10E GP-5 SECTION 20 PROPOSAL REQUIREMENTS AND CONDITIONS 20-01 ADVERTISEMENT (Notice to Bidders). 20-02 PREQUALIFICATION OF BIDDERS. Each bidder shall furnish the owner satisfactory evidence of his/her competency to perform the proposed work. Such evidence of competency, unless otherwise specified, shall consist of statements covering the bidder's past experience on similar work, a list of equipment that would be available for the work, and a list of key personnel that would be available. In addition, each bidder shall furnish the owner satisfactory evidence of his/her financial responsibility. Such evidence of financial responsibility, unless otherwise specified, shall consist of a confidential statement or report of the bidder's financial resources and liabilities as of the last calendar year or the Contractor's last fiscal year. Such statements or reports shall be certified by a public accountant. At the time of submitting such financial statements or reports, the bidder shall further certify whether his/her financial responsibility is approximately the same as stated or reported by the public accountant. If the bidder's financial responsibility has changed, the bidder shall qualify the public accountant's statement or report to reflect his/her (bidder's) true financial condition at the time such qualified statement or report is submitted to the Owner. Unless otherwise specified, a bidder may submit evidence that he is prequalified with the State Highway Division and is on the current ``bidder's list'' of the state in which the proposed work is located. Such evidence of State Highway Division prequalification may be submitted as evidence of financial responsibility in lieu of the certified statements or reports hereinbefore specified. Each bidder shall submit "evidence of competency" and "evidence of financial responsibility" to the Owner at the time of bid opening. 20-03 CONTENTS OF PROPOSAL FORMS. The Owner shall furnish bidders with proposal forms. All papers bound with or attached to the proposal forms are necessary parts and must not be detached. The plans specifications, and other documents designated in the proposal form shall be considered a part of the proposal whether attached or not. 20-04 ISSUANCE OF PROPOSAL FORMS. The Owner reserves the right to refuse to issue a proposal form to a prospective bidder should such bidder be in default for any of the following reasons: a. Failure to comply with any prequalification regulations of the Owner, if such regulations are cited, or otherwise included, in the proposal as a requirement for bidding. b. Failure to pay, or satisfactorily settle, all bills due for labor and materials on former contracts in force (with the Owner) at the time the Owner issues the proposal to a prospective bidder. c. Contractor default under previous contracts with the Owner. d. Unsatisfactory work on previous contracts with the Owner. 20-05 INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES. An estimate of quantities of work to be done and materials to be furnished under these specifications is given in the proposal. It is the result of careful calculations and is believed to be correct. It is given only as a basis for comparison of proposals and the award of the contract. The Owner does not expressly or by implication agree that the actual quantities involved will correspond exactly therewith; nor shall the bidder plead misunderstanding or deception because of such estimates of quantities, or of the character, location, or other conditions pertaining to the work. Payment to the Contractor will be made only for the actual quantities of work performed or materials furnished in accordance with the plans and specifications. It is understood that the quantities may be increased or decreased as hereinafter provided in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 without in any way invalidating the unit bid prices. AC 150/5370-10E 9/30/2009 GP-6 20-06 EXAMINATION OF PLANS, SPECIFICATIONS, AND SITE. The bidder is expected to carefully examine the site of the proposed work, the proposal, plans specifications, and contract forms. He shall satisfy himself as to the character, quality, and quantities of work to be performed, materials to be furnished, and as to the requirements of the proposed contract. The submission of a proposal shall be prima facie evidence that the bidder has made such examination and is satisfied as to the conditions to be encountered in performing the work and as to the requirements of the proposed contract, plans, and specifications. Boring logs and other records of subsurface investigations and tests are available for inspection of bidders. It is understood and agreed that such subsurface information, whether included in the plans, specifications, or otherwise made available to the bidder, was obtained and is intended for the Owner's design and estimating purposes only. Such information has been made available for the convenience of all bidders. It is further understood and agreed that each bidder is solely responsible for all assumptions, deductions, or conclusions which he may make or obtain from his/her examination of the boring logs and other records of subsurface investigations and tests that are furnished by the Owner. 20-07 PREPARATION OF PROPOSAL. The bidder shall submit his/her proposal on the forms furnished by the Owner. All blank spaces in the proposal forms must be correctly filled in where indicated for each and every item for which a quantity is given. The bidder shall state the price (written in ink or typed) both in words and numerals for which he proposes to do each pay item furnished in the proposal. In case of conflict between words and numerals, the words, unless obviously incorrect, shall govern. The bidder shall sign his/her proposal correctly and in ink. If the proposal is made by an individual, his/her name and post office address must be shown. If made by a partnership, the name and post office address of each member of the partnership must be shown. If made by a corporation, the person signing the proposal shall give the name of the state under the laws of which the corporation was chartered and the name, titles, and business address of the president, secretary, and the treasurer. Anyone signing a proposal as an agent shall file evidence of his/her authority to do so and that the signature is binding upon the firm or corporation. 20-08 IRREGULAR PROPOSALS. Proposals shall be considered irregular for the following reasons: a. If the proposal is on a form other than that furnished by the Owner, or if the Owner's form is altered, or if any part of the proposal form is detached. b. If there are unauthorized additions, conditional or alternate pay items, or irregularities of any kind that make the proposal incomplete, indefinite, or otherwise ambiguous. c. If the proposal does not contain a unit price for each pay item listed in the proposal, except in the case of authorized alternate pay items, for which the bidder is not required to furnish a unit price. d. If the proposal contains unit prices that are obviously unbalanced. e. If the proposal is not accompanied by the proposal guaranty specified by the Owner. The Owner reserves the right to reject any irregular proposal and the right to waive technicalities if such waiver is in the best interest of the Owner and conforms to local laws and ordinances pertaining to the letting of construction contracts. 20-09 BID GUARANTEE. Each separate proposal shall be accompanied by a certified check, or other specified acceptable collateral, in the amount specified in the proposal form. Such check, or collateral, shall be made payable to the Owner. 20-10 DELIVERY OF PROPOSAL. Each proposal submitted shall be placed in a sealed envelope plainly marked with the project number, location of airport, and name and business address of the bidder on the outside. When sent by mail, preferably registered, the sealed proposal, marked as indicated above, should be enclosed in an additional envelope. No proposal will be considered unless received at the place specified in the advertisement 9/30/2009 AC 150/5370-10E GP-7 before the time specified for opening all bids. Proposals received after the bid opening time shall be returned to the bidder unopened. 20-11 WITHDRAWAL OR REVISION OF PROPOSALS. A bidder may withdraw or revise (by withdrawal of one proposal and submission of another) a proposal provided that the bidder's request for withdrawal is received by the Owner in writing or by telegram before the time specified for opening bids. Revised proposals must be received at the place specified in the advertisement before the time specified for opening all bids. 20-12 PUBLIC OPENING OF PROPOSALS. Proposals shall be opened, and read, publicly at the time and place specified in the advertisement. Bidders, their authorized agents, and other interested persons are invited to attend. Proposals that have been withdrawn (by written or telegraphic request) or received after the time specified for opening bids shall be returned to the bidder unopened. 20-13 DISQUALIFICATION OF BIDDERS. A bidder shall be considered disqualified for any of the following reasons: a. Submitting more than one proposal from the same partnership, firm, or corporation under the same or different name. b. Evidence of collusion among bidders. Bidders participating in such collusion shall be disqualified as bidders for any future work of the Owner until any such participating bidder has been reinstated by the Owner as a qualified bidder. c. If the bidder is considered to be in ``default'' for any reason specified in the subsection titled ISSUANCE OF PROPOSAL FORMS of this section. END OF SECTION 20 9/30/2009 AC 150/5370-10E GP-9 SECTION 30 AWARD AND EXECUTION OF CONTRACT 30-01 CONSIDERATION OF PROPOSALS. After the proposals are publicly opened and read, they will be compared on the basis of the summation of the products obtained by multiplying the estimated quantities shown in the proposal by the unit bid prices. If a bidder's proposal contains a discrepancy between unit bid prices written in words and unit bid prices written in numbers, the unit price written in words shall govern. Until the award of a contract is made, the Owner reserves the right to reject a bidder's proposal for any of the following reasons: a. If the proposal is irregular as specified in the subsection titled IRREGULAR PROPOSALS of Section 20. b. If the bidder is disqualified for any of the reasons specified in the subsection titled DISQUALIFICATION OF BIDDERS of Section 20. In addition, until the award of a contract is made, the Owner reserves the right to reject any or all proposals, waive technicalities, if such waiver is in the best interest of the Owner and is in conformance with applicable state and local laws or regulations pertaining to the letting of construction contracts; advertise for new proposals; or proceed with the work otherwise. All such actions shall promote the Owner's best interests. 30-02 AWARD OF CONTRACT. The award of a contract, if it is to be awarded, shall be made within 30 calendar days of the date specified for publicly opening proposals, unless otherwise specified herein. Award of the contract shall be made by the Owner to the lowest, qualified bidder whose proposal conforms to the cited requirements of the Owner. 30-03 CANCELLATION OF AWARD. The Owner reserves the right to cancel the award without liability to the bidder, except return of proposal guaranty, at any time before a contract has been fully executed by all parties and is approved by the Owner in accordance with the subsection titled APPROVAL OF CONTRACT of this section. 30-04 RETURN OF PROPOSAL GUARANTY. All proposal guaranties, except those of the two lowest bidders, will be returned immediately after the Owner has made a comparison of bids as hereinbefore specified in the subsection titled CONSIDERATION OF PROPOSALS of this section. Proposal guaranties of the two lowest bidders will be retained by the Owner until such time as an award is made, at which time, the unsuccessful bidder's proposal guaranty will be returned. The successful bidder's proposal guaranty will be returned as soon as the Owner receives the contracts bonds as specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section. 30-05 REQUIREMENTS OF CONTRACT BONDS. At the time of the execution of the contract, the successful bidder shall furnish the Owner a surety bond or bonds that have been fully executed by the bidder and the surety guaranteeing the performance of the work and the payment of all legal debts that may be incurred by reason of the Contractor's performance of the work. The surety and the form of the bond or bonds shall be acceptable to the Owner. Unless otherwise specified in this subsection, the surety bond or bonds shall be in a sum equal to the full amount of the contract. 30-06 EXECUTION OF CONTRACT. The successful bidder shall sign (execute) the necessary agreements for entering into the contract and return such signed contract to the owner, along with the fully executed surety bond or bonds specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section, within 15 calendar days from the date mailed or otherwise delivered to the successful bidder. If the contract is mailed, special handling is recommended. 30-07 APPROVAL OF CONTRACT. Upon receipt of the contract and contract bond or bonds that have been executed by the successful bidder, the Owner shall complete the execution of the contract in accordance with local laws or ordinances, and return the fully executed contract to the Contractor. Delivery of the fully executed contract AC 150/5370-10E 9/30/2009 GP-10 to the Contractor shall constitute the Owner's approval to be bound by the successful bidder's proposal and the terms of the contract. 30-08 FAILURE TO EXECUTE CONTRACT. Failure of the successful bidder to execute the contract and furnish an acceptable surety bond or bonds within the 15 calendar day period specified in the subsection titled REQUIREMENTS OF CONTRACT BONDS of this section shall be just cause for cancellation of the award and forfeiture of the proposal guaranty, not as a penalty, but as liquidation of damages to the Owner. END OF SECTION 30 9/30/2009 AC 150/5370-10E GP-11 SECTION 40 SCOPE OF WORK 40-01 INTENT OF CONTRACT. The intent of the contract is to provide for construction and completion, in every detail, of the work described. It is further intended that the Contractor shall furnish all labor, materials, equipment, tools, transportation, and supplies required to complete the work in accordance with the plans, specifications, and terms of the contract. 40-02 ALTERATION OF WORK AND QUANTITIES. The owner reserves and shall have the right to make such alterations in the work as may be necessary or desirable to complete the work originally intended in an acceptable manner. Unless otherwise specified herein, the Engineer shall be and is hereby authorized to make such alterations in the work as may increase or decrease the originally awarded contract quantities, provided that the aggregate of such alterations does not change the total contract cost or the total cost of any major contract item by more than 25 percent (total cost being based on the unit prices and estimated quantities in the awarded contract). Alterations that do not exceed the 25 percent limitation shall not invalidate the contract nor release the surety, and the Contractor agrees to accept payment for such alterations as if the altered work had been a part of the original contract. These alterations that are for work within the general scope of the contract shall be covered by ``Change Orders'' issued by the Engineer. Change orders for altered work shall include extensions of contract time where, in the Engineer's opinion, such extensions are commensurate with the amount and difficulty of added work. Should the aggregate amount of altered work exceed the 25 percent limitation hereinbefore specified, such excess altered work shall be covered by supplemental agreement. If the owner and the Contractor are unable to agree on a unit adjustment for any contract item that requires a supplemental agreement, the owner reserves the right to terminate the contract with respect to the item and make other arrangements for its completion. 40-03 OMITTED ITEMS. The Engineer may, in the Owner's best interest, omit from the work any contract item, except major contract items. Major contract items may be omitted by a supplemental agreement. Such omission of contract items shall not invalidate any other contract provision or requirement. Should a contract item be omitted or otherwise ordered to be nonperformed, the Contractor shall be paid for all work performed toward completion of such item prior to the date of the order to omit such item. Payment for work performed shall be in accordance with the subsection titled PAYMENT FOR OMITTED ITEMS of Section 90. 40-04 EXTRA WORK. Should acceptable completion of the contract require the Contractor to perform an item of work for which no basis of payment has been provided in the original contract or previously issued change orders or supplemental agreements, the same shall be called “Extra Work.” Extra Work that is within the general scope of the contract shall be covered by written change order. Change orders for such Extra Work shall contain agreed unit prices for performing the change order work in accordance with the requirements specified in the order, and shall contain any adjustment to the contract time that, in the Engineer's opinion, is necessary for completion of such Extra Work. When determined by the Engineer to be in the Owner's best interest, he may order the Contractor to proceed with Extra Work by force account as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of Section 90. Extra Work that is necessary for acceptable completion of the project, but is not within the general scope of the work covered by the original contract shall be covered by a Supplemental Agreement as hereinbefore defined in the subsection titled SUPPLEMENTAL AGREEMENT of Section 10. Any claim for payment of Extra Work that is not covered by written agreement (change order or supplemental agreement) shall be rejected by the Owner. 40-05 MAINTENANCE OF TRAFFIC. It is the explicit intention of the contract that the safety of aircraft, as well as the Contractor's equipment and personnel, is the most important consideration. It is understood and agreed that the Contractor shall provide for the free and unobstructed movement of aircraft in the air operations areas of the AC 150/5370-10E 9/30/2009 GP-12 airport with respect to his/her own operations and the operations of all his/her subcontractors as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80. It is further understood and agreed that the Contractor shall provide for the uninterrupted operation of visual and electronic signals (including power supplies thereto) used in the guidance of aircraft while operating to, from, and upon the airport as specified in the subsection titled CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS in Section 70. With respect to his/her own operations and the operations of all his/her subcontractors, the Contractor shall provide marking, lighting, and other acceptable means of identifying: personnel; equipment; vehicles; storage areas; and any work area or condition that may be hazardous to the operation of aircraft, fire-rescue equipment, or maintenance vehicles at the airport. When the contract requires the maintenance of vehicular traffic on an existing road, street, or highway during the Contractor's performance of work that is otherwise provided for in the contract, plans, and specifications, the Contractor shall keep such road, street, or highway open to all traffic and shall provide such maintenance as may be required to accommodate traffic. The Contractor shall furnish erect, and maintain barricades, warning signs, flagperson, and other traffic control devices in reasonable conformity with the manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office), unless otherwise specified herein. The Contractor shall also construct and maintain in a safe condition any temporary connections necessary for ingress to and egress from abutting property or intersecting roads, streets or highways. Unless otherwise specified herein, the Contractor will not be required to furnish snow removal for such existing road, street, or highway. The Contractor shall make his/her own estimate of all labor, materials, equipment, and incidentals necessary for providing the maintenance of aircraft and vehicular traffic as specified in this subsection. The cost of maintaining the aircraft and vehicular traffic specified in this subsection shall not be measured or paid for directly, but shall be included in the various contract items. 40-06 REMOVAL OF EXISTING STRUCTURES. All existing structures encountered within the established lines, grades, or grading sections shall be removed by the Contractor, unless such existing structures are otherwise specified to be relocated, adjusted up or down, salvaged, abandoned in place, reused in the work or to remain in place. The cost of removing such existing structures shall not be measured or paid for directly, but shall be included in the various contract items. Should the Contractor encounter an existing structure (above or below ground) in the work for which the disposition is not indicated on the plans, the Engineer shall be notified prior to disturbing such structure. The disposition of existing structures so encountered shall be immediately determined by the Engineer in accordance with the provisions of the contract. Except as provided in the subsection titled RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK of this section, it is intended that all existing materials or structures that may be encountered (within the lines, grades, or grading sections established for completion of the work) shall be utilized in the work as otherwise provided for in the contract and shall remain the property of the Owner when so utilized in the work. 40-07 RIGHTS IN AND USE OF MATERIALS FOUND IN THE WORK. Should the Contractor encounter any material such as (but not restricted to) sand, stone, gravel, slag, or concrete slabs within the established lines, grades, or grading sections, the use of which is intended by the terms of the contract to be either embankment or waste, he may at his/her option either: a. Use such material in another contract item, providing such use is approved by the Engineer and is in conformance with the contract specifications applicable to such use; or, b. Remove such material from the site, upon written approval of the Engineer; or c. Use such material for his/her own temporary construction on site; or, 9/30/2009 AC 150/5370-10E GP-13 d. Use such material as intended by the terms of the contract. Should the Contractor wish to exercise option a., b., or c., he shall request the Engineer's approval in advance of such use. Should the Engineer approve the Contractor's request to exercise option a., b., or c., the Contractor shall be paid for the excavation or removal of such material at the applicable contract price. The Contractor shall replace, at his/her own expense, such removed or excavated material with an agreed equal volume of material that is acceptable for use in constructing embankment, backfills, or otherwise to the extent that such replacement material is needed to complete the contract work. The Contractor shall not be charged for his/her use of such material so used in the work or removed from the site. Should the Engineer approve the Contractor's exercise of option a., the Contractor shall be paid, at the applicable contract price, for furnishing and installing such material in accordance with requirements of the contract item in which the material is used. It is understood and agreed that the Contractor shall make no claim for delays by reason of his/her exercise of option a., b., or c. The Contractor shall not excavate, remove, or otherwise disturb any material, structure, or part of a structure which is located outside the lines, grades, or grading sections established for the work, except where such excavation or removal is provided for in the contract, plans, or specifications. 40-09 FINAL CLEANING UP. Upon completion of the work and before acceptance and final payment will be made, the Contractor shall remove from the site all machinery, equipment, surplus and discarded materials, rubbish, temporary structures, and stumps or portions of trees. He shall cut all brush and woods within the limits indicated and shall leave the site in a neat and presentable condition. Material cleared from the site and deposited on adjacent property will not be considered as having been disposed of satisfactorily, unless the Contractor has obtained the written permission of such property owner. END OF SECTION 40 9/30/2009 AC 150/5370-10E GP-15 SECTION 50 CONTROL OF WORK 50-01 AUTHORITY OF THE ENGINEER. The Engineer shall decide any and all questions which may arise as to the quality and acceptability of materials furnished, work performed, and as to the manner of performance and rate of progress of the work. The Engineer shall decide all questions that may arise as to the interpretation of the specifications or plans relating to the work. The Engineer shall determine the amount and quality of the several kinds of work performed and materials furnished which are to be paid for the under contract. The Engineer does not have the authority to accept pavements that do not conform to FAA specification requirements. 50-02 CONFORMITY WITH PLANS AND SPECIFICATIONS. All work and all materials furnished shall be in reasonably close conformity with the lines, grades, grading sections, cross sections, dimensions, material requirements, and testing requirements that are specified (including specified tolerances) in the contract, plans or specifications. If the Engineer finds the materials furnished, work performed, or the finished product not within reasonably close conformity with the plans and specifications but that the portion of the work affected will, in his/her opinion, result in a finished product having a level of safety, economy, durability, and workmanship acceptable to the Owner, he will advise the Owner of his/her determination that the affected work be accepted and remain in place. In this event, the Engineer will document his/her determination and recommend to the Owner a basis of acceptance that will provide for an adjustment in the contract price for the affected portion of the work. The Engineer's determination and recommended contract price adjustments will be based on good engineering judgment and such tests or retests of the affected work as are, in his/her opinion, needed. Changes in the contract price shall be covered by contract modifications (change order or supplemental agreement) as applicable. If the Engineer finds the materials furnished, work performed, or the finished product are not in reasonably close conformity with the plans and specifications and have resulted in an unacceptable finished product, the affected work or materials shall be removed and replaced or otherwise corrected by and at the expense of the Contractor in accordance with the Engineer's written orders. For the purpose of this subsection, the term ``reasonably close conformity'' shall not be construed as waiving the Contractor's responsibility to complete the work in accordance with the contract, plans, and specifications. The term shall not be construed as waiving the Engineer's responsibility to insist on strict compliance with the requirements of the contract, plans, and specifications during the Contractor's prosecution of the work, when, in the Engineer's opinion, such compliance is essential to provide an acceptable finished portion of the work. For the purpose of this subsection, the term ``reasonably close conformity'' is also intended to provide the Engineer with the authority, after consultation with the FAA, to use good engineering judgment in his/her determinations as to acceptance of work that is not in strict conformity but will provide a finished product equal to or better than that intended by the requirements of the contract, plans and specifications. The Engineer will not be responsible for the Contractor’s means, methods, techniques, sequences, or procedures of construction or the safety precautions incident thereto. 50-03 COORDINATION OF CONTRACT, PLANS, AND SPECIFICATIONS. The contract, plans, specifications, and all referenced standards cited are essential parts of the contract requirements. A requirement occurring in one is as binding as though occurring in all. They are intended to be complementary and to describe and provide for a complete work. In case of discrepancy, calculated dimensions will govern over scaled dimensions; contract technical specifications shall govern over contract general provisions, plans, cited standards for materials or testing, and cited FAA advisory circulars; contract general provisions shall govern over plans, cited standards for materials or testing, and cited FAA advisory circulars; plans shall govern over cited standards for materials or testing and cited FAA advisory circulars. If any paragraphs contained in the Special Provisions conflict with General Provisions or Technical Specifications, the Special Provisions shall govern. AC 150/5370-10E 9/30/2009 GP-16 The Contractor shall not take advantage of any apparent error or omission on the plans or specifications. In the event the Contractor discovers any apparent error or discrepancy, he shall immediately call upon the Engineer for his/her interpretation and decision, and such decision shall be final. LIST SPECIAL PROVISIONS SEE SPECIAL CONDITIONS 50-04 COOPERATION OF CONTRACTOR. The Contractor will be supplied with five copies each of the plans and specifications. He shall have available on the work at all times one copy each of the plans and specifications. Additional copies of plans and specifications may be obtained by the Contractor for the cost of reproduction. The Contractor shall give constant attention to the work to facilitate the progress thereof, and he shall cooperate with the Engineer and his/her inspectors and with other contractors in every way possible. The Contractor shall have a competent superintendent on the work at all times who is fully authorized as his/her agent on the work. The superintendent shall be capable of reading and thoroughly understanding the plans and specifications and shall receive and fulfill instructions from the Engineer or his/her authorized representative. 50-05 COOPERATION BETWEEN CONTRACTORS. The Owner reserves the right to contract for and perform other or additional work on or near the work covered by this contract. When separate contracts are let within the limits of any one project, each Contractor shall conduct his/her work so as not to interfere with or hinder the progress of completion of the work being performed by other Contractors. Contractors working on the same project shall cooperate with each other as directed. Each Contractor involved shall assume all liability, financial or otherwise, in connection with his/her contract and shall protect and save harmless the Owner from any and all damages or claims that may arise because of inconvenience, delays, or loss experienced by him because of the presence and operations of other Contractors working within the limits of the same project. The Contractor shall arrange his/her work and shall place and dispose of the materials being used so as not to interfere with the operations of the other Contractors within the limits of the same project. He shall join his/her work with that of the others in an acceptable manner and shall perform it in proper sequence to that of the others. 50-06 CONSTRUCTION LAYOUT AND STAKES. The Engineer shall establish horizontal and vertical control only. The Contractor must establish all layout required for the construction of the work. Such stakes and markings as the Engineer may set for either his/her own or the Contractor's guidance shall be preserved by the Contractor. In case of negligence on the part of the Contractor, or his/her employees, resulting in the destruction of such stakes or markings, an amount equal to the cost of replacing the same may be deducted from subsequent estimates due the Contractor at the discretion of the Engineer. The Contractor will be required to furnish all lines, grades and measurements from the control points necessary for the proper prosecution and control of the work contracted for under these specifications. The Contractor must give weekly copies of the survey notes to the Engineer so that the Engineer may check them as to accuracy and method of staking. All areas that are staked by the Contractor must be checked by the Engineer prior to beginning any work in the area. The Engineer will make periodic checks of the grades and alignment set by the Contractor. In case of error on the part of the Contractor, or his/her employees, resulting in establishing grades and/or alignment that are not in accordance with the plans or established by the Engineer, all construction not in accordance with the established grades and/or alignment shall be replaced without additional cost to the Owner. No direct payment will be made, unless otherwise specified in contract documents, for this labor, materials, or other expenses therewith. The cost thereof shall be included in the price of the bid for the various items of the Contract. Construction Staking and Layout includes but is not limited to: 9/30/2009 AC 150/5370-10E GP-17 Clearing and Grubbing perimeter staking. Rough Grade slope stakes at 100-foot stations. Drainage Swales slope stakes and flow line blue tops at 50-foot stations. Subgrade blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway – minimum 5 per station b. Taxiways – minimum 3 per station c. Holding apron areas – minimum 3 per station d. Roadways – minimum 3 per station Base Course blue tops at 25 foot stations and 25 foot offset distance (max.) for the following section locations: a. Runway – minimum 5 per station b. Taxiways – minimum 3 per station c. Holding apron areas – minimum 3 per station Pavement areas: a. Edge of Pavement hubs and tacks (for stringline by Contractor) at 100 foot stations b. Between Lifts at 25 foot stations for the following section locations: (1). Runways – each paving lane width (2). Taxiways – each paving lane width (3). Holding areas – each paving lane width c. After finish paving operations at 50 foot stations (1). All paved areas – Edge of each paving lane prior to next paving lot d. Shoulder and safety area blue tops at 50 foot stations and at all break points with maximum of 50 foot offsets Fence lines at 100 foot stations Electrical and Communications System locations, lines and grades including but not limited to duct runs, connections, fixtures, signs, lights, VASI’s, PAPI’s, REIL’s, Wind Cones, Distance Markers (signs), pull boxes and manholes. Drain lines, cut stakes and alignment on 25-foot stations, inlet and manholes. Painting and Striping layout (pinned with 1.5 inch PK nails) marked for paint Contractor. (All nails shall be removed after painting) Laser, or other automatic control devices, shall be checked with temporary control point or grade hub at a minimum of once per 400 feet per pass (i.e. paving lane). NOTE: Controls and stakes disturbed or suspect of having been disturbed shall be checked and/or reset as directed by the Engineer without additional cost to the Owner. 50-07 AUTOMATICALLY CONTROLLED EQUIPMENT. Whenever batching or mixing plant equipment is required to be operated automatically under the contract and a breakdown or malfunction of the automatic controls occurs, the equipment may be operated manually or by other methods for a period 48 hours following the breakdown or malfunction, provided this method of operations will produce results which conform to all other requirements of the contract. 50-08 AUTHORITY AND DUTIES OF INSPECTORS. Inspectors employed by the Owner shall be authorized to inspect all work done and all material furnished. Such inspection may extend to all or any part of the work and to the preparation, fabrication, or manufacture of the materials to be used. Inspectors are not authorized to revoke, alter, or waive any provision of the contract. Inspectors are not authorized to issue instructions contrary to the plans and specifications or to act as foreman for the Contractor. Inspectors employed by the Owner are authorized to notify the Contractor or his/her representatives of any failure of the work or materials to conform to the requirements of the contract, plans, or specifications and to reject such nonconforming materials in question until such issues can be referred to the Engineer for his/her decision. 50-09 INSPECTION OF THE WORK. All materials and each part or detail of the work shall be subject to inspection by the Engineer. The Engineer shall be allowed access to all parts of the work and shall be furnished with such information and assistance by the Contractor as is required to make a complete and detailed inspection. AC 150/5370-10E 9/30/2009 GP-18 If the Engineer requests it, the Contractor, at any time before acceptance of the work, shall remove or uncover such portions of the finished work as may be directed. After examination, the Contractor shall restore said portions of the work to the standard required by the specifications. Should the work thus exposed or examined prove acceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be paid for as extra work; but should the work so exposed or examined prove unacceptable, the uncovering, or removing, and the replacing of the covering or making good of the parts removed will be at the Contractor's expense. Any work done or materials used without supervision or inspection by an authorized representative of the Owner may be ordered removed and replaced at the Contractor's expense unless the Owner's representative failed to inspect after having been given reasonable notice in writing that the work was to be performed. Should the contract work include relocation, adjustment, or any other modification to existing facilities, not the property of the (contract) Owner, authorized representatives of the owners of such facilities shall have the right to inspect such work. Such inspection shall in no sense make any facility owner a party to the contract, and shall in no way interfere with the rights of the parties to this contract. 50-10 REMOVAL OF UNACCEPTABLE AND UNAUTHORIZED WORK. All work that does not conform to the requirements of the contract, plans, and specifications will be considered unacceptable, unless otherwise determined acceptable by the Engineer as provided in the subsection titled CONFORMITY WITH PLANS AND SPECIFICATIONS of this section. Unacceptable work, whether the result of poor workmanship, use of defective materials, damage through carelessness, or any other cause found to exist prior to the final acceptance of the work, shall be removed immediately and replaced in an acceptable manner in accordance with the provisions of the subsection titled CONTRACTOR'S RESPONSIBILITY FOR WORK of Section 70. No removal work made under provision of this subsection shall be done without lines and grades having been given by the Engineer. Work done contrary to the instructions of the Engineer, work done beyond the lines shown on the plans or as given, except as herein specified, or any extra work done without authority, will be considered as unauthorized and will not be paid for under the provisions of the contract. Work so done may be ordered removed or replaced at the Contractor's expense. Upon failure on the part of the Contractor to comply forthwith with any order of the Engineer made under the provisions of this subsection, the Engineer will have authority to cause unacceptable work to be remedied or removed and replaced and unauthorized work to be removed and to deduct the costs (incurred by the Owner) from any monies due or to become due the Contractor. 50-11 LOAD RESTRICTIONS. The Contractor shall comply with all legal load restrictions in the hauling of materials on public roads beyond the limits of the work. A special permit will not relieve the Contractor of liability for damage that may result from the moving of material or equipment. The operation of equipment of such weight or so loaded as to cause damage to structures or to any other type of construction will not be permitted. Hauling of materials over the base course or surface course under construction shall be limited as directed. No loads will be permitted on a concrete pavement, base, or structure before the expiration of the curing period. The Contractor shall be responsible for all damage done by his/her hauling equipment and shall correct such damage at his/her own expense. 50-12 MAINTENANCE DURING CONSTRUCTION. The Contractor shall maintain the work during construction and until the work is accepted. This maintenance shall constitute continuous and effective work prosecuted day by day, with adequate equipment and forces so that the work is maintained in satisfactory condition at all times. In the case of a contract for the placing of a course upon a course or subgrade previously constructed, the Contractor shall maintain the previous course or subgrade during all construction operations. 9/30/2009 AC 150/5370-10E GP-19 All costs of maintenance work during construction and before the project is accepted shall be included in the unit prices bid on the various contract items, and the Contractor will not be paid an additional amount for such work. 50-13 FAILURE TO MAINTAIN THE WORK. Should the Contractor at any time fail to maintain the work as provided in the subsection titled MAINTENANCE DURING CONSTRUCTION of this section, the Engineer shall immediately notify the Contractor of such noncompliance. Such notification shall specify a reasonable time within which the Contractor shall be required to remedy such unsatisfactory maintenance condition. The time specified will give due consideration to the exigency that exists. Should the Contractor fail to respond to the Engineer's notification, the Owner may suspend any work necessary for the Owner to correct such unsatisfactory maintenance condition, depending on the exigency that exists. Any maintenance cost incurred by the Owner, shall be deducted from monies due or to become due the Contractor. 50-14 PARTIAL ACCEPTANCE. If at any time during the prosecution of the project the Contractor substantially completes a usable unit or portion of the work, the occupancy of which will benefit the Owner, he may request the Engineer to make final inspection of that unit. If the Engineer finds upon inspection that the unit has been satisfactorily completed in compliance with the contract, he may accept it as being completed, and the Contractor may be relieved of further responsibility for that unit. Such partial acceptance and beneficial occupancy by the Owner shall not void or alter any provision of the contract. 50-15 FINAL ACCEPTANCE. Upon due notice from the Contractor of presumptive completion of the entire project, the Engineer and Owner will make an inspection. If all construction provided for and contemplated by the contract is found to be completed in accordance with the contract, plans, and specifications, such inspection shall constitute the final inspection. The Engineer shall notify the Contractor in writing of final acceptance as of the date of the final inspection. If, however, the inspection discloses any work, in whole or in part, as being unsatisfactory, the Engineer will give the Contractor the necessary instructions for correction of same and the Contractor shall immediately comply with and execute such instructions. Upon correction of the work, another inspection will be made which shall constitute the final inspection, provided the work has been satisfactorily completed. In such event, the Engineer will make the final acceptance and notify the Contractor in writing of this acceptance as of the date of final inspection. 50-16 CLAIMS FOR ADJUSTMENT AND DISPUTES. If for any reason the Contractor deems that additional compensation is due him for work or materials not clearly provided for in the contract, plans, or specifications or previously authorized as extra work, he shall notify the Engineer in writing of his/her intention to claim such additional compensation before he begins the work on which he bases the claim. If such notification is not given or the Engineer is not afforded proper opportunity by the Contractor for keeping strict account of actual cost as required, then the Contractor hereby agrees to waive any claim for such additional compensation. Such notice by the Contractor and the fact that the Engineer has kept account of the cost of the work shall not in any way be construed as proving or substantiating the validity of the claim. When the work on which the claim for additional compensation is based has been completed, the Contractor shall, within l0 calendar days, submit his/her written claim to the Engineer who will present it to the Owner for consideration in accordance with local laws or ordinances. Nothing in this subsection shall be construed as a waiver of the Contractor's right to dispute final payment based on differences in measurements or computations. 50-17 COST REDUCTION INCENTIVE. The provisions of this subsection will apply only to contracts awarded to the lowest bidder pursuant to competitive bidding. On projects with original contract amounts in excess of $100,000, the Contractor may submit to the Engineer, in writing, proposals for modifying the plans, specifications or other requirements of the contract for the sole purpose of reducing the cost of construction. The cost reduction proposal shall not impair, in any manner, the essential functions or characteristics of the project, including but not limited to service life, economy of operation, ease of maintenance, desired appearance, design and safety standards. This provision shall not apply unless the proposal AC 150/5370-10E 9/30/2009 GP-20 submitted is specifically identified by the Contractor as being presented for consideration as a value engineering proposal. Not eligible for cost reduction proposals are changes in the basic design of a pavement type, runway and taxiway lighting, visual aids, hydraulic capacity of drainage facilities, or changes in grade or alignment that reduce the geometric standards of the project. As a minimum, the following information shall be submitted by the Contractor with each proposal: a. A description of both existing contract requirements for performing the work and the proposed changes, with a discussion of the comparative advantages and disadvantages of each; b. An itemization of the contract requirements that must be changed if the proposal is adopted; c. A detailed estimate of the cost of performing the work under the existing contract and under the proposed changes; d. A statement of the time by which a change order adopting the proposal must be issued; e. A statement of the effect adoption of the proposal will have on the time for completion of the contract; and f. The contract items of work affected by the proposed changes, including any quantity variation attributable to them. The Contractor may withdraw, in whole or in part, any cost reduction proposal not accepted by the Engineer, within the period specified in the proposal. The provisions of this subsection shall not be construed to require the Engineer to consider any cost reduction proposal that may be submitted. The Contractor shall continue to perform the work in accordance with the requirements of the contract until a change order incorporating the cost reduction proposal has been issued. If a change order has not been issued by the date upon which the Contractor's cost reduction proposal specifies that a decision should be made, or such other date as the Contractor may subsequently have requested in writing, such cost reduction proposal shall be deemed rejected. The Engineer shall be the sole judge of the acceptability of a cost reduction proposal and of the estimated net savings from the adoption of all or any part of such proposal. In determining the estimated net savings, the Engineer may disregard the contract bid prices if, in the Engineer's judgment such prices do not represent a fair measure of the value of the work to be performed or deleted. The Owner may require the Contractor to share in the Owner's costs of investigating a cost reduction proposal submitted by the Contractor as a condition of considering such proposal. Where such a condition is imposed, the Contractor shall acknowledge acceptance of it in writing. Such acceptance shall constitute full authority for the Owner to deduct the cost of investigating a cost reduction proposal from amounts payable to the Contractor under the contract. If the Contractor's cost reduction proposal is accepted in whole or in part, such acceptance will be by a contract change order that shall specifically state that it is executed pursuant to this subsection. Such change order shall incorporate the changes in the plans and specifications which are necessary to permit the cost reduction proposal or such part of it as has been accepted and shall include any conditions upon which the Engineer's approval is based. The change order shall also set forth the estimated net savings attributable to the cost reduction proposal. The net savings shall be determined as the difference in costs between the original contract costs for the involved work items and the costs occurring as a result of the proposed change. The change order shall also establish the net savings agreed upon and shall provide for adjustment in the contract price that will divide the net savings equally between the Contractor and the Owner. 9/30/2009 AC 150/5370-10E GP-21 The Contractor's 50 percent share of the net savings shall constitute full compensation to the Contractor for the cost reduction proposal and the performance of the work. Acceptance of the cost-reduction proposal and performance of the cost-reduction work shall not extend the time of completion of the contract unless specifically provided for in the contract change order. END OF SECTION 50 Intentionally Left Blank 9/30/2009 AC 150/5370-10E GP-23 SECTION 60 CONTROL OF MATERIALS 60-01 SOURCE OF SUPPLY AND QUALITY REQUIREMENTS. The materials used on the work shall conform to the requirements of the contract, plans, and specifications. Unless otherwise specified, such materials that are manufactured or processed shall be new (as compared to used or reprocessed). In order to expedite the inspection and testing of materials, the Contractor shall furnish complete statements to the Engineer as to the origin, composition, and manufacture of all materials to be used in the work. Such statements shall be furnished promptly after execution of the contract but, in all cases, prior to delivery of such materials. At the Engineer's option, materials may be approved at the source of supply before delivery is stated. If it is found after trial that sources of supply for previously approved materials do not produce specified products, the Contractor shall furnish materials from other sources. The Contractor shall furnish airport lighting equipment that conforms to the requirements of cited materials specifications. In addition, where an FAA specification for airport lighting equipment is cited in the plans or specifications, the Contractor shall furnish such equipment that is: a. Listed in FAA Advisory Circular (AC) 150/5345-53, Airport Lighting Equipment Certification Program, that is in effect on the date of advertisement; and, b. Produced by the manufacturer qualified (by FAA) to produce such specified and listed equipment. The following airport lighting equipment is required for this contract and is to be furnished by the Contractor in accordance with the requirements of this subsection: EQUIPMENT NAME CITED FAA SPECIFICATIONS EFFECTIVE FAA AC OR APPROVAL LETTER FOR EQUIPMENT AND MANUFACTURER 60-02 SAMPLES, TESTS, AND CITED SPECIFICATIONS. Unless otherwise designated, all materials used in the work shall be inspected, tested, and approved by the Engineer before incorporation in the work. Any work in which untested materials are used without approval or written permission of the Engineer shall be performed at the Contractor's risk. Materials found to be unacceptable and unauthorized will not be paid for and, if directed by the Engineer, shall be removed at the Contractor's expense. Unless otherwise designated, tests in accordance with the cited standard methods of ASTM, AASHTO, Federal Specifications, Commercial Item Descriptions, and all other cited methods, which are current on the date of advertisement for bids, will be made by and at the expense of the Engineer. The testing organizations performing on site field tests shall have copies of all referenced standards on the construction site for use by all technicians and other personnel, including the Contractor's representative at his/her request. Unless otherwise designated, samples will be taken by a qualified representative of the Engineer. All materials being used are subject to inspection, test, or rejection at any time prior to or during incorporation into the work. Copies of all tests will be furnished to the Contractor's representative at his/her request. The Contractor shall employ a testing organization to perform all Contractor required tests. The Contractor shall submit to the Engineer resumes on all testing organizations and individual persons who will be performing the tests. The Engineer will determine if such persons are qualified. All the test data shall be reported to the Engineer after the results are known. A legible, handwritten copy of all test data shall be given to the Engineer daily, along with printed reports, in an approved format, on a weekly basis. After completion of the project, and prior to final payment, the Contractor shall submit a final report to the Engineer showing all test data reports, plus an analysis of all results showing ranges, averages, and corrective action taken on all failing tests. 60-03 CERTIFICATION OF COMPLIANCE. The Engineer may permit the use, prior to sampling and testing, of certain materials or assemblies when accompanied by manufacturer's certificates of compliance stating that such AC 150/5370-10E 9/30/2009 GP-24 materials or assemblies fully comply with the requirements of the contract. The certificate shall be signed by the manufacturer. Each lot of such materials or assemblies delivered to the work must be accompanied by a certificate of compliance in which the lot is clearly identified. Materials or assemblies used on the basis of certificates of compliance may be sampled and tested at any time and if found not to be in conformity with contract requirements will be subject to rejection whether in place or not. The form and distribution of certificates of compliance shall be as approved by the Engineer. When a material or assembly is specified by “brand name or equal” and the Contractor elects to furnish the specified ``brand name,'' the Contractor shall be required to furnish the manufacturer's certificate of compliance for each lot of such material or assembly delivered to the work. Such certificate of compliance shall clearly identify each lot delivered and shall certify as to: a. Conformance to the specified performance, testing, quality or dimensional requirements; and, b. Suitability of the material or assembly for the use intended in the contract work. Should the Contractor propose to furnish an “or equal” material or assembly, he shall furnish the manufacturer's certificates of compliance as hereinbefore described for the specified brand name material or assembly. However, the Engineer shall be the sole judge as to whether the proposed ``or equal'' is suitable for use in the work. The Engineer reserves the right to refuse permission for use of materials or assemblies on the basis of certificates of compliance. 60-04 PLANT INSPECTION. The Engineer or his/her authorized representative may inspect, at its source, any specified material or assembly to be used in the work. Manufacturing plants may be inspected from time to time for the purpose of determining compliance with specified manufacturing methods or materials to be used in the work and to obtain samples required for his/her acceptance of the material or assembly. Should the Engineer conduct plant inspections, the following conditions shall exist: a. The Engineer shall have the cooperation and assistance of the Contractor and the producer with whom he has contracted for materials. b. The Engineer shall have full entry at all reasonable times to such parts of the plant that concern the manufacture or production of the materials being furnished. c. If required by the Engineer, the Contractor shall arrange for adequate office or working space that may be reasonably needed for conducting plant inspections. Office or working space should be conveniently located with respect to the plant. It is understood and agreed that the Owner shall have the right to retest any material that has been tested and approved at the source of supply after it has been delivered to the site. The Engineer shall have the right to reject only material which, when retested, does not meet the requirements of the contract, plans, or specifications. 60-05 ENGINEER'S FIELD OFFICE. The Contractor shall furnish for the duration of the project one building for the use of the field engineers and inspectors, as a field office. This facility shall be an approved weatherproof building meeting the current State Highway Specifications (for example, Class I Field Office or Type C Structure). This building shall be located conveniently near to the construction and shall be separate from any building used by the Contractor. A land line telephone and answering machine shall be provided. The Contractor shall be responsible for payment of the basic monthly charge and local calls only. Any Long Distance Tolls shall be the responsibility of the caller. The Contractor shall furnish office facilities as shown in the plans. No direct payment will be made for this building or labor, materials, ground rental, or other expense in connection therewith. The cost hereof shall be included in the price bid for the various items of the contract. The Contractor and his/her 9/30/2009 AC 150/5370-10E GP-25 superintendent shall provide all reasonable facilities to enable to the Engineer to inspect the workmanship and materials entering into the work. 60-06 STORAGE OF MATERIALS. Materials shall be so stored as to assure the preservation of their quality and fitness for the work. Stored materials, even though approved before storage, may again be inspected prior to their use in the work. Stored materials shall be located so as to facilitate their prompt inspection. The Contractor shall coordinate the storage of all materials with the Engineer. Materials to be stored on airport property shall not create an obstruction to air navigation nor shall they interfere with the free and unobstructed movement of aircraft. Unless otherwise shown on the plans, the storage of materials and the location of the Contractor's plant and parked equipment or vehicles shall be as directed by the Engineer. Private property shall not be used for storage purposes without written permission of the owner or lessee of such property. The Contractor shall make all arrangements and bear all expenses for the storage of materials on private property. Upon request, the Contractor shall furnish the Engineer a copy of the property owner's permission. All storage sites on private or airport property shall be restored to their original condition by the Contractor at his/her entire expense, except as otherwise agreed to (in writing) by the owner or lessee of the property. 60-07 UNACCEPTABLE MATERIALS. Any material or assembly that does not conform to the requirements of the contract, plans, or specifications shall be considered unacceptable and shall be rejected. The Contractor shall remove any rejected material or assembly from the site of the work, unless otherwise instructed by the Engineer. Rejected material or assembly, the defects of which have been corrected by the Contractor, shall not be returned to the site of the work until such time as the Engineer has approved its used in the work. 60-08 OWNER FURNISHED MATERIALS. The Contractor shall furnish all materials required to complete the work, except those specified herein (if any) to be furnished by the Owner. Owner-furnished materials shall be made available to the Contractor at the location specified herein. All costs of handling, transportation from the specified location to the site of work, storage, and installing Owner- furnished materials shall be included in the unit price bid for the contract item in which such Owner-furnished material is used. After any Owner-furnished material has been delivered to the location specified, the Contractor shall be responsible for any demurrage, damage, loss, or other deficiencies that may occur during the Contractor's handling, storage, or use of such Owner-furnished material. The Owner will deduct from any monies due or to become due the Contractor any cost incurred by the Owner in making good such loss due to the Contractor's handling, storage, or use of Owner-furnished materials. END OF SECTION 60 9/30/2009 AC 150/5370-10E GP-27 SECTION 70 LEGAL REGULATIONS AND RESPONSIBILITY TO PUBLIC 70-01 LAWS TO BE OBSERVED. The Contractor shall keep fully informed of all Federal and state laws, all local laws, ordinances, and regulations and all orders and decrees of bodies or tribunals having any jurisdiction or authority, which in any manner affect those engaged or employed on the work, or which in any way affect the conduct of the work. He shall at all times observe and comply with all such laws, ordinances, regulations, orders, and decrees; and shall protect and indemnify the Owner and all his/her officers, agents, or servants against any claim or liability arising from or based on the violation of any such law, ordinance, regulation, order, or decree, whether by himself or his/her employees. 70-02 PERMITS, LICENSES, AND TAXES. The Contractor shall procure all permits and licenses, pay all charges, fees, and taxes, and give all notices necessary and incidental to the due and lawful prosecution of the work. 70-03 PATENTED DEVICES, MATERIALS, AND PROCESSES. If the Contractor is required or desires to use any design, device, material, or process covered by letters of patent or copyright, he shall provide for such use by suitable legal agreement with the patentee or owner. The Contractor and the surety shall indemnify and save harmless the Owner, any third party, or political subdivision from any and all claims for infringement by reason of the use of any such patented design, device, material or process, or any trademark or copyright, and shall indemnify the Owner for any costs, expenses, and damages which it may be obliged to pay by reason of an infringement, at any time during the prosecution or after the completion of the work. 70-04 RESTORATION OF SURFACES DISTURBED BY OTHERS. The Owner reserves the right to authorize the construction, reconstruction, or maintenance of any public or private utility service, FAA or National Oceanic and Atmospheric Administration (NOAA) facility, or a utility service of another government agency at any time during the progress of the work. To the extent that such construction, reconstruction, or maintenance has been coordinated with the Owner, such authorized work (by others) is indicated as follows: Owner (Utility or Other Facility) Location (See Plan Sheet No.) Person to Contact (Name, Title, Address and Phone) Except as listed above, the Contractor shall not permit any individual, firm, or corporation to excavate or otherwise disturb such utility services or facilities located within the limits of the work without the written permission of the Engineer. Should the owner of public or private utility service, FAA, or NOAA facility, or a utility service of another government agency be authorized to construct, reconstruct, or maintain such utility service or facility during the progress of the work, the Contractor shall cooperate with such owners by arranging and performing the work in this contract so as to facilitate such construction, reconstruction or maintenance by others whether or not such work by others is listed above. When ordered as extra work by the Engineer, the Contractor shall make all necessary repairs to the work which are due to such authorized work by others, unless otherwise provided for in the contract, plans, or specifications. It is understood and agreed that the Contractor shall not be entitled to make any claim for damages due to such authorized work by others or for any delay to the work resulting from such authorized work. 70-05 FEDERAL AID PARTICIPATION. For AIP contracts, the United States Government has agreed to reimburse the Owner for some portion of the contract costs. Such reimbursement is made from time to time upon the Owner's request to the FAA. In consideration of the United States Government's (FAA's) agreement with the Owner, the Owner has included provisions in this contract pursuant to the requirements of Title 49 of the United States Code (USC) and the Rules and Regulations of the FAA that pertain to the work. As required by the USC, the contract work is subject to the inspection and approval of duly authorized representatives of the Administrator, FAA, and is further subject to those provisions of the rules and regulations that are cited in the contract, plans, or specifications. AC 150/5370-10E 9/30/2009 GP-28 No requirement of the USC, the rules and regulations implementing the USC, or this contract shall be construed as making the Federal Government a party to the contract nor will any such requirement interfere, in any way, with the rights of either party to the contract. 70-06 SANITARY, HEALTH, AND SAFETY PROVISIONS. The Contractor shall provide and maintain in a neat, sanitary condition such accommodations for the use of his/her employees as may be necessary to comply with the requirements of the state and local Board of Health, or of other bodies or tribunals having jurisdiction. Attention is directed to Federal, state, and local laws, rules and regulations concerning construction safety and health standards. The Contractor shall not require any worker to work in surroundings or under conditions that are unsanitary, hazardous, or dangerous to his/her health or safety. 70-07 PUBLIC CONVENIENCE AND SAFETY. The Contractor shall control his/her operations and those of his/her subcontractors and all suppliers, to assure the least inconvenience to the traveling public. Under all circumstances, safety shall be the most important consideration. The Contractor shall maintain the free and unobstructed movement of aircraft and vehicular traffic with respect to his/her own operations and those of his/her subcontractors and all suppliers in accordance with the subsection titled MAINTENANCE OF TRAFFIC of Section 40 hereinbefore specified and shall limit such operations for the convenience and safety of the traveling public as specified in the subsection titled LIMITATION OF OPERATIONS of Section 80 hereinafter. 70-08 BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS. The Contractor shall furnish, erect, and maintain all barricades, warning signs, and markings for hazards necessary to protect the public and the work. When used during periods of darkness, such barricades, warning signs, and hazard markings shall be suitably illuminated. Unless otherwise specified, barricades, warning signs, and markings for hazards that are in the air operations area shall be a maximum of 18 inches high. Unless otherwise specified, barricades shall be spaced not more than 25 feet apart. Barricades, warning signs, and markings shall be paid for under Section 40-05. For vehicular and pedestrian traffic, the Contractor shall furnish, erect, and maintain barricades, warning signs, lights and other traffic control devices in reasonable conformity with the Manual of Uniform Traffic Control Devices for Streets and Highways (published by the United States Government Printing Office). When the work requires closing an air operations area of the airport or portion of such area, the Contractor shall furnish, erect, and maintain temporary markings and associated lighting conforming to the requirements of AC 150/5340-1, Standards for Airport Markings. The Contractor shall furnish, erect, and maintain markings and associated lighting of open trenches, excavations, temporary stock piles, and his/her parked construction equipment that may be hazardous to the operation of emergency fire-rescue or maintenance vehicles on the airport in reasonable conformance to AC 150/5370-2, Operational Safety on Airports During Construction. The Contractor shall identify each motorized vehicle or piece of construction equipment in reasonable conformance to AC 150/5370-2. The Contractor shall furnish and erect all barricades, warning signs, and markings for hazards prior to commencing work that requires such erection and shall maintain the barricades, warning signs, and markings for hazards until their dismantling is directed by the Engineer. Open-flame type lights shall not be permitted within the air operations areas of the airport. 70-09 USE OF EXPLOSIVES. When the use of explosives is necessary for the prosecution of the work, the Contractor shall exercise the utmost care not to endanger life or property, including new work. The Contractor shall be responsible for all damage resulting from the use of explosives. 9/30/2009 AC 150/5370-10E GP-29 All explosives shall be stored in a secure manner in compliance with all laws and ordinances, and all such storage places shall be clearly marked. Where no local laws or ordinances apply, storage shall be provided satisfactory to the Engineer and, in general, not closer than 1,000 feet (300 m) from the work or from any building, road, or other place of human occupancy. The Contractor shall notify each property owner and public utility company having structures or facilities in proximity to the site of the work of his/her intention to use explosives. Such notice shall be given sufficiently in advance to enable them to take such steps as they may deem necessary to protect their property from injury. The use of electrical blasting caps shall not be permitted on or within 1,000 feet (300 m) of the airport property. 70-10 PROTECTION AND RESTORATION OF PROPERTY AND LANDSCAPE. The Contractor shall be responsible for the preservation of all public and private property, and shall protect carefully from disturbance or damage all land monuments and property markers until the Engineer has witnessed or otherwise referenced their location and shall not move them until directed. The Contractor shall be responsible for all damage or injury to property of any character, during the prosecution of the work, resulting from any act, omission, neglect, or misconduct in his/her manner or method of executing the work, or at any time due to defective work or materials, and said responsibility will not be released until the project shall have been completed and accepted. When or where any direct or indirect damage or injury is done to public or private property by or on account of any act, omission, neglect, or misconduct in the execution of the work, or in consequence of the nonexecution thereof by the Contractor, he shall restore, at his/her own expense, such property to a condition similar or equal to that existing before such damage or injury was done, by repairing, or otherwise restoring as may be directed, or he shall make good such damage or injury in an acceptable manner. 70-11 RESPONSIBILITY FOR DAMAGE CLAIMS. The Contractor shall indemnify and save harmless the Engineer and the Owner and their officers, and employees from all suits actions, or claims of any character brought because of any injuries or damage received or sustained by any person, persons, or property on account of the operations of the Contractor; or on account of or in consequence of any neglect in safeguarding the work; or through use of unacceptable materials in constructing the work; or because of any act or omission, neglect, or misconduct of said Contractor; or because of any claims or amounts recovered from any infringements of patent, trademark, or copyright; or from any claims or amounts arising or recovered under the ``Workmen's Compensation Act,'' or any other law, ordinance, order, or decree. Money due the Contractor under and by virtue of his/her contract as may be considered necessary by the Owner for such purpose may be retained for the use of the Owner or, in case no money is due, his/her surety may be held until such suit(s), action(s), or claim(s) for injuries or damages as aforesaid shall have been settled and suitable evidence to that effect furnished to the Owner, except that money due the Contractor will not be withheld when the Contractor produces satisfactory evidence that he is adequately protected by public liability and property damage insurance. 70-12 THIRD PARTY BENEFICIARY CLAUSE. It is specifically agreed between the parties executing the contract that it is not intended by any of the provisions of any part of the contract to create the public or any member thereof a third party beneficiary or to authorize anyone not a party to the contract to maintain a suit for personal injuries or property damage pursuant to the terms or provisions of the contract. 70-13 OPENING SECTIONS OF THE WORK TO TRAFFIC. Should it be necessary for the Contractor to complete portions of the contract work for the beneficial occupancy of the Owner prior to completion of the entire contract, such ``phasing'' of the work shall be specified herein and indicated on the plans. When so specified, the Contractor shall complete such portions of the work on or before the date specified or as otherwise specified. The Contractor shall make his/her own estimate of the difficulties involved in arranging his/her work to permit such beneficial occupancy by the Owner as described below: Phase or Description Required Date or Sequence of Owner's Beneficial Occupancy Work Shown on Plan Sheet AC 150/5370-10E 9/30/2009 GP-30 Upon completion of any portion of the work listed above, such portion shall be accepted by the Owner in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50. No portion of the work may be opened by the Contractor for public use until ordered by the Engineer in writing. Should it become necessary to open a portion of the work to public traffic on a temporary or intermittent basis, such openings shall be made when, in the opinion of the Engineer, such portion of the work is in an acceptable condition to support the intended traffic. Temporary or intermittent openings are considered to be inherent in the work and shall not constitute either acceptance of the portion of the work so opened or a waiver of any provision of the contract. Any damage to the portion of the work so opened that is not attributable to traffic which is permitted by the Owner shall be repaired by the Contractor at his/her expense. The Contractor shall make his/her own estimate of the inherent difficulties involved in completing the work under the conditions herein described and shall not claim any added compensation by reason of delay or increased cost due to opening a portion of the contract work. Contractor shall be required to conform to safety standards contained AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions.) Contractor shall refer to the approved safety plan to identify barricade requirements and other safety requirements prior to opening up sections of work to traffic. 70-14 CONTRACTOR'S RESPONSIBILITY FOR WORK. Until the Engineer's final written acceptance of the entire completed work, excepting only those portions of the work accepted in accordance with the subsection titled PARTIAL ACCEPTANCE of Section 50, the Contractor shall have the charge and care thereof and shall take every precaution against injury or damage to any part due to the action of the elements or from any other cause, whether arising from the execution or from the non-execution of the work. The Contractor shall rebuild, repair, restore, and make good all injuries or damages to any portion of the work occasioned by any of the above causes before final acceptance and shall bear the expense thereof except damage to the work due to unforeseeable causes beyond the control of and without the fault or negligence of the Contractor, including but not restricted to acts of God such as earthquake, tidal wave, tornado, hurricane or other cataclysmic phenomenon of nature, or acts of the public enemy or of government authorities. If the work is suspended for any cause whatever, the Contractor shall be responsible for the work and shall take such precautions necessary to prevent damage to the work. The Contractor shall provide for normal drainage and shall erect necessary temporary structures, signs, or other facilities at his/her expense. During such period of suspension of work, the Contractor shall properly and continuously maintain in an acceptable growing condition all living material in newly established planting, seedings, and soddings furnished under his/her contract, and shall take adequate precautions to protect new tree growth and other important vegetative growth against injury. 70-15 CONTRACTOR'S RESPONSIBILITY FOR UTILITY SERVICE AND FACILITIES OF OTHERS. As provided in the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section, the Contractor shall cooperate with the owner of any public or private utility service, FAA or NOAA, or a utility service of another government agency that may be authorized by the owner to construct, reconstruct or maintain such utility services or facilities during the progress of the work. In addition, the Contractor shall control his/her operations to prevent the unscheduled interruption of such utility services and facilities. To the extent that such public or private utility services, FAA, or NOAA facilities, or utility services of another governmental agency are known to exist within the limits of the contract work, the approximate locations have been indicated on the plans and the owners are indicated as follows: Utility Service or Facility Person to Contract (Name, Title, Address, & Phone) Owner's Emergency Contact (Phone) It is understood and agreed that the Owner does not guarantee the accuracy or the completeness of the location information relating to existing utility services, facilities, or structures that may be shown on the plans or 9/30/2009 AC 150/5370-10E GP-31 encountered in the work. Any inaccuracy or omission in such information shall not relieve the Contractor of his/her responsibility to protect such existing features from damage or unscheduled interruption of service. It is further understood and agreed that the Contractor shall, upon execution of the contract, notify the owners of all utility services or other facilities of his/her plan of operations. Such notification shall be in writing addressed to THE PERSON TO CONTACT as provided hereinbefore in this subsection and the subsection titled RESTORATION OF SURFACES DISTURBED BY OTHERS of this section. A copy of each notification shall be given to the Engineer. In addition to the general written notification hereinbefore provided, it shall be the responsibility of the Contractor to keep such individual owners advised of changes in his/her plan of operations that would affect such owners. Prior to commencing the work in the general vicinity of an existing utility service or facility, the Contractor shall again notify each such owner of his/her plan of operation. If, in the Contractor's opinion, the owner's assistance is needed to locate the utility service or facility or the presence of a representative of the owner is desirable to observe the work, such advice should be included in the notification. Such notification shall be given by the most expeditious means to reach the utility owner's PERSON TO CONTACT no later than two normal business days prior to the Contractor's commencement of operations in such general vicinity. The Contractor shall furnish a written summary of the notification to the Engineer. The Contractor's failure to give the two day's notice hereinabove provided shall be cause for the Owner to suspend the Contractor's operations in the general vicinity of a utility service or facility. Where the outside limits of an underground utility service have been located and staked on the ground, the Contractor shall be required to use excavation methods acceptable to the Engineer within 3 feet (90 cm) of such outside limits at such points as may be required to ensure protection from damage due to the Contractor's operations. Should the Contractor damage or interrupt the operation of a utility service or facility by accident or otherwise, he shall immediately notify the proper authority and the Engineer and shall take all reasonable measures to prevent further damage or interruption of service. The Contractor, in such events, shall cooperate with the utility service or facility owner and the Engineer continuously until such damage has been repaired and service restored to the satisfaction of the utility or facility owner. The Contractor shall bear all costs of damage and restoration of service to any utility service or facility due to his/her operations whether or not due to negligence or accident. The Owner reserves the right to deduct such costs from any monies due or which may become due the Contractor, or his/her surety. 70-15.1 FAA FACILITIES AND CABLE RUNS. The Contractor is hereby advised that the construction limits of the project include existing facilities and buried cable runs that are owned, operated and maintained by the FAA. The Contractor, during the prosecution of the project work, shall comply with the following: a. The Contractor shall permit FAA maintenance personnel the right of access to the project work site for purposes of inspecting and maintaining all existing FAA owned facilities. b. The Contractor shall notify the above named FAA Airway Facilities Point-of-Contact seven (7) calendar days prior to commencement of construction activities in order to permit sufficient time to locate and mark existing buried cables and to schedule any required facility outages. c. If prosecution of the project work requires a facility outage, the Contractor shall contact the above named FAA Point-of-Contact a minimum of 48 hours prior to the time of the required outage. d. If prosecution of the project work results in damages to existing FAA equipment or cables, the Contractor shall repair the damaged item in conformance with FAA Airway Facilities’ standards to the satisfaction of the above named FAA Point-of-Contact. e. If the project work requires the cutting or splicing of FAA owned cables, the above named FAA Point-of- Contact shall be contacted a minimum of 48 hours prior to the time the cable work commences. The FAA reserves AC 150/5370-10E 9/30/2009 GP-32 the right to have a FAA Airway Facilities representative on site to observe the splicing of the cables as a condition of acceptance. All cable splices are to be accomplished in accordance with FAA Airway Facilities’ specifications and require approval by the above named FAA Point-of-Contact as a condition of acceptance by the Owner. The Contractor is hereby advised that FAA Airway Facilities restricts the location of where splices may be installed. If a cable splice is required in a location that is not permitted by FAA Airway Facilities, the Contractor shall furnish and install a sufficient length of new cable that eliminates the need for any splice. 70-16 FURNISHING RIGHTS-OF-WAY. The Owner will be responsible for furnishing all rights-of-way upon which the work is to be constructed in advance of the Contractor's operations. 70-17 PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the contract provisions or in exercising any power or authority granted to him by this contract, there shall be no liability upon the Engineer, his/her authorized representatives, or any officials of the Owner either personally or as an official of the Owner. It is understood that in such matters they act solely as agents and representatives of the Owner. 70-18 NO WAIVER OF LEGAL RIGHTS. Upon completion of the work, the Owner will expeditiously make final inspection and notify the Contractor of final acceptance. Such final acceptance, however, shall not preclude or stop the Owner from correcting any measurement, estimate, or certificate made before or after completion of the work, nor shall the Owner be precluded or stopped from recovering from the Contractor or his/her surety, or both, such overpayment as may be sustained, or by failure on the part of the Contractor to fulfill his/her obligations under the contract. A waiver on the part of the Owner of any breach of any part of the contract shall not be held to be a waiver of any other or subsequent breach. The Contractor, without prejudice to the terms of the contract, shall be liable to the Owner for latent defects, fraud, or such gross mistakes as may amount to fraud, or as regards the owner's rights under any warranty or guaranty. 70-19 ENVIRONMENTAL PROTECTION. The Contractor shall comply with all Federal, state, and local laws and regulations controlling pollution of the environment. He shall take necessary precautions to prevent pollution of streams, lakes, ponds, and reservoirs with fuels, oils, bitumens, chemicals, or other harmful materials and to prevent pollution of the atmosphere from particulate and gaseous matter. 70-20 ARCHAEOLOGICAL AND HISTORICAL FINDINGS. Unless otherwise specified in this subsection, the Contractor is advised that the site of the work is not within any property, district, or site, and does not contain any building, structure, or object listed in the current National Register of Historic Places published by the United States Department of Interior. Should the Contractor encounter, during his/her operations, any building, part of a building, structure, or object that is incongruous with its surroundings, he shall immediately cease operations in that location and notify the Engineer. The Engineer will immediately investigate the Contractor's finding and the Owner will direct the Contractor to either resume his/her operations or to suspend operations as directed. Should the Owner order suspension of the Contractor's operations in order to protect an archaeological or historical finding, or order the Contractor to perform extra work, such shall be covered by an appropriate contract modification (change order or supplemental agreement) as provided in the subsection titled EXTRA WORK of Section 40 and the subsection titled PAYMENT FOR EXTRA WORK AND FORCE ACCOUNT WORK of Section 90. If appropriate, the contract modification shall include an extension of contract time in accordance with the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of Section 80. END OF SECTION 70 9/30/2009 AC 150/5370-10E GP-35 SECTION 80 PROSECUTION AND PROGRESS 80-01 SUBLETTING OF CONTRACT. The Owner will not recognize any subcontractor on the work. The Contractor shall at all times when work is in progress be represented either in person, by a qualified superintendent, or by other designated, qualified representative who is duly authorized to receive and execute orders of the Engineer. Should the Contractor elect to assign his/her contract, said assignment shall be concurred in by the surety, shall be presented for the consideration and approval of the Owner, and shall be consummated only on the written approval of the Owner. In case of approval, the Contractor shall file copies of all subcontracts with the Engineer. The Contractor shall perform, with his organization, an amount of work equal to at least [ ] percent of the total contract cost. 80-02 NOTICE TO PROCEED. The notice to proceed shall state the date on which it is expected the Contractor will begin the construction and from which date contract time will be charged. The Contractor shall begin the work to be performed under the contract within 10 days of the date set by the Engineer in the written notice to proceed, but in any event, the Contractor shall notify the Engineer at least 24 hours in advance of the time actual construction operations will begin. 80-03 PROSECUTION AND PROGRESS. Unless otherwise specified, the Contractor shall submit his/her progress schedule for the Engineer's approval within 10 days after the effective date of the notice to proceed. The Contractor's progress schedule, when approved by the Engineer, may be used to establish major construction operations and to check on the progress of the work. The Contractor shall provide sufficient materials, equipment, and labor to guarantee the completion of the project in accordance with the plans and specifications within the time set forth in the proposal. If the Contractor falls significantly behind the submitted schedule, the Contractor shall, upon the Engineer's request, submit a revised schedule for completion of the work within the contract time and modify his/her operations to provide such additional materials, equipment, and labor necessary to meet the revised schedule. Should the prosecution of the work be discontinued for any reason, the Contractor shall notify the Engineer at least 24 hours in advance of resuming operations. For AIP contracts, the Contractor shall not commence any actual construction prior to the date on which the notice to proceed is issued by the Owner. 80-04 LIMITATION OF OPERATIONS. The Contractor shall control his/her operations and the operations of his/her subcontractors and all suppliers so as to provide for the free and unobstructed movement of aircraft in the AIR OPERATIONS AREAS of the airport. When the work requires the Contractor to conduct his/her operations within an AIR OPERATIONS AREA of the airport, the work shall be coordinated with airport operations (through the Engineer) at least 48 hours prior to commencement of such work. The Contractor shall not close an AIR OPERATIONS AREA until so authorized by the Engineer and until the necessary temporary marking and associated lighting is in place as provided in the subsection titled BARRICADES, WARNING SIGNS, AND HAZARD MARKINGS of Section 70. When the contract work requires the Contractor to work within an AIR OPERATIONS AREA (AOA) of the airport on an intermittent basis (intermittent opening and closing of the AIR OPERATIONS AREA), the Contractor shall maintain constant communications as hereinafter specified; immediately obey all instructions to vacate the AIR OPERATIONS AREA; immediately obey all instructions to resume work in such AIR OPERATIONS AREA. Failure to maintain the specified communications or to obey instructions shall be cause for suspension of the Contractor's operations in the AIR OPERATIONS AREA until the satisfactory conditions are provided. The following AIR OPERATIONS AREA cannot be closed to operating aircraft to permit the Contractor's operations on a continuous basis and will therefore be closed to aircraft operations intermittently as follows: AC 150/5370-10E 9/30/2009 GP-36 AOA TIME PERIODS AOA CAN BE CLOSED TYPE OF COMMUNICATIONS REQUIRED WHEN WORKING IN AN AOA CONTROL AUTHORITY Contractor shall be required to conform to safety standards contained in AC 150/5370-2, Operational Safety on Airports During Construction (See Special Provisions). 80-04.1 OPERATIONAL SAFETY ON AIRPORT DURING CONSTRUCTION. All Contractors’ operations shall be conducted in accordance with the project safety plan and the provisions set forth within the current version of Advisory Circular 150/5370-2. The safety plan included within the contract documents conveys minimum requirements for operational safety on the airport during construction activities. The Contractor shall prepare and submit a plan that details how it proposes to comply with the requirements presented within the safety plan. The Contractor shall implement all necessary safety plan measures prior to commencement of any work activity. The Contractor shall conduct routine checks of the safety plan measures to assure compliance with the safety plan measures. The Contractor is responsible to the Owner for the conduct of all subcontractors it employs on the project. The Contractor shall assure that all subcontractors are made aware of the requirements of the safety plan and that they implement and maintain all necessary measures. No deviation or modifications may be made to the approved safety plan unless approved in writing by the Owner or Engineer. 80-05 CHARACTER OF WORKERS, METHODS, AND EQUIPMENT. The Contractor shall, at all times, employ sufficient labor and equipment for prosecuting the work to full completion in the manner and time required by the contract, plans, and specifications. All workers shall have sufficient skill and experience to perform properly the work assigned to them. Workers engaged in special work or skilled work shall have sufficient experience in such work and in the operation of the equipment required to perform the work satisfactorily. Any person employed by the Contractor or by any subcontractor who violates any operational regulations and, in the opinion of the Engineer, does not perform his work in a proper and skillful manner or is intemperate or disorderly shall, at the written request of the Engineer, be removed forthwith by the Contractor or subcontractor employing such person, and shall not be employed again in any portion of the work without approval of the Engineer. Should the Contractor fail to remove such persons or person, or fail to furnish suitable and sufficient personnel for the proper prosecution of the work, the Engineer may suspend the work by written notice until compliance with such orders. All equipment that is proposed to be used on the work shall be of sufficient size and in such mechanical condition as to met requirements of the work and to produce a satisfactory quality of work. Equipment used on any portion of the work shall be such that no injury to previously completed work, adjacent property, or existing airport facilities will result from its use. When the methods and equipment to be used by the Contractor in accomplishing the work are not prescribed in the contract, the Contractor is free to use any methods or equipment that will accomplish the work in conformity with the requirements of the contract, plans, and specifications. When the contract specifies the use of certain methods and equipment, such methods and equipment shall be used unless others are authorized by the Engineer. If the Contractor desires to use a method or type of equipment other than specified in the contract, he may request authority from the Engineer to do so. The request shall be in writing and shall include a full description of the methods and equipment proposed and of the reasons for desiring to make the change. If approval is given, it will be on the condition that the Contractor will be fully responsible for 9/30/2009 AC 150/5370-10E GP-37 producing work in conformity with contract requirements. If, after trial use of the substituted methods or equipment, the Engineer determines that the work produced does not meet contract requirements, the Contractor shall discontinue the use of the substitute method or equipment and shall complete the remaining work with the specified methods and equipment. The Contractor shall remove any deficient work and replace it with work of specified quality, or take such other corrective action as the Engineer may direct. No change will be made in basis of payment for the contract items involved nor in contract time as a result of authorizing a change in methods or equipment under this subsection. 80-06 TEMPORARY SUSPENSION OF THE WORK. The Owner shall have the authority to suspend the work wholly, or in part, for such period or periods as he may deem necessary, due to unsuitable weather, or such other conditions as are considered unfavorable for the prosecution of the work, or for such time as is necessary due to the failure on the part of the Contractor to carry out orders given or perform any or all provisions of the contract. In the event that the Contractor is ordered by the Owner, in writing, to suspend work for some unforeseen cause not otherwise provided for in the contract and over which the Contractor has no control, the Contractor may be reimbursed for actual money expended on the work during the period of shutdown. No allowance will be made for anticipated profits. The period of shutdown shall be computed from the effective date of the Engineer's order to suspend work to the effective date of the Engineer's order to resume the work. Claims for such compensation shall be filed with the Engineer within the time period stated in the Engineer's order to resume work. The Contractor shall submit with his/her claim information substantiating the amount shown on the claim. The Engineer will forward the Contractor's claim to the Owner for consideration in accordance with local laws or ordinances. No provision of this article shall be construed as entitling the Contractor to compensation for delays due to inclement weather, for suspensions made at the request of the Owner, or for any other delay provided for in the contract, plans, or specifications. If it should become necessary to suspend work for an indefinite period, the Contractor shall store all materials in such manner that they will not become an obstruction nor become damaged in any way. He shall take every precaution to prevent damage or deterioration of the work performed and provide for normal drainage of the work. The Contractor shall erect temporary structures where necessary to provide for traffic on, to, or from the airport. 80-07 DETERMINATION AND EXTENSION OF CONTRACT TIME. The number of calendar or working days allowed for completion of the work shall be stated in the proposal and contract and shall be known as the CONTRACT TIME. Should the contract time require extension for reasons beyond the Contractor's control, it shall be adjusted as follows: a. CONTRACT TIME based on WORKING DAYS shall be calculated weekly by the Engineer. The Engineer will furnish the Contractor a copy of his/her weekly statement of the number of working days charged against the contract time during the week and the number of working days currently specified for completion of the contract (the original contract time plus the number of working days, if any, that have been included in approved CHANGE ORDERS or SUPPLEMENTAL AGREEMENTS covering EXTRA WORK). The Engineer shall base his/her weekly statement of contract time charged on the following considerations: (1) No time shall be charged for days on which the Contractor is unable to proceed with the principal item of work under construction at the time for at least 6 hours with the normal work force employed on such principal item. Should the normal work force be on a double-shift, 12 hours shall be used. Should the normal work force be on a triple-shift, 18 hours shall apply. Conditions beyond the Contractor's control such as strikes, lockouts, unusual delays in transportation, temporary suspension of the principal item of work under construction or temporary suspension of the entire work which have been ordered by the Owner for reasons not the fault of the Contractor, shall not be charged against the contract time. (2) The Engineer will not make charges against the contract time prior to the effective date of the notice to proceed. AC 150/5370-10E 9/30/2009 GP-38 (3) The Engineer will begin charges against the contract time on the first working day after the effective date of the notice to proceed. (4) The Engineer will not make charges against the contract time after the date of final acceptance as defined in the subsection titled FINAL ACCEPTANCE of Section 50. (5) The Contractor will be allowed 1 week in which to file a written protest setting forth his/her objections to the Engineer's weekly statement. If no objection is filed within such specified time, the weekly statement shall be considered as acceptable to the Contractor. The contract time (stated in the proposal) is based on the originally estimated quantities as described in the subsection titled INTERPRETATION OF ESTIMATED PROPOSAL QUANTITIES of Section 20. Should the satisfactory completion of the contract require performance of work in greater quantities than those estimated in the proposal, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in contract time shall not consider either the cost of work or the extension of contract time that has been covered by change order or supplemental agreement and shall be made at the time of final payment. b. CONTRACT TIME based on CALENDAR DAYS shall consist of the number of calendar days stated in the contract counting from the effective date of the notice to proceed and including all Saturdays, Sundays, holidays, and nonwork days. All calendar days elapsing between the effective dates of the Owner's orders to suspend and resume all work, due to causes not the fault of the Contractor, shall be excluded. At the time of final payment, the contract time shall be increased in the same proportion as the cost of the actually completed quantities bears to the cost of the originally estimated quantities in the proposal. Such increase in the contract time shall not consider either cost of work or the extension of contract time that has been covered by a change order or supplemental agreement. Charges against the contract time will cease as of the date of final acceptance. c. When the contract time is a specified completion date, it shall be the date on which all contract work shall be substantially completed. If the Contractor finds it impossible for reasons beyond his/her control to complete the work within the contract time as specified, or as extended in accordance with the provisions of this subsection, he may, at any time prior to the expiration of the contract time as extended, make a written request to the Engineer for an extension of time setting forth the reasons which he believes will justify the granting of his/her request. Requests for extension of time on calendar day projects, caused by inclement weather, shall be supported with National Weather Bureau data showing the actual amount of inclement weather exceeded which could normally be expected during the contract period. The Contractor's plea that insufficient time was specified is not a valid reason for extension of time. If the Engineer finds that the work was delayed because of conditions beyond the control and without the fault of the Contractor, he may extend the time for completion in such amount as the conditions justify. The extended time for completion shall then be in full force and effect, the same as though it were the original time for completion. 80-08 FAILURE TO COMPLETE ON TIME. For each calendar day or working day, as specified in the contract, that any work remains uncompleted after the contract time (including all extensions and adjustments as provided in the subsection titled DETERMINATION AND EXTENSION OF CONTRACT TIME of this Section) the sum specified in the contract and proposal as liquidated damages will be deducted from any money due or to become due the Contractor or his/her surety. Such deducted sums shall not be deducted as a penalty but shall be considered as liquidation of a reasonable portion of damages including but not limited to additional engineering services that will be incurred by the Owner should the Contractor fail to complete the work in the time provided in his/her contract. SCHEDULE LIQUIDATED DAMAGES COST ALLOWED CONSTRUCTION TIME 9/30/2009 AC 150/5370-10E GP-39 The maximum construction time allowed for will be no more than 90 days. (Note: this paragraph will be modified for each project.) Permitting the Contractor to continue and finish the work or any part of it after the time fixed for its completion, or after the date to which the time for completion may have been extended, will in no way operate as a wavier on the part of the Owner of any of its rights under the contract. 80-09 DEFAULT AND TERMINATION OF CONTRACT. The Contractor shall be considered in default of his/her contract and such default will be considered as cause for the Owner to terminate the contract for any of the following reasons if the Contractor: a. Fails to begin the work under the contract within the time specified in the ``Notice to Proceed,'' or b. Fails to perform the work or fails to provide sufficient workers, equipment or materials to assure completion of work in accordance with the terms of the contract, or c. Performs the work unsuitably or neglects or refuses to remove materials or to perform anew such work as may be rejected as unacceptable and unsuitable, or d. Discontinues the prosecution of the work, or e. Fails to resume work which has been discontinued within a reasonable time after notice to do so, or f. Becomes insolvent or is declared bankrupt, or commits any act of bankruptcy or insolvency, or g. Allows any final judgment to stand against him unsatisfied for a period of 10 days, or h. Makes an assignment for the benefit of creditors, or i. For any other cause whatsoever, fails to carry on the work in an acceptable manner. Should the Engineer consider the Contractor in default of the contract for any reason hereinbefore, he shall immediately give written notice to the Contractor and the Contractor's surety as to the reasons for considering the Contractor in default and the Owner's intentions to terminate the contract. If the Contractor or surety, within a period of 10 days after such notice, does not proceed in accordance therewith, then the Owner will, upon written notification from the Engineer of the facts of such delay, neglect, or default and the Contractor's failure to comply with such notice, have full power and authority without violating the contract, to take the prosecution of the work out of the hands of the Contractor. The Owner may appropriate or use any or all materials and equipment that have been mobilized for use in the work and are acceptable and may enter into an agreement for the completion of said contract according to the terms and provisions thereof, or use such other methods as in the opinion of the Engineer will be required for the completion of said contract in an acceptable manner. All costs and charges incurred by the Owner, together with the cost of completing the work under contract, will be deducted from any monies due or which may become due the Contractor. If such expense exceeds the sum which would have been payable under the contract, then the Contractor and the surety shall be liable and shall pay to the Owner the amount of such excess. 80-10 TERMINATION FOR NATIONAL EMERGENCIES. The Owner shall terminate the contract or portion thereof by written notice when the Contractor is prevented from proceeding with the construction contract as a direct result of an Executive Order of the President with respect to the prosecution of war or in the interest of national defense. When the contract, or any portion thereof, is terminated before completion of all items of work in the contract, payment will be made for the actual number of units or items of work completed at the contract price or as mutually AC 150/5370-10E 9/30/2009 GP-40 agreed for items of work partially completed or not started. No claims or loss of anticipated profits shall be considered. Reimbursement for organization of the work, and other overhead expenses, (when not otherwise included in the contract) and moving equipment and materials to and from the job will be considered, the intent being that an equitable settlement will be made with the Contractor. Acceptable materials, obtained or ordered by the Contractor for the work and that are not incorporated in the work shall, at the option of the Contractor, be purchased from the Contractor at actual cost as shown by receipted bills and actual cost records at such points of delivery as may be designated by the Engineer. Termination of the contract or a portion thereof shall neither relieve the Contractor of his/her responsibilities for the completed work nor shall it relieve his/her surety of its obligation for and concerning any just claim arising out of the work performed. 80-11 WORK AREA, STORAGE AREA AND SEQUENCE OF OPERATIONS. The Contractor shall obtain approval from the Engineer prior to beginning any work in all areas of the airport. No operating runway, taxiway, or Air Operations Area (AOA) shall be crossed, entered, or obstructed while it is operational. The Contractor shall plan and coordinate his/her work in such a manner as to insure safety and a minimum of hindrance to flight operations. All Contractor equipment and material stockpiles shall be stored a minimum or [ ] feet from the centerline of an active runway. No equipment will be allowed to park within the approach area of an active runway at any time. No equipment shall be within [ ] feet of an active runway at any time. END OF SECTION 80 Intentionally Left Blank AC 150/5370-10E 9/30/2009 GP-2 SECTION 90 MEASUREMENT AND PAYMENT 90-01 MEASUREMENT OF QUANTITIES. All work completed under the contract will be measured by the Engineer, or his/her authorized representatives, using United States Customary Units of Measurement or the International System of Units. The method of measurement and computations to be used in determination of quantities of material furnished and of work performed under the contract will be those methods generally recognized as conforming to good engineering practice. Unless otherwise specified, longitudinal measurements for area computations will be made horizontally, and no deductions will be made for individual fixtures (or leave-outs) having an area of 9 square feet (0.8 square meter) or less. Unless otherwise specified, transverse measurements for area computations will be the neat dimensions shown on the plans or ordered in writing by the Engineer. Structures will be measured according to neat lines shown on the plans or as altered to fit field conditions. Unless otherwise specified, all contract items which are measured by the linear foot such as electrical ducts, conduits, pipe culverts, underdrains, and similar items shall be measured parallel to the base or foundation upon which such items are placed. In computing volumes of excavation the average end area method or other acceptable methods will be used. The thickness of plates and galvanized sheet used in the manufacture of corrugated metal pipe, metal plate pipe culverts and arches, and metal cribbing will be specified and measured in decimal fraction of inches. The term ``ton'' will mean the short ton consisting of 2,000 pounds (907 kilograms) avoirdupois. All materials that are measured or proportioned by weights shall be weighed on accurate, approved scales by competent, qualified personnel at locations designed by the Engineer. If material is shipped by rail, the car weight may be accepted provided that only the actual weight of material is paid for. However, car weights will not be acceptable for material to be passed through mixing plants. Trucks used to haul material being paid for by weight shall be weighed empty daily at such times as the Engineer directs, and each truck shall bear a plainly legible identification mark. Materials to be measured by volume in the hauling vehicle shall be hauled in approved vehicles and measured therein at the point of delivery. Vehicles for this purpose may be of any size or type acceptable to the Engineer, provided that the body is of such shape that the actual contents may be readily and accurately determined. All vehicles shall be loaded to at least their water level capacity, and all loads shall be leveled when the vehicles arrive at the point of delivery. When requested by the Contractor and approved by the Engineer in writing, material specified to be measured by the cubic yard (cubic meter) may be weighed, and such weights will be converted to cubic yards (cubic meters) for payment purposes. Factors for conversion from weight measurement to volume measurement will be determined by the Engineer and shall be agreed to by the Contractor before such method of measurement of pay quantities is used. Bituminous materials will be measured by the gallon (liter) or ton (kilogram). When measured by volume, such volumes will be measured at 60 F (15 C) or will be corrected to the volume at 60 F (15 C) using ASTM D 1250 for asphalts or ASTM D 633 for tars. Net certified scale weights or weights based on certified volumes in the case of rail shipments will be used as a basis of measurement, subject to correction when bituminous material has been lost from the car or the distributor, wasted, or otherwise not incorporated in the work. When bituminous materials are shipped by truck or transport, net certified weights by volume, subject to correction for loss or foaming, may be used for computing quantities. 9/30/2009 AC 150/5370-10E GP-3 Cement will be measured by the ton (kilogram) or hundredweight (kilogram). Timber will be measured by the thousand feet board measure (M.F.B.M.) actually incorporated in the structure. Measurement will be based on nominal widths and thicknesses and the extreme length of each piece. The term ``lump sum'' when used as an item of payment will mean complete payment for the work described in the contract. When a complete structure or structural unit (in effect, ``lump sum'' work) is specified as the unit of measurement, the unit will be construed to include all necessary fittings and accessories. Rental of equipment will be measured by time in hours of actual working time and necessary traveling time of the equipment within the limits of the work. Special equipment ordered by the Engineer in connection with force account work will be measured as agreed in the change order or supplemental agreement authorizing such force account work as provided in the subsection titled PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK of this section. When standard manufactured items are specified such as fence, wire, plates, rolled shapes, pipe conduit, etc., and these items are identified by gage, unit weight, section dimensions, etc., such identification will be considered to be nominal weights or dimensions. Unless more stringently controlled by tolerances in cited specifications, manufacturing tolerances established by the industries involved will be accepted. Scales for weighing materials which are required to be proportioned or measured and paid for by weight shall be furnished, erected, and maintained by the Contractor, or be certified permanently installed commercial scales. Scales shall be accurate within one-half percent of the correct weight throughout the range of use. The Contractor shall have the scales checked under the observation of the inspector before beginning work and at such other times as requested. The intervals shall be uniform in spacing throughout the graduated or marked length of the beam or dial and shall not exceed one-tenth of 1 percent of the nominal rated capacity of the scale, but not less than 1 pound (454 grams). The use of spring balances will not be permitted. Beams, dials, platforms, and other scale equipment shall be so arranged that the operator and the inspector can safely and conveniently view them. Scale installations shall have available ten standard 50-pound (2.3 kilogram) weights for testing the weighing equipment or suitable weights and devices for other approved equipment. Scales must be tested for accuracy and serviced before use at a new site. Platform scales shall be installed and maintained with the platform level and rigid bulkheads at each end. Scales ``overweighing'' (indicating more than correct weight) will not be permitted to operate, and all materials received subsequent to the last previous correct weighting-accuracy test will be reduced by the percentage of error in excess of one-half of 1 percent. In the event inspection reveals the scales have been ``underweighing'' (indicating less than correct weight), they shall be adjusted, and no additional payment to the Contractor will be allowed for materials previously weighed and recorded. All costs in connection with furnishing, installing, certifying, testing, and maintaining scales; for furnishing check weights and scale house; and for all other items specified in this subsection, for the weighing of materials for proportioning or payment, shall be included in the unit contract prices for the various items of the project. When the estimated quantities for a specific portion of the work are designated as the pay quantities in the contract, they shall be the final quantities for which payment for such specific portion of the work will be made, unless the dimensions of said portions of the work shown on the plans are revised by the Engineer. If revised dimensions AC 150/5370-10E 9/30/2009 GP-4 result in an increase or decrease in the quantities of such work, the final quantities for payment will be revised in the amount represented by the authorized changes in the dimensions. 90-02 SCOPE OF PAYMENT. The Contractor shall receive and accept compensation provided for in the contract as full payment for furnishing all materials, for performing all work under the contract in a complete and acceptable manner, and for all risk, loss, damage, or expense of whatever character arising out of the nature of the work or the prosecution thereof, subject to the provisions of the subsection titled NO WAIVER OF LEGAL RIGHTS of Section 70. When the ``basis of payment'' subsection of a technical specification requires that the contract price (price bid) include compensation for certain work or material essential to the item, this same work or material will not also be measured for payment under any other contract item which may appear elsewhere in the contract, plans, or specifications. 90-03 COMPENSATION FOR ALTERED QUANTITIES. When the accepted quantities of work vary from the quantities in the proposal, the Contractor shall accept as payment in full, so far as contract items are concerned, payment at the original contract price for the accepted quantities of work actually completed and accepted. No allowance, except as provided for in the subsection titled ALTERATION OF WORK AND QUANTITIES of Section 40 will be made for any increased expense, loss of expected reimbursement, or loss of anticipated profits suffered or claimed by the Contractor which results directly from such alterations or indirectly from his/her unbalanced allocation of overhead and profit among the contract items, or from any other cause. 90-04 PAYMENT FOR OMITTED ITEMS. As specified in the subsection titled OMITTED ITEMS of Section 40, the Engineer shall have the right to omit from the work (order nonperformance) any contract item, except major contract items, in the best interest of the Owner. Should the Engineer omit or order nonperformance of a contract item or portion of such item from the work, the Contractor shall accept payment in full at the contract prices for any work actually completed and acceptable prior to the Engineer's order to omit or nonperform such contract item. Acceptable materials ordered by the Contractor or delivered on the work prior to the date of the Engineer's order will be paid for at the actual cost to the Contractor and shall thereupon become the property of the Owner. In addition to the reimbursement hereinbefore provided, the Contractor shall be reimbursed for all actual costs incurred for the purpose of performing the omitted contract item prior to the date of the Engineer's order. Such additional costs incurred by the Contractor must be directly related to the deleted contract item and shall be supported by certified statements by the Contractor as to the nature the amount of such costs. 90-05 PAYMENT FOR EXTRA AND FORCE ACCOUNT WORK. Extra work, performed in accordance with the subsection titled EXTRA WORK of Section 40, will be paid for at the contract prices or agreed prices specified in the change order or supplemental agreement authorizing the extra work. When the change order or supplemental agreement authorizing the extra work requires that it be done by force account, such force account shall be measured and paid for based on expended labor, equipment, and materials plus a negotiated and agreed upon allowance for overhead and profit. a. Miscellaneous. No additional allowance will be made for general superintendence, the use of small tools, or other costs for which no specific allowance is herein provided. b. Comparison of Record. The Contractor and the Engineer shall compare records of the cost of force account work at the end of each day. Agreement shall be indicated by signature of the Contractor and the Engineer or their duly authorized representatives. c. Statement. No payment will be made for work performed on a force account basis until the Contractor has furnished the Engineer with duplicate itemized statements of the cost of such force account work detailed as follows: (1) Name, classification, date, daily hours, total hours, rate and extension for each laborer and foreman. 9/30/2009 AC 150/5370-10E GP-5 (2) Designation, dates, daily hours, total hours, rental rate, and extension for each unit of machinery and equipment. (3) Quantities of materials, prices, and extensions. (4) Transportation of materials. (5) Cost of property damage, liability and workman's compensation insurance premiums, unemployment insurance contributions, and social security tax. Statements shall be accompanied and supported by a receipted invoice for all materials used and transportation charges. However, if materials used on the force account work are not specifically purchased for such work but are taken from the Contractor's stock, then in lieu of the invoices the Contractor shall furnish an affidavit certifying that such materials were taken from his/her stock, that the quantity claimed was actually used, and that the price and transportation claimed represent the actual cost to the Contractor. 90-06 PARTIAL PAYMENTS. Partial payments will be made at least once each month as the work progresses. Said payments will be based upon estimates prepared by the Engineer of the value of the work performed and materials complete in place in accordance with the contract, plans, and specifications. Such partial payments may also include the delivered actual cost of those materials stockpiled and stored in accordance with the subsection titled PAYMENT FOR MATERIALS ON HAND of this section. No partial payment will be made when the amount due the Contractor since the last estimate amounts to less than five hundred dollars. From the total of the amount determined to be payable on a partial payment, 10 percent of such total amount will be deducted and retained by the Owner until the final payment is made, except as may be provided (at the Contractor's option) in the subsection titled PAYMENT OF WITHHELD FUNDS of this section. The balance (90 percent) of the amount payable, less all previous payments, shall be certified for payment. Should the Contractor exercise his/her option, as provided in the subsection titled PAYMENT OF WITHHELD FUNDS of this section, no such 10 percent retainage shall be deducted. When not less than 95 percent of the work has been completed, the Engineer may, at the Owner's discretion and with the consent of the surety, prepare an estimate from which will be retained an amount not less than twice the contract value or estimated cost, whichever is greater, of the work remaining to be done. The remainder, less all previous payments and deductions, will then be certified for payment to the Contractor. It is understood and agreed that the Contractor shall not be entitled to demand or receive partial payment based on quantities of work in excess of those provided in the proposal or covered by approved change orders or supplemental agreements, except when such excess quantities have been determined by the Engineer to be a part of the final quantity for the item of work in question. No partial payment shall bind the Owner to the acceptance of any materials or work in place as to quality or quantity. All partial payments are subject to correction at the time of final payment as provided in the subsection titled ACCEPTANCE AND FINAL PAYMENT of this section. The Contractor shall deliver to the Owner a complete release of all claims for labor and material arising out of this contract before the final retained percentage or final payment is made. If any subcontractor or supplier fails to furnish such a release in full, the Contractor may furnish a bond or other collateral satisfactory to the Owner to indemnify the Owner against any potential lien or other such claim. The bond or collateral shall include all costs, expenses, and attorney fees the Owner may be compelled to pay in discharging any such lien or claim. 90-07 PAYMENT FOR MATERIALS ON HAND. Partial payments may be made to the extent of the delivered cost of materials to be incorporated in the work, provided that such materials meet the requirements of the contract, AC 150/5370-10E 9/30/2009 GP-6 plans, and specifications and are delivered to acceptable sites on the airport property or at other sites in the vicinity that are acceptable to the Owner. Such delivered costs of stored or stockpiled materials may be included in the next partial payment after the following conditions are met: a. The material has been stored or stockpiled in a manner acceptable to the Engineer at or on an approved site. b. The Contractor has furnished the Engineer with acceptable evidence of the quantity and quality of such stored or stockpiled materials. c. The Contractor has furnished the Engineer with satisfactory evidence that the material and transportation costs have been paid. d. The Contractor has furnished the Owner legal title (free of liens or encumbrances of any kind) to the material so stored or stockpiled. e. The Contractor has furnished the Owner evidence that the material so stored or stockpiled is insured against loss by damage to or disappearance of such materials at anytime prior to use in the work. It is understood and agreed that the transfer of title and the Owner's payment for such stored or stockpiled materials shall in no way relieve the Contractor of his/her responsibility for furnishing and placing such materials in accordance with the requirements of the contract, plans, and specifications. In no case will the amount of partial payments for materials on hand exceed the contract price for such materials or the contract price for the contract item in which the material is intended to be used. No partial payment will be made for stored or stockpiled living or perishable plant materials. The Contractor shall bear all costs associated with the partial payment of stored or stockpiled materials in accordance with the provisions of this subsection. 90-08 PAYMENT OF WITHHELD FUNDS. At the Contractor's option, he/she may request that the Owner accept (in lieu of the 10 percent retainage on partial payments described in the subsection titled PARTIAL PAYMENTS of this section) the Contractor's deposits in escrow under the following conditions. a. The Contractor shall bear all expenses of establishing and maintaining an escrow account and escrow agreement acceptable to the Owner. b. The Contractor shall deposit to and maintain in such escrow only those securities or bank certificates of deposit as are acceptable to the Owner and having a value not less than the 10 percent retainage that would otherwise be withheld from partial payment. c. The Contractor shall enter into an escrow agreement satisfactory to the Owner. d. The Contractor shall obtain the written consent of the surety to such agreement. 90-09 ACCEPTANCE AND FINAL PAYMENT. When the contract work has been accepted in accordance with the requirements of the subsection titled FINAL ACCEPTANCE of Section 50, the Engineer will prepare the final estimate of the items of work actually performed. The Contractor shall approve the Engineer's final estimate or advise the Engineer of his/her objections to the final estimate which are based on disputes in measurements or computations of the final quantities to be paid under the contract as amended by change order or supplemental agreement. The Contractor and the Engineer shall resolve all disputes (if any) in the measurement and computation of final quantities to be paid within 30 calendar days of the Contractor's receipt of the Engineer's final estimate. If, after such 30-day period, a dispute still exists, the Contractor may approve the Engineer's estimate under protest of the quantities in dispute, and such disputed quantities shall be considered by the Owner as a claim in accordance with the subsection titled CLAIMS FOR ADJUSTMENT AND DISPUTES of Section 50. 9/30/2009 AC 150/5370-10E GP-7 After the Contractor has approved, or approved under protest, the Engineer's final estimate, final payment will be processed based on the entire sum, or the undisputed sum in case of approval under protest, determined to be due the Contractor less all previous payments and all amounts to be deducted under the provisions of the contract. All prior partial estimates and payments shall be subject to correction in the final estimate and payment. If the Contractor has filed a claim for additional compensation under the provisions of the subsection titled CLAIMS FOR ADJUSTMENTS AND DISPUTES of Section 50 or under the provisions of this subsection, such claims will be considered by the Owner in accordance with local laws or ordinances. Upon final adjudication of such claims, any additional payment determined to be due the Contractor will be paid pursuant to a supplemental final estimate. END OF SECTION 90 9/30/2009 AC 150/5370-10E GP-49 SECTION 100 CONTRACTOR QUALITY CONTROL PROGRAM 100-01 GENERAL. When the specification requires a Contractor Quality Control Program, the Contractor shall establish, provide, and maintain an effective Quality Control Program that details the methods and procedures that will be taken to assure that all materials and completed construction required by this contract conform to contract plans, technical specifications and other requirements, whether manufactured by the Contractor, or procured from subcontractors or vendors. Although guidelines are established and certain minimum requirements are specified herein and elsewhere in the contract technical specifications, the Contractor shall assume full responsibility for accomplishing the stated purpose. The intent of this section is to enable the Contractor to establish a necessary level of control that will: a. Adequately provide for the production of acceptable quality materials. b. Provide sufficient information to assure both the Contractor and the Engineer that the specification requirements can be met. c. Allow the Contractor as much latitude as possible to develop his or her own standard of control. The Contractor shall be prepared to discuss and present, at the preconstruction conference, his/her understanding of the quality control requirements. The Contractor shall not begin any construction or production of materials to be incorporated into the completed work until the Quality Control Program has been reviewed by the Engineer. No partial payment will be made for materials subject to specific quality control requirements until the Quality Control Program has been reviewed. The quality control requirements contained in this section and elsewhere in the contract technical specifications are in addition to and separate from the acceptance testing requirements. Acceptance testing requirements are the responsibility of the Engineer. 100-02 DESCRIPTION OF PROGRAM. a. General Description. The Contractor shall establish a Quality Control Program to perform inspection and testing of all items of work required by the technical specifications, including those performed by subcontractors. This Quality Control Program shall ensure conformance to applicable specifications and plans with respect to materials, workmanship, construction, finish, and functional performance. The Quality Control Program shall be effective for control of all construction work performed under this Contract and shall specifically include surveillance and tests required by the technical specifications, in addition to other requirements of this section and any other activities deemed necessary by the Contractor to establish an effective level of quality control. b. Quality Control Program. The Contractor shall describe the Quality Control Program in a written document that shall be reviewed by the Engineer prior to the start of any production, construction, or off-site fabrication. The written Quality Control Program shall be submitted to the Engineer for review at least [ ] calendar days before the [ ]. The Quality Control Program shall be organized to address, as a minimum, the following items: a. Quality control organization; b. Project progress schedule; c. Submittals schedule; d. Inspection requirements; AC 150/5370-10E 9/30/2009 GP-50 e. Quality control testing plan; f. Documentation of quality control activities; and g. Requirements for corrective action when quality control and/or acceptance criteria are not met. The Contractor is encouraged to add any additional elements to the Quality Control Program that he/she deems necessary to adequately control all production and/or construction processes required by this contract. 100-03 QUALITY CONTROL ORGANIZATION. The Contractor Quality Control Program shall be implemented by the establishment of a separate quality control organization. An organizational chart shall be developed to show all quality control personnel and how these personnel integrate with other management/production and construction functions and personnel. The organizational chart shall identify all quality control staff by name and function, and shall indicate the total staff required to implement all elements of the Quality Control Program, including inspection and testing for each item of work. If necessary, different technicians can be utilized for specific inspection and testing functions for different items of work. If an outside organization or independent testing laboratory is used for implementation of all or part of the Quality Control Program, the personnel assigned shall be subject to the qualification requirements of paragraph 100-03a and 100-03b. The organizational chart shall indicate which personnel are Contractor employees and which are provided by an outside organization. The quality control organization shall consist of the following minimum personnel: a. Program Administrator. The Program Administrator shall be a full-time employee of the Contractor, or a consultant engaged by the Contractor. The Program Administrator shall have a minimum of 5 years of experience in airport and/or highway construction and shall have had prior quality control experience on a project of comparable size and scope as the contract. Additional qualifications for the Program Administrator shall include at least 1 of the following requirements: (1) Professional engineer with 1 year of related experience acceptable to the Engineer. (2) Engineer-in-training with 2 years of related experience acceptable to the Engineer. (3) An individual with 3 years of highway and/or airport paving experience acceptable to the Engineer, with a Bachelor of Science Degree in Civil Engineering, Civil Engineering Technology or Construction. (4) Construction materials technician certified at Level III by the National Institute for Certification in Engineering Technologies (NICET). (5) Highway materials technician certified at Level III by NICET. (6) Highway construction technician certified at Level III by NICET. (7) A NICET certified engineering technician in Civil Engineering Technology with 5 years of highway and/or airport paving experience acceptable to the Engineer. The Program Administrator shall have full authority to institute any and all actions necessary for the successful implementation of the Quality Control Program to ensure compliance with the contract plans and technical specifications. The Program Administrator shall report directly to a responsible officer of the construction firm. The Program Administrator may supervise the Quality Control Program on more than one project provided that person can be at the job site within 2 hours after being notified of a problem. 9/30/2009 AC 150/5370-10E GP-51 b. Quality Control Technicians. A sufficient number of quality control technicians necessary to adequately implement the Quality Control Program shall be provided. These personnel shall be either engineers, engineering technicians, or experienced craftsman with qualifications in the appropriate field equivalent to NICET Level II or higher construction materials technician or highway construction technician and shall have a minimum of 2 years of experience in their area of expertise. The quality control technicians shall report directly to the Program Administrator and shall perform the following functions: (1) Inspection of all materials, construction, plant, and equipment for conformance to the technical specifications, and as required by Section 100-06. (2) Performance of all quality control tests as required by the technical specifications and Section 100-07. Certification at an equivalent level, by a state or nationally recognized organization will be acceptable in lieu of NICET certification. c. Staffing Levels. The Contractor shall provide sufficient qualified quality control personnel to monitor each work activity at all times. Where material is being produced in a plant for incorporation into the work, separate plant and field technicians shall be provided at each plant and field placement location. The scheduling and coordinating of all inspection and testing must match the type and pace of work activity. The Quality Control Program shall state where different technicians will be required for different work elements. 100-04 PROJECT PROGRESS SCHEDULE. The Contractor shall submit a coordinated construction schedule for all work activities. The schedule shall be prepared as a network diagram in Critical Path Method (CPM), PERT, or other format, or as otherwise specified in the contract. As a minimum, it shall provide information on the sequence of work activities, milestone dates, and activity duration. The Contractor shall maintain the work schedule and provide an update and analysis of the progress schedule on a twice monthly basis, or as otherwise specified in the contract. Submission of the work schedule shall not relieve the Contractor of overall responsibility for scheduling, sequencing, and coordinating all work to comply with the requirements of the contract. 100-05 SUBMITTALS SCHEDULE. The Contractor shall submit a detailed listing of all submittals (e.g., mix designs, material certifications) and shop drawings required by the technical specifications. The listing can be developed in a spreadsheet format and shall include: a. Specification item number; b. Item description; c. Description of submittal; d. Specification paragraph requiring submittal; and e. Scheduled date of submittal. 100-06 INSPECTION REQUIREMENTS. Quality control inspection functions shall be organized to provide inspections for all definable features of work, as detailed below. All inspections shall be documented by the Contractor as specified by Section 100-07. Inspections shall be performed daily to ensure continuing compliance with contract requirements until completion of the particular feature of work. These shall include the following minimum requirements: a. During plant operation for material production, quality control test results and periodic inspections shall be utilized to ensure the quality of aggregates and other mix components, and to adjust and control mix proportioning to meet the approved mix design and other requirements of the technical specifications. All equipment utilized in proportioning and mixing shall be inspected to ensure its proper operating condition. The Quality Control Program shall detail how these and other quality control functions will be accomplished and utilized. AC 150/5370-10E 9/30/2009 GP-52 b. During field operations, quality control test results and periodic inspections shall be utilized to ensure the quality of all materials and workmanship. All equipment utilized in placing, finishing, and compacting shall be inspected to ensure its proper operating condition and to ensure that all such operations are in conformance to the technical specifications and are within the plan dimensions, lines, grades, and tolerances specified. The Program shall document how these and other quality control functions will be accomplished and utilized. 100-07 QUALITY CONTROL TESTING PLAN. As a part of the overall Quality Control Program, the Contractor shall implement a quality control testing plan, as required by the technical specifications. The testing plan shall include the minimum tests and test frequencies required by each technical specification Item, as well as any additional quality control tests that the Contractor deems necessary to adequately control production and/or construction processes. The testing plan can be developed in a spreadsheet fashion and shall, as a minimum, include the following: a. Specification item number (e.g., P-401); b. Item description (e.g., Plant Mix Bituminous Pavements); c. Test type (e.g., gradation, grade, asphalt content); d. Test standard (e.g., ASTM or AASHTO test number, as applicable); e. Test frequency (e.g., as required by technical specifications or minimum frequency when requirements are not stated); f. Responsibility (e.g., plant technician); and g. Control requirements (e.g., target, permissible deviations). The testing plan shall contain a statistically-based procedure of random sampling for acquiring test samples in accordance with ASTM D 3665. The Engineer shall be provided the opportunity to witness quality control sampling and testing. All quality control test results shall be documented by the Contractor as required by Section 100-08. 100-08 DOCUMENTATION. The Contractor shall maintain current quality control records of all inspections and tests performed. These records shall include factual evidence that the required inspections or tests have been performed, including type and number of inspections or tests involved; results of inspections or tests; nature of defects, deviations, causes for rejection, etc.; proposed remedial action; and corrective actions taken. These records must cover both conforming and defective or deficient features, and must include a statement that all supplies and materials incorporated in the work are in full compliance with the terms of the contract. Legible copies of these records shall be furnished to the Engineer daily. The records shall cover all work placed subsequent to the previously furnished records and shall be verified and signed by the Contractor's Program Administrator. Specific Contractor quality control records required for the contract shall include, but are not necessarily limited to, the following records: a. Daily Inspection Reports. Each Contractor quality control technician shall maintain a daily log of all inspections performed for both Contractor and subcontractor operations on a form acceptable to the Engineer. These technician's daily reports shall provide factual evidence that continuous quality control inspections have been performed and shall, as a minimum, include the following: (1) Technical specification item number and description; (2) Compliance with approved submittals; (3) Proper storage of materials and equipment; (4) Proper operation of all equipment; (5) Adherence to plans and technical specifications; (6) Review of quality control tests; and (7) Safety inspection. The daily inspection reports shall identify inspections conducted, results of inspections, location and nature of defects found, causes for rejection, and remedial or corrective actions taken or proposed. 9/30/2009 AC 150/5370-10E GP-53 The daily inspection reports shall be signed by the responsible quality control technician and the Program Administrator. The Engineer shall be provided at least one copy of each daily inspection report on the work day following the day of record. b. Daily Test Reports. The Contractor shall be responsible for establishing a system that will record all quality control test results. Daily test reports shall document the following information: (1) Technical specification item number and description; (2) Test designation; (3) Location; (4) Date of test; (5) Control requirements; (6) Test results; (7) Causes for rejection; (8) Recommended remedial actions; and (9) Retests. Test results from each day's work period shall be submitted to the Engineer prior to the start of the next day's work period. When required by the technical specifications, the Contractor shall maintain statistical quality control charts. The daily test reports shall be signed by the responsible quality control technician and the Program Administrator. 100-09 CORRECTIVE ACTION REQUIREMENTS. The Quality Control Program shall indicate the appropriate action to be taken when a process is deemed, or believed, to be out of control (out of tolerance) and detail what action will be taken to bring the process into control. The requirements for corrective action shall include both general requirements for operation of the Quality Control Program as a whole, and for individual items of work contained in the technical specifications. The Quality Control Program shall detail how the results of quality control inspections and tests will be used for determining the need for corrective action and shall contain clear sets of rules to gauge when a process is out of control and the type of correction to be taken to regain process control. When applicable or required by the technical specifications, the Contractor shall establish and utilize statistical quality control charts for individual quality control tests. The requirements for corrective action shall be linked to the control charts. 100-10 SURVEILLANCE BY THE ENGINEER. All items of material and equipment shall be subject to surveillance by the Engineer at the point of production, manufacture or shipment to determine if the Contractor, producer, manufacturer or shipper maintains an adequate quality control system in conformance with the requirements detailed herein and the applicable technical specifications and plans. In addition, all items of materials, equipment and work in place shall be subject to surveillance by the Engineer at the site for the same purpose. Surveillance by the Engineer does not relieve the Contractor of performing quality control inspections of either on-site or off-site Contractor's or subcontractor's work. 100-11 NONCOMPLIANCE. a. The Engineer will notify the Contractor of any noncompliance with any of the foregoing requirements. The Contractor shall, after receipt of such notice, immediately take corrective action. Any notice, when delivered by the Engineer or his/her authorized representative to the Contractor or his/her authorized representative at the site of the work, shall be considered sufficient notice. b. In cases where quality control activities do not comply with either the Contractor Quality Control Program or the contract provisions, or where the Contractor fails to properly operate and maintain an effective Quality Control Program, as determined by the Engineer, the Engineer may: AC 150/5370-10E 9/30/2009 GP-54 (1) Order the Contractor to replace ineffective or unqualified quality control personnel or subcontractors. (2) Order the Contractor to stop operations until appropriate corrective actions are taken. END OF SECTION 100 9/30/2009 AC 150/5370-10E GP-55 SECTION 110 METHOD OF ESTIMATING PERCENTAGE OF MATERIAL WITHIN SPECIFICATION LIMITS (PWL) 110-01 GENERAL. When the specifications provide for acceptance of material based on the method of estimating percentage of material within specification limits (PWL), the PWL will be determined in accordance with this section. All test results for a lot will be analyzed statistically to determine the total estimated percent of the lot that is within specification limits. The PWL is computed using the sample average (X) and sample standard deviation (S n ) of the specified number (n) of sublots for the lot and the specification tolerance limits, L for lower and U for upper, for the particular acceptance parameter. From these values, the respective Quality index(s), Q L for Lower Quality Index and/or Q U for Upper Quality Index, is computed and the PWL for the lot for the specified n is determined from Table 1. All specification limits specified in the technical sections shall be absolute values. Test results used in the calculations shall be to the significant figure given in the test procedure. There is some degree of uncertainty (risk) in the measurement for acceptance because only a small fraction of production material (the population) is sampled and tested. This uncertainty exists because all portions of the production material have the same probability to be randomly sampled. The Contractor's risk is the probability that material produced at the acceptable quality level is rejected or subjected to a pay adjustment. The Owner’s risk is the probability that material produced at the rejectable quality level is accepted. IT IS THE INTENT OF THIS SECTION TO INFORM THE CONTRACTOR THAT, IN ORDER TO CONSISTENTLY OFFSET THE CONTRACTOR’S RISK FOR MATERIAL EVALUATED, PRODUCTION QUALITY (USING POPULATION AVERAGE AND POPULATION STANDARD DEVIATION) MUST BE MAINTAINED AT THE ACCEPTABLE QUALITY SPECIFIED OR HIGHER. IN ALL CASES, IT IS THE RESPONSIBILITY OF THE CONTRACTOR TO PRODUCE AT QUALITY LEVELS THAT WILL MEET THE SPECIFIED ACCEPTANCE CRITERIA WHEN SAMPLED AND TESTED AT THE FREQUENCIES SPECIFIED. 110-02 METHOD FOR COMPUTING PWL. The computational sequence for computing PWL is as follows: a. Divide the lot into n sublots in accordance with the acceptance requirements of the specification. b. Locate the random sampling position within the sublot in accordance with the requirements of the specification. c. Make a measurement at each location, or take a test portion and make the measurement on the test portion in accordance with the testing requirements of the specification. d. Find the sample average (X) for all sublot values within the lot by using the following formula: X = (x 1 + x 2 + x 3 + . . .x n ) / n Where: X = Sample average of all sublot values within a lot x 1 , x 2 = Individual sublot values n = Number of sublots e. Find the sample standard deviation (S n ) by use of the following formula: S n = [(d 1 2 + d 22 + d 3 2 + . . .d n 2)/(n-1)]1/2 Where: S n = Sample standard deviation of the number of sublot values in the set d 1 , d 2 , = Deviations of the individual sublot values x 1 , x 2 , … from the average value X that is: d 1 = (x 1 - X), d 2 = (x 2 - X) … d n = (x n - X) n = Number of sublots f. For single sided specification limits (i.e., L only), compute the Lower Quality Index Q L by use of the following formula: AC 150/5370-10E 9/30/2009 GP-56 Q L = (X - L) / S n Where: L = specification lower tolerance limit Estimate the percentage of material within limits (PWL) by entering Table 1 with Q L , using the column appropriate to the total number (n) of measurements. If the value of Q L falls between values shown on the table, use the next higher value of PWL. g. For double-sided specification limits (i.e. L and U), compute the Quality Indexes Q L and Q U by use of the following formulas: Q L = (X - L) / Sn and Q U = (U - X) / Sn Where: L and U = specification lower and upper tolerance limits Estimate the percentage of material between the lower (L) and upper (U) tolerance limits (PWL) by entering Table 1 separately with Q L and Q U , using the column appropriate to the total number (n) of measurements, and determining the percent of material above P L and percent of material below P U for each tolerance limit. If the values of Q L fall between values shown on the table, use the next higher value of P L or P U . Determine the PWL by use of the following formula: PWL = (P U + P L ) - 100 Where: P L = percent within lower specification limit P U = percent within upper specification limit EXAMPLE OF PWL CALCULATION Project: Example Project Test Item: Item P -401, Lot A. A. PWL Determination for Mat Density. 1. Density of four random cores taken from Lot A. A-1 96.60 A-2 97.55 A-3 99.30 A-4 98.35 n = 4 2. Calculate average density for the lot. X = (x1 + x2 + x3 + . . .xn) / n X = (96.60 + 97.55 + 99.30 + 98.35) / 4 X = 97.95 percent density 3. Calculate the standard deviation for the lot. Sn = [((96.60 - 97.95)2 + (97.55 - 97.95)2 +(99.30 -97.95)2 + (98.35 -97.95)2)) / (4 - 1)]1/2 Sn = [(1.82 + 0.16 + 1.82 + 0.16) / 3]1/2 Sn = 1.15 4. Calculate the Lower Quality Index Q L for the lot. (L=96.3) 9/30/2009 AC 150/5370-10E GP-57 Q L = (X -L) / Sn Q L = (97.95 - 96.30) / 1.15 Q L = 1.4348 5. Determine PWL by entering Table 1 with Q L = 1.44 and n= 4. PWL = 98 B. PWL Determination for Air Voids. 1. Air Voids of four random samples taken from Lot A. A-1 5.00 A-2 3.74 A-3 2.30 A-4 3.25 2. Calculate the average air voids for the lot. X = (x1 + x + x3 . . .n) / n X = (5.00 + 3.74 + 2.30 + 3.25) / 4 X = 3.57 percent 3. Calculate the standard deviation Sn for the lot. Sn = [((3.57 - 5.00)2 + (3.57 - 3.74)2 + (3.57 - 2.30)2 + (3.57 -3.25)2) / (4 - 1)]1/2 Sn = [(2.04 + 0.03 + 1.62 + 0.10 ) / 3]1/2 Sn = 1.12 4. Calculate the Lower Quality Index Q L for the lot. (L= 2.0) Q L = (X - L) / Sn Q L = (3.57 - 2.00) / 1.12 Q L = 1.3992 5. Determine P L by entering Table 1 with Q L = 1.41 and n = 4. PL = 97 6. Calculate the Upper Quality Index Q U for the lot. (U= 5.0) Q U = (U - X) / Sn Q U = (5.00 - 3.57) / 1.12 Q U = 1.2702 7. Determine P U by entering Table 1 with Q U = 1.29 and n = 4. P U = 93 AC 150/5370-10E 9/30/2009 GP-58 8. Calculate Air Voids PWL PWL = (P L + P U ) - 100 PWL = (97 + 93) - 100 = 90 EXAMPLE OF OUTLIER CALCULATION (Reference ASTM E 178) Project: Example Project Test Item: Item P-401, Lot A. A. Outlier Determination for Mat Density. 1. Density of four random cores taken from Lot A. arranged in descending order. A-3 99.30 A-4 98.35 A-2 97.55 A-1 96.60 2. Use n=4 and upper 5 percent significance level of to find the critical value for test criterion = 1.463. 3. Use average density, standard deviation, and test criterion value to evaluate density measurements. a. For measurements greater than the average: If: (measurement - average)/(standard deviation) is less than test criterion, Then: the measurement is not considered an outlier for A-3 Check if ( 99.30 - 97.95 ) / 1.15 greater than 1.463 1.174 is less than 1.463, the value is not an outlier b. For measurements less than the average: If (average - measurement)/(standard deviation) is less than test criterion, the measurement is not considered an outlier for A-1 Check if ( 97.95 - 96.60 ) / 1.15 greater than 1.463 1.0 is less than 1.463, the value is not an outlier NOTE: In this example, a measurement would be considered an outlier if the density was: greater than (97.95+1.463x1.15) = 99.63 percent or, less than (97.95-1.463x1.15) = 96.27 percent 9/30/2009 AC 150/5370-10E GP-59 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (P L and P U ) Positive Values of Q (Q L and Q U ) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 99 1.1541 1.4700 1.6714 1.8008 1.8888 1.9520 1.9994 2.0362 98 1.1524 1.4400 1.6016 1.6982 1.7612 1.8053 1.8379 1.8630 97 1.1496 1.4100 1.5427 1.6181 1.6661 1.6993 1.7235 1.7420 96 1.1456 1.3800 1.4897 1.5497 1.5871 1.6127 1.6313 1.6454 95 1.1405 1.3500 1.4407 1.4887 1.5181 1.5381 1.5525 1.5635 94 1.1342 1.3200 1.3946 1.4329 1.4561 1.4717 1.4829 1.4914 93 1.1269 1.2900 1.3508 1.3810 1.3991 1.4112 1.4199 1.4265 92 1.1184 1.2600 1.3088 1.3323 1.3461 1.3554 1.3620 1.3670 91 1.1089 1.2300 1.2683 1.2860 1.2964 1.3032 1.3081 1.3118 90 1.0982 1.2000 1.2290 1.2419 1.2492 1.2541 1.2576 1.2602 89 1.0864 1.1700 1.1909 1.1995 1.2043 1.2075 1.2098 1.2115 88 1.0736 1.1400 1.1537 1.1587 1.1613 1.1630 1.1643 1.1653 87 1.0597 1.1100 1.1173 1.1192 1.1199 1.1204 1.1208 1.1212 86 1.0448 1.0800 1.0817 1.0808 1.0800 1.0794 1.0791 1.0789 85 1.0288 1.0500 1.0467 1.0435 1.0413 1.0399 1.0389 1.0382 84 1.0119 1.0200 1.0124 1.0071 1.0037 1.0015 1.0000 0.9990 83 0.9939 0.9900 0.9785 0.9715 0.9671 0.9643 0.9624 0.9610 82 0.9749 0.9600 0.9452 0.9367 0.9315 0.9281 0.9258 0.9241 81 0.9550 0.9300 0.9123 0.9025 0.8966 0.8928 0.8901 0.8882 80 0.9342 0.9000 0.8799 0.8690 0.8625 0.8583 0.8554 0.8533 79 0.9124 0.8700 0.8478 0.8360 0.8291 0.8245 0.8214 0.8192 78 0.8897 0.8400 0.8160 0.8036 0.7962 0.7915 0.7882 0.7858 77 0.8662 0.8100 0.7846 0.7716 0.7640 0.7590 0.7556 0.7531 76 0.8417 0.7800 0.7535 0.7401 0.7322 0.7271 0.7236 0.7211 75 0.8165 0.7500 0.7226 0.7089 0.7009 0.6958 0.6922 0.6896 74 0.7904 0.7200 0.6921 0.6781 0.6701 0.6649 0.6613 0.6587 73 0.7636 0.6900 0.6617 0.6477 0.6396 0.6344 0.6308 0.6282 72 0.7360 0.6600 0.6316 0.6176 0.6095 0.6044 0.6008 0.5982 71 0.7077 0.6300 0.6016 0.5878 0.5798 0.5747 0.5712 0.5686 70 0.6787 0.6000 0.5719 0.5582 0.5504 0.5454 0.5419 0.5394 69 0.6490 0.5700 0.5423 0.5290 0.5213 0.5164 0.5130 0.5105 68 0.6187 0.5400 0.5129 0.4999 0.4924 0.4877 0.4844 0.4820 67 0.5878 0.5100 0.4836 0.4710 0.4638 0.4592 0.4560 0.4537 66 0.5563 0.4800 0.4545 0.4424 0.4355 0.4310 0.4280 0.4257 65 0.5242 0.4500 0.4255 0.4139 0.4073 0.4030 0.4001 0.3980 64 0.4916 0.4200 0.3967 0.3856 0.3793 0.3753 0.3725 0.3705 63 0.4586 0.3900 0.3679 0.3575 0.3515 0.3477 0.3451 0.3432 62 0.4251 0.3600 0.3392 0.3295 0.3239 0.3203 0.3179 0.3161 61 0.3911 0.3300 0.3107 0.3016 0.2964 0.2931 0.2908 0.2892 60 0.3568 0.3000 0.2822 0.2738 0.2691 0.2660 0.2639 0.2624 59 0.3222 0.2700 0.2537 0.2461 0.2418 0.2391 0.2372 0.2358 58 0.2872 0.2400 0.2254 0.2186 0.2147 0.2122 0.2105 0.2093 57 0.2519 0.2100 0.1971 0.1911 0.1877 0.1855 0.1840 0.1829 56 0.2164 0.1800 0.1688 0.1636 0.1607 0.1588 0.1575 0.1566 55 0.1806 0.1500 0.1406 0.1363 0.1338 0.1322 0.1312 0.1304 54 0.1447 0.1200 0.1125 0.1090 0.1070 0.1057 0.1049 0.1042 53 0.1087 0.0900 0.0843 0.0817 0.0802 0.0793 0.0786 0.0781 52 0.0725 0.0600 0.0562 0.0544 0.0534 0.0528 0.0524 0.0521 51 0.0363 0.0300 0.0281 0.0272 0.0267 0.0264 0.0262 0.0260 50 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 0.0000 AC 150/5370-10E 9/30/2009 GP-60 TABLE 1. TABLE FOR ESTIMATING PERCENT OF LOT WITHIN LIMITS (PWL) Percent Within Limits (P L and P U ) Negative Values of Q (Q L and Q U ) n=3 n=4 n=5 n=6 n=7 n=8 n=9 n=10 49 -0.0363 -0.0300 -0.0281 -0.0272 -0.0267 -0.0264 -0.0262 -0.0260 48 -0.0725 -0.0600 -0.0562 -0.0544 -0.0534 -0.0528 -0.0524 -0.0521 47 -0.1087 -0.0900 -0.0843 -0.0817 -0.0802 -0.0793 -0.0786 -0.0781 46 -0.1447 -0.1200 -0.1125 -0.1090 -0.1070 -0.1057 -0.1049 -0.1042 45 -0.1806 -0.1500 -0.1406 -0.1363 -0.1338 -0.1322 -0.1312 -0.1304 44 -0.2164 -0.1800 -0.1688 -0.1636 -0.1607 -0.1588 -0.1575 -0.1566 43 -0.2519 -0.2100 -0.1971 -0.1911 -0.1877 -0.1855 -0.1840 -0.1829 42 -0.2872 -0.2400 -0.2254 -0.2186 -0.2147 -0.2122 -0.2105 -0.2093 41 -0.3222 -0.2700 -0.2537 -0.2461 -0.2418 -0.2391 -0.2372 -0.2358 40 -0.3568 -0.3000 -0.2822 -0.2738 -0.2691 -0.2660 -0.2639 -0.2624 39 -0.3911 -0.3300 -0.3107 -0.3016 -0.2964 -0.2931 -0.2908 -0.2892 38 -0.4251 -0.3600 -0.3392 -0.3295 -0.3239 -0.3203 -0.3179 -0.3161 37 -0.4586 -0.3900 -0.3679 -0.3575 -0.3515 -0.3477 -0.3451 -0.3432 36 -0.4916 -0.4200 -0.3967 -0.3856 -0.3793 -0.3753 -0.3725 -0.3705 35 -0.5242 -0.4500 -0.4255 -0.4139 -0.4073 -0.4030 -0.4001 -0.3980 34 -0.5563 -0.4800 -0.4545 -0.4424 -0.4355 -0.4310 -0.4280 -0.4257 33 -0.5878 -0.5100 -0.4836 -0.4710 -0.4638 -0.4592 -0.4560 -0.4537 32 -0.6187 -0.5400 -0.5129 -0.4999 -0.4924 -0.4877 -0.4844 -0.4820 31 -0.6490 -0.5700 -0.5423 -0.5290 -0.5213 -0.5164 -0.5130 -0.5105 30 -0.6787 -0.6000 -0.5719 -0.5582 -0.5504 -0.5454 -0.5419 -0.5394 29 -0.7077 -0.6300 -0.6016 -0.5878 -0.5798 -0.5747 -0.5712 -0.5686 28 -0.7360 -0.6600 -0.6316 -0.6176 -0.6095 -0.6044 -0.6008 -0.5982 27 -0.7636 -0.6900 -0.6617 -0.6477 -0.6396 -0.6344 -0.6308 -0.6282 26 -0.7904 -0.7200 -0.6921 -0.6781 -0.6701 -0.6649 -0.6613 -0.6587 25 -0.8165 -0.7500 -0.7226 -0.7089 -0.7009 -0.6958 -0.6922 -0.6896 24 -0.8417 -0.7800 -0.7535 -0.7401 -0.7322 -0.7271 -0.7236 -0.7211 23 -0.8662 -0.8100 -0.7846 -0.7716 -0.7640 -0.7590 -0.7556 -0.7531 22 -0.8897 -0.8400 -0.8160 -0.8036 -0.7962 -0.7915 -0.7882 -0.7858 21 -0.9124 -0.8700 -0.8478 -0.8360 -0.8291 -0.8245 -0.8214 -0.8192 20 -0.9342 -0.9000 -0.8799 -0.8690 -0.8625 -0.8583 -0.8554 -0.8533 19 -0.9550 -0.9300 -0.9123 -0.9025 -0.8966 -0.8928 -0.8901 -0.8882 18 -0.9749 -0.9600 -0.9452 -0.9367 -0.9315 -0.9281 -0.9258 -0.9241 17 -0.9939 -0.9900 -0.9785 -0.9715 -0.9671 -0.9643 -0.9624 -0.9610 16 -1.0119 -1.0200 -1.0124 -1.0071 -1.0037 -1.0015 -1.0000 -0.9990 15 -1.0288 -1.0500 -1.0467 -1.0435 -1.0413 -1.0399 -1.0389 -1.0382 14 -1.0448 -1.0800 -1.0817 -1.0808 -1.0800 -1.0794 -1.0791 -1.0789 13 -1.0597 -1.1100 -1.1173 -1.1192 -1.1199 -1.1204 -1.1208 -1.1212 12 -1.0736 -1.1400 -1.1537 -1.1587 -1.1613 -1.1630 -1.1643 -1.1653 11 -1.0864 -1.1700 -1.1909 -1.1995 -1.2043 -1.2075 -1.2098 -1.2115 10 -1.0982 -1.2000 -1.2290 -1.2419 -1.2492 -1.2541 -1.2576 -1.2602 9 -1.1089 -1.2300 -1.2683 -1.2860 -1.2964 -1.3032 -1.3081 -1.3118 8 -1.1184 -1.2600 -1.3088 -1.3323 -1.3461 -1.3554 -1.3620 -1.3670 7 -1.1269 -1.2900 -1.3508 -1.3810 -1.3991 -1.4112 -1.4199 -1.4265 6 -1.1342 -1.3200 -1.3946 -1.4329 -1.4561 -1.4717 -1.4829 -1.4914 5 -1.1405 -1.3500 -1.4407 -1.4887 -1.5181 -1.5381 -1.5525 -1.5635 4 -1.1456 -1.3800 -1.4897 -1.5497 -1.5871 -1.6127 -1.6313 -1.6454 3 -1.1496 -1.4100 -1.5427 -1.6181 -1.6661 -1.6993 -1.7235 -1.7420 2 -1.1524 -1.4400 -1.6016 -1.6982 -1.7612 -1.8053 -1.8379 -1.8630 1 -1.1541 -1.4700 -1.6714 -1.8008 -1.8888 -1.9520 -1.9994 -2.0362 END OF SECTION 110 9/30/2009 AC 150/5370-10E GP-61 SECTION 120 NUCLEAR GAGES 120-01 TESTING. When the specifications provide for nuclear gage acceptance testing of material for Items P- 152, P-154, P-208, and P-209, the testing shall be performed in accordance with this section. At each sampling location, the field density shall be determined in accordance with ASTM D 2922 using the Direct Transmission Method. The nuclear gage shall be calibrated in accordance with Annex A1. Calibration and operation of the gage shall be in accordance with the requirements of the manufacturer. The operator of the nuclear gage must show evidence of training and experience in the use of the instrument. The gage shall be standardized daily in accordance with ASTM D 2922, paragraph 8. Use of ASTM D 2922 results in a wet unit weight, and when using this method, ASTM D 3017 shall be used to determine the moisture content of the material. The moisture gage shall be standardized daily in accordance with ASTM D 3017, paragraph 7. The material shall be accepted on a lot basis. Each Lot shall be divided into eight (8) sublots when ASTM D 2922 is used. 120-02 When PWL concepts are incorporated, compaction shall continue until a PWL of 90 percent or more is achieved using the lower specification tolerance limits (L) below. The percentage of material within specification limits (PWL) shall be determined in accordance with the procedures specified in Section 110 of the General Provisions. The lower specification tolerance limit (L) for density shall be: Specification Item Number Specification Tolerance (L) for Density, (percent of laboratory maximum) Item P-152 90.5 for cohesive material, 95.5 for non-cohesive Item P-154 95.5 Item P-208 97.0 Item P-209 97.0 If the PWL is less than 90 percent, the lot shall be reworked and recompacted by the Contractor at the Contractor's expense. After reworking and recompaction, the lot shall be resampled and retested. Retest results for the lot shall be reevaluated for acceptance. This procedure shall continue until the PWL is 90 percent or greater. 120-03 VERIFICATION TESTING. (For Items P-152 and P-154 only.) The Engineer will verify the maximum laboratory density of material placed in the field for each lot. A minimum of one test will be made for each lot of material at the site. The verification process will consist of; (1) compacting the material and determining the dry density and moisture-density in accordance with TXDOT specifications and (2) comparing the result with the laboratory moisture-density curves for the material being placed. This verification process is commonly referred to as a "one-point Proctor". If the material does not conform to the existing moisture-density curves, the Engineer will establish the laboratory maximum density and optimum moisture content for the material in accordance with TXDOT Specifications. Additional verification tests will be made, if necessary, to properly classify all materials placed in the lot. The percent compaction of each sampling location will be determined by dividing the field density of each sublot by the laboratory maximum density for the lot. END OF SECTION 120 TxDOT MOD Modifications to TXDOT Specification The standard TXDOT specification items included shall be modified and superseded as follows. Any references to the TxDOT Standard Specifications shall be omitted. AIP General Provisions shall govern contract requirements. END OF ITEM TxDOT M TxDOT-104-1 ITEM 104 REMOVING CONCRETE 104.1. Description. Break, remove, and salvage or dispose of existing hydraulic cement concrete. 104.2. Construction. Remove existing hydraulic cement concrete from locations shown on the plans. Avoid damaging concrete that will remain in place. Saw-cut and remove the existing concrete to neat lines. Replace any concrete damaged by the Contractor at no expense to the Department. Unless otherwise shown on the plans, accept ownership and properly dispose of broken concrete in accordance with federal, state, and local regulations. 104.3. Measurement. Removing concrete pavement, floors, porches, patios, riprap, medians, foundations, sidewalks, driveways, and other appurtenances will be measured by the square yard (regardless of thickness) or by the cubic yard of calculated volume, in its original position. Removing curb, curb and gutter, and concrete traffic barrier will be measured by the foot in its original position. The removal of monolithic concrete curb or dowelled concrete curb will be included in the concrete pavement measurement. Removing retaining walls will be measured by the square yard along the front face from the top of the wall to the top of the footing. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. 104.4. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Removing Concrete” of the type specified. This price is full compensation for breaking the concrete; loading, hauling and salvaging or disposing of the material; and equipment, labor, tools, and incidentals. Removing retaining wall footings will not be paid for directly, but will be considered subsidiary to this Item. END OF ITEM TxDOT 104 TxDOT-110-1 ITEM 110 EXCAVATION 110.1. Description. Excavate areas as shown on the plans or as directed. Remove materials encountered to the lines, grades, and typical sections shown on the plans and cross-sections. 110.2. Construction. Accept ownership of unsuitable or excess material and dispose of material in accordance with local, state, and federal regulations at locations outside the right of way. Maintain drainage in the excavated area to avoid damage to the roadway section. Correct any damage to the subgrade caused by weather, at no additional cost to the Department. Shape slopes to avoid loosening material below or outside the proposed grades. Remove and dispose of slides as directed. A. Rock Cuts. Excavate to finish subgrade. Manipulate and compact subgrade in accordance with Article 132.3.D, “Compaction Methods,” unless excavation is to clean homogenous rock at finish subgrade elevation. If excavation extends below finish subgrade, use approved embankment material compacted in accordance with Article 132.3.D to replace undercut material at no additional cost. B. Earth Cuts. Excavate to finish subgrade. In areas where base or pavement structure will be placed on subgrade, scarify subgrade to a uniform depth at least 6 in. below finish subgrade elevation. Manipulate and compact subgrade in accordance with Article 132.3.D, “Compaction Methods.” If unsuitable material is encountered below subgrade elevations, take corrective measures as directed. Drying required deeper than 6 in. below subgrade elevation will be paid for in accordance with Article 9.4, “Payment for Extra Work.” Excavation and replacement of unsuitable material below subgrade elevations will be performed and paid for in accordance with the applicable bid items. However, if Item 132, “Embankment,” is not included in the Contract, payment for replacement of unsuitable material will be paid for in accordance with Article 9.4. C. Subgrade Tolerances. For turnkey construction, excavate to within 1/2 in. in cross-section and 1/2 in. in 16 ft. measured longitudinally. For staged construction, excavate to within 0.1 ft. in cross-section and 0.1 ft. in 16 ft. measured longitudinally. 110.3. Measurement. This Item will be measured by the cubic yard in its original position as computed by the method of average end areas. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2, “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. Limits of measurement for excavation in retaining wall areas will be as shown on the plans. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 110.4. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Excavation (Roadway),” “Excavation (Channel),” “Excavation (Special),” or “Excavation (Roadway and Channel).” This price is full compensation for authorized excavation; drying; undercutting subgrade and reworking or replacing the undercut material in rock cuts; hauling; disposal of material not used elsewhere on the project; scarification and compaction; and equipment, labor, materials, tools, and incidentals. When a slide not due to the Contractor’s negligence or operation occurs, payments for removal and disposal of the slide material will be in accordance with Article 9.4, “Payment for Extra Work.” Excavation in backfill areas of retaining walls will not be measured or paid for directly but will be subsidiary to pertinent Items. END OF ITEM TxDOT 110 TxDOT-132-1 ITEM 132 EMBANKMENT 132.1. Description. Furnish, place, and compact materials for construction of roadways, embankments, levees, dikes, or any designated section of the roadway where additional material is required. 132.2. Materials. Furnish approved material capable of forming a stable embankment from required excavation in the areas shown on the plans or from sources outside the right of way. Provide 1 or more of the following types as shown on the plans: • Type A. Granular material that is free from vegetation or other objectionable material and meets the requirements of Table 1. Table 1 Testing Requirements Property Test Method Specification Limit Liquid limit Tex-104-E ≤ 45 Plasticity index (PI) Tex-106-E ≤ 15 Bar linear shrinkage Tex-107-E ≥ 2 The Linear Shrinkage test only needs to be performed as indicated in Tex-104-E. • Type B. Materials such as rock, loam, clay, or other approved materials. • Type C. Material meeting the specification requirements shown on the plans. • Type D. Material from required excavation areas shown on the plans. Retaining wall backfill material must meet the requirements of the pertinent retaining wall Items. 132.3. Construction. Meet the requirements of Item 7, “Legal Relations and Responsibilities to the Public,” when off right of way sources are used. To allow for required testing, notify the Engineer before opening a material source. Complete preparation of the right of way, in accordance with Item 100, “Preparing Right of Way,” for areas to receive embankment. Backfill tree-stump holes or other minor excavations with approved material and tamp. Restore the ground surface, including any material disked loose or washed out, to its original slope. Compact the ground surface by sprinkling in accordance with Item 204, “Sprinkling,” and by rolling using equipment complying with Item 210, “Rolling,” when directed. Scarify and loosen the unpaved surface areas, except rock, to a depth of at least 6 in., unless otherwise shown on the plans. Bench slopes before placing material. Begin placement of material at the toe of slopes. Do not place trees, stumps, roots, vegetation, or other objectionable material in the embankment. Simultaneously recompact scarified material with the placed embankment material. Do not exceed the layer depth specified in Section 132.3.D, “Compaction Methods.” Construct embankments to the grade and sections shown on the plans. Construct the embankment in layers approximately parallel to the finished grade for the full width of the individual roadway cross sections, unless otherwise shown on the plans. Ensure that each section of the embankment conforms to the detailed sections or slopes. Maintain the finished section, density, and grade until the project is accepted. A. Earth Embankments. Earth embankment is mainly composed of material other than rock. Construct embankments in successive layers, evenly distributing materials in lengths suited for sprinkling and rolling. Obtain approval to incorporate rock and broken concrete produced by the construction project in the lower layers of the embankment. When the size of approved rock or broken concrete exceeds the layer thickness requirements in Section 132.3.D, “Compaction Methods,” place the rock and concrete outside the limits of the completed roadbed. Cut and remove all exposed reinforcing steel from the broken concrete. Move the material dumped in piles or windrows by blading or by similar methods and incorporate it into uniform layers. Featheredge or mix abutting layers of dissimilar material for at least 100 ft. to ensure there are TxDOT-132-2 no abrupt changes in the material. Break down clods or lumps of material and mix embankment until a uniform material is attained. Apply water free of industrial wastes and other objectionable matter to achieve the uniform moisture content specified for compaction. When ordinary compaction is specified, roll and sprinkle each embankment layer in accordance with Section 132.3.D.1, “Ordinary Compaction.” When density control is specified, compact the layer to the required density in accordance with Section 132.3.D.2, “Density Control.” B. Rock Embankments. Rock embankment is mainly composed of rock. Construct rock embankments in successive layers for the full width of the roadway cross-section with a depth of 18 in. or less. Increase the layer depth for large rock sizes as approved. Do not exceed a depth of 2-1/2 ft. in any case. Fill voids created by the large stone matrix with smaller stones during the placement and filling operations. Ensure the depth of the embankment layer is greater than the maximum dimension of any rock. Do not place rock greater than 2 ft. in its maximum dimension, unless otherwise approved. Construct the final layer with graded material so that the density and uniformity is in accordance with Section 132.3.D, “Compaction Methods.” Break up exposed oversized material as approved. When ordinary compaction is specified, roll and sprinkle each embankment layer in accordance with Section 132.3.D.1, “Ordinary Compaction.” When density control is specified, compact each layer to the required density in accordance with Section 132.3.D.2, “Density Control.” When directed, proof-roll each rock layer where density testing is not possible, in accordance with Item 216, “Proof Rolling,” to ensure proper compaction. C. Embankments Adjacent to Culverts and Bridges. Comp act embankments adjacent to culverts and bridges in accordance with Item 400, “Excavation and Backfill for Structures.” D. Compaction Methods. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller. On super elevated curves, begin rolling at the lower side and progress toward the high side. Alternate roller trips to attain slightly different lengths. Compact embankments in accordance with one of the following methods as shown on the plans: 1. Ordinary Compaction. Use approved rolling equipment complying with Item 210, “Rolling,” to compact each layer. The plans or the Engineer may require specific equipment. Do not allow the loose depth of any layer to exceed 8 in., unless otherwise approved. Before and during rolling operations, bring each layer to the moisture content directed. Compact each layer until there is no evidence of further consolidation. Maintain a level layer to ensure uniform compaction. If the required stability or finish is lost for any reason, recompact and refinish the subgrade at no additional expense to the Department. 2. Density Control. Compact each layer to the required density using equipment complying with Item 210, “Rolling.” Determine the maximum lift thickness based on the ability of the compacting operation and equipment to meet the required density. Do not exceed layer thickness of 16 in. loose or 12 in. compacted material, unless otherwise approved. Maintain a level layer to ensure uniform compaction. The Engineer will use Tex-114-E to determine the maximum dry density (D a ) and optimum moisture content (W opt ). Meet the requirements for field density and moisture content in Table 2, unless otherwise shown on the plans. Table 2 Field Density Control Requirements Description Density1 Moisture Content1 Tex-115-E PI ≤ 15 ≥ 98% D a 15 < PI ≤ 35 ≥ 98% D a and 102% D a ≥ W opt. PI > 35 ≥ 95% D a and 100% D a ≥ W opt. TxDOT-132-3 Each layer is subject to testing by the Engineer for density and moisture content. During compaction, the moisture content of the soil should not exceed the value shown on the moisture-density curve, above optimum, required to achieve • 98% dry density for soils with a PI greater than 15 but less than or equal to 35 or • 95% dry density for soils with PI greater than 35. When required, remove small areas of the layer to allow for density tests. Replace the removed material and recompact at no additional expense to the Department. Proof-roll in accordance with Item 216, “Proof Rolling,” when shown on the plans or as directed. Correct soft spots as directed. E. Maintenance of Moisture and Reworking. Maintain the density and moisture content once all requirements in Table 2 are met. For soils with a PI greater than 15, maintain the moisture content no lower than 4 percentage points below optimum. Rework the material to obtain the specified compaction when the material loses the required stability, density, moisture, or finish. Alter the compaction methods and procedures on subsequent work to obtain specified density as directed. F. Acceptance Criteria. 1. Grade Tolerances. a. Staged Construction. Grade to within 0.1 ft. in the cross-section and 0.1 ft. in 16 ft. measured longitudinally. b. Turnkey Construction. Grade to within 1/2 in. in the cross-section and 1/2 in. in 16 ft. measured longitudinally. 2. Gradation Tolerances. When gradation requirements are shown on the plans, material is acceptable when not more than 1 of the 5 most recent gradation tests is outside the specified limits on any individual sieve by more than 5 percentage points. 3. Density Tolerances. Compaction work is acceptable when not more than 1 of the 5 most recent density tests is outside the specified density limits, and no test is outside the limits by more than 3 lb. per cubic foot. 4. Plasticity Tolerances. Material is acceptable when not more than 1 of the 5 most recent PI tests is outside the specified limit by no more than 2 points. 132.4. Measurement. Embankment will be measured by the cubic yard. Measurement will be further defined for payment as follows: A. Final. The cubic yard will be measured in its final position using the average end area method. The volume is computed between the original ground surface or the surface upon which the embankment is to be constructed and the lines, grades, and slopes of the embankment. In areas of salvaged topsoil, payment for embankment will be made in accordance with Item 160, “Topsoil.” Shrinkage or swell factors will not be considered in determining the calculated quantities. B. Original. The cubic yard will be measured in its original and natural position using the average end area method. C. Vehicle. The cubic yard will be measured in vehicles at the point of delivery. When measured by the cubic yard in its final position, this is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2, “Plans Quantity Measurement.” Additional measurements or calculations will be made if adjustments of quantities are required. Shrinkage or swell factors are the Contractor’s responsibility. When shown on the plans, factors are for informational purposes only. Measurement of retaining wall backfill in embankment areas is paid for as embankment, unless otherwise shown on plans. Limits of measurement for embankment in retaining wall areas are shown on the plans. 132.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Embankment (Final),” “Embankment (Original),” or “Embankment (Vehicle),” of the compaction method and type specified. This price is full compensation for furnishing embankment; hauling; placing, compacting, finishing, and reworking; disposal of waste material; and equipment, labor, tools, and incidentals. TxDOT-132-4 When proof rolling is directed, it will be paid for in accordance with Item 216, “Proof Rolling.” All sprinkling and rolling, except proof rolling, will not be paid for directly, but will be considered subsidiary to this Item, unless otherwise shown on the plans. Where subgrade is constructed under this contract, correction of soft spots in the subgrade will be at the Contractor’s expense. Where subgrade is not constructed under this contract, correction of soft spots in the subgrade will be paid in accordance with Article 9.4, “Payment for Extra Work.” END OF ITEM TxDOT 132 TxDOT-134-1 ITEM 134 BACKFILLING PAVEMENT EDGES 134.1. Description. Backfill pavement edges in conformance with the typical sections shown on the plans. 134.2. Materials. A. Backfill Material. Use backfill material capable of sustaining vegetation unless otherwise specified on the plans. Furnish backfill material of one of the following types: 1. Type A. Backfill secured from a source outside the right of way and according to the requirements as shown on the plans. 2. Type B. Backfill secured from within the existing right of way as shown on the plans or as directed. 3. Type C. Mulch sodding backfill secured from an approved source in accordance with Article 162.2.B, “Mulch Sod.” B. Emulsified Asphalt. Furnish the type specified on the plans and meeting the requirements of Item 300, “Asphalts, Oils, and Emulsions.” C. Fertilizer. Furnish fertilizer in accordance with Article 166.2, “Materials,” if specified on the plans. D. Water. Furnish water required for proper compaction, promotion of plant growth, or emulsion dilution in accordance with Article 168.2, “Materials.” 134.3. Construction. Haul the backfill material to the required location before placing the finish surface course unless directed otherwise. After placing the finish surface course, spread, compact, and shape the backfill material in accordance with the typical sections. A. Types A and B Backfill. After placing the finish surface course, bring the backfill material to the approved moisture content. Shape to the lines and grades shown on the plans, and compact as directed. After compacting the backfill, blade the roadway side-slopes to a smooth surface. B. Type C Backfill. Place mulch sod in a uniform windrow, and keep moist as directed. After placing the finish surface course, cultivate the area to receive mulch sod to a depth of 4 in. Blade and shape the mulch sod across the area in varying depths as shown on the typical sections to produce a smooth and uniform slope. Roll with a light roller or other suitable equipment. After applying fertilizer, moisten to the maximum depth of the backfill as directed. C. Fertilizer. When fertilizer is specified on the plans, after final finishing of the backfill material, distribute the fertilizer uniformly in accordance with Article 166.3, “Construction.” After applying fertilizer, moisten to a depth of 4in. or to the maximum depth of the backfill, whichever is less. D. Emulsified Asphalt. When specified on the plans, after final finishing of the backfill material, apply the emulsified asphalt mixture in accordance with Article 314.4, “Construction,” at the specified amount and rate of application as shown on the plans. 134.4. Measurement. This Item will be measured by the 100-ft. station along the baseline of each roadbed. 134.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Backfill” of the type specified. This price is full compensation for furnishing the emulsified asphalt, water, fertilizer, and backfill material; and for equipment, labor, materials, tools, and incidentals. END OF ITEM TxDOT 134 TxDOT-160-1 ITEM 160 TOPSOIL 160.1. Description. Furnish and place topsoil to the depths and on the areas shown on the plans. 160.2. Materials. Use easily cultivated, fertile topsoil that is free from objectionable material, has a high resistance to erosion, and is able to support plant growth. Obtain topsoil from the right of way at sites of proposed excavation or embankment when specified on the plans, or as directed. Secure additional topsoil, if necessary, from approved sources outside the right of way in accordance with the requirements of Article 7.19, “Preservation of Cultural and Natural Resources and the Environment.” Ensure that the topsoil obtained from sites outside the right of way has a pH of 5.5 to 8.5. Topsoil is subject to testing by the Engineer. Use water that is clean and free of industrial wastes and other substances harmful to the growth of vegetation. 160.3. Construction. Remove and dispose of objectionable material from the topsoil source before beginning the work. Stockpile topsoil, when necessary, in a windrow at designated locations along the right of way line or as directed. Keep source and stockpile areas drained during the period of topsoil removal and leave them in a neat condition when removal is complete. Before placing topsoil, cultivate the area to a depth of 4 in. Spread the topsoil to a uniform loose cover at the thickness specified. Place and shape the topsoil as directed. Water and roll the topsoil with a light roller or other suitable equipment. 160.4. Measurement. This Item will be measured by the 100-ft. station along the baseline of each roadbed, by the square yard complete in place, or by the cubic yard in vehicles at the point of delivery. 160.5. Payment. The work performed and the materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Furnishing and Placing Topsoil” of the depth specified on the plans (except for measurement by the cubic yard). This price is full compensation for securing necessary sources and royalties; furnishing topsoil; excavation, loading, hauling, stockpiling and placing; watering; rolling; and equipment, labor, materials, tools, and incidentals. Limits of excavation and embankment for payment are shown in Figure 1. TxDOT-160-2 Figure 1 Roadway cross sections showing payment for excavation and embankment. END OF ITEM TxDOT 160 TxDOT 160 MOD-1 Modifications for Item TxDOT 160 Topsoil The standard specifications of Item TxDOT 160, Topsoil, shall be modified and superseded as follows. The section numbers shown correspond to the section numbers in the specifications. 160.1 Add the following: The removal and stockpiling of topsoil shall also be included in this specification. The top 4 inches of existing soil materials will be considered natural topsoil. 160.3 Delete the entire section and replace with the following: A. General. Areas to be topsoiled shall be shown on the plans. If topsoil is available on the site, the location of the stockpiles or areas to be stripped of topsoil and the stripping depths shall be shown on the plans. Suitable equipment necessary for proper preparation and treatment of the ground surface, stripping of topsoil, and for the handling and placing of all required materials shall be on hand, in good condition, and approved by the Engineer before the various operations are started. Prior to beginning any grading operations, the existing topsoil material shall be salvaged by stripping the existing material to a depth of 4 inches. If, at the time of excavation or stripping, the topsoil cannot be placed in its proper and final section of finished construction, the Contractor shall stockpile all removed topsoil at a location shown on the plans or otherwise identified by the Engineer. Stockpiles shall not be placed in a manner to penetrate any approach surfaces. Coordinate with Engineer for the allowable location and height of all stockpiles. Stockpiles shall not be placed within any runway or taxiway safety areas and shall not be placed on areas that subsequently will require any excavation or embankment or that will impact airport operations. If, in the judgment of the Engineer, it is practical to place the salvaged topsoil at the time of excavation or stripping, the material shall be placed in its final position without stockpiling or further rehandling. Upon completion of grading, reinstall topsoil in all disturbed areas. If amounts of existing topsoil materials stockpiled by the Contractor prove to be insufficient for the needs of the project, the Contractor shall obtain additional topsoil as specified in section 3.3. If after all topsoil has been installed in the required areas, any stockpiled topsoil remaining shall be placed in a location specified by the Engineer at no direct pay. The Contractor shall apply topsoil after the grading is complete as construction progresses and not wait until all grading for the entire project is complete. B. Preparing the Ground Surface. Immediately prior to dumping and spreading the topsoil on any area, the surface shall be loosened by discs or spike-tooth harrows, or by other means approved by the Engineer, to a minimum depth of 2 inches (50 mm) to facilitate bonding of the topsoil to the covered subgrade soil. The surface of the area to be topsoiled shall be cleared of all stones larger than 2 inches (50 mm) in any diameter and all litter or other material which may be detrimental to proper bonding, the rise of capillary moisture, or the proper growth of the desired planting. Limited areas, as shown on the plans, which are too compact to respond to these operations shall receive special scarification. Grades on the area to be topsoiled, which have been established by others as shown on the plans, shall be maintained in a true and even condition. Where grades have not been established, the areas shall be smooth-graded and the surface left at the prescribed grades in an TxDOT 160 MOD-2 even and properly compacted condition to prevent, insofar as practical, the formation of low places or pockets where water will stand. C. Obtaining Topsoil. When suitable topsoil is available on the site, the Contractor shall remove this material from the designated areas and to the depth as directed by the Engineer. The topsoil shall be spread on areas already tilled and smooth-graded, or stockpiled in areas approved by the Engineer. Any topsoil that has been stockpiled on the site, and is required for topsoiling purposes, shall be removed and placed by the Contractor. The sites of all stockpiles and areas adjacent thereto which have been disturbed by the Contractor shall be graded if required and put into a condition acceptable for seeding. D. Placing Topsoil. Topsoil will be required to bring the finished grade directly adjacent to the proposed edge of pavement as shown on the plans. Topsoil will also be required to a uniform depth of 4 inches after compaction of all fill areas and in areas where seeding and fertilizer is to be applied. The topsoil shall be evenly spread to all proposed areas to be graded as shown on the plans. Spreading shall not be done when the ground or topsoil is frozen, excessively wet, or otherwise in a condition detrimental to the work. Spreading shall be carried on so that turfing operations can proceed with a minimum of soil preparation or tilling. After spreading, any large, stiff clods and hard lumps shall be broken with a pulverizer or by other effective means, and all stones or rocks (2 inches or more in diameter), roots, litter, or any foreign matter shall be raked up and disposed of by the Contractor. After spreading is completed, the topsoil shall be lightly rolling until the topsoil has been lightly packed and will not be subject to displacement. The compacted topsoil surface shall conform to the required lines, grades, and cross sections as to prevent the ponding of water. Any topsoil or other dirt falling upon pavements as a result of hauling or handling of topsoil shall be promptly removed. The Contractor will be responsible for repairing any erosion, which occurs in the topsoiled areas until a firm stand of grass has been established, in accordance with Item TxDOT 164, Seeding for Erosion Control, at no additional cost to the Owner. 160.4 Delete the entire section and replace with the following: This item shall be measured to include everything under this specification as a lump sum. 160.5 Delete entire section and replace with the following: Payment will be made at the contract unit price for the items as listed below. Payment will be made under: TxDOT 160-5.1 Furnish and Install 4” Topsoil on Disturbed Areas Per lump sum END OF ITEM TxDOT 160 MOD TxDOT-162-1 ITEM 162 SODDING FOR EROSION CONTROL 162.1. Description. Provide and install grass sod as shown on the plans or as directed. 162.2. Materials. Use live, growing grass sod of the type specified on the plans. Use grass sod with a healthy root system and dense matted roots throughout the soil of the sod for a minimum thickness of 1 in. Do not use sod from areas where the grass is thinned out. Keep sod material moist from the time it is dug until it is planted. Grass sod with dried roots is unacceptable. A. Block Sod. Use block sod free from noxious weeds, Johnson grass, other grasses, or any matter deleterious to the growth and subsistence of the sod. B. Mulch Sod. Use mulch sod from an approved source, free from noxious weeds, Johnson grass, other grasses, or any matter deleterious to the growth and subsistence of the sod. C. Fertilizer. Furnish fertilizer in accordance with Article 166.2, “Materials.” D. Water. Furnish water in accordance with Article 168.2, “Materials.” E. Mulch. Use straw mulch consisting of oat, wheat or rice straw or hay mulch of either Bermudagrass or prairie grasses. Use straw or hay mulch free of Johnson grass and other noxious and foreign materials. Keep the mulch dry and do not use molded or rotted material. F. Tacking Methods. Use a tacking agent applied in accordance with the manufacturer’s recommendations or a crimping method on all straw or hay mulch operations. Tacking agents must be approved before use, or may be specified on the plans. 162.3. Construction. Cultivate the area to a depth of 4 in. before placing the sod. Plant the sod specified and mulch, if required, after the area has been completed to lines and grades as shown on the plans. Apply fertilizer uniformly over the entire area in accordance with Article 166.3, “Construction,” and water in accordance with Article 168.3, “Construction.” Plant between the average date of the last freeze in the spring and 6 weeks prior to the average date for the first freeze in the fall according to the Texas Almanac for the project area. A. Sodding Types. 1. Spot Sodding. Use only Bermudagrass sod. Create furrows parallel to the roadway, approximately 5 in. deep and on 18-inch centers. Sod a continuous row not less than 3 in. wide in the 2 furrows adjacent to the roadway. Place 3-inch squares of sod on 15-inch centers in the remaining furrows. Place sod so that the root system will be completely covered by the soil. Firm all sides of the sod with the soil without covering the sod with soil. 2. Block Sodding. Place sod blocks over the prepared area. Roll or tamp the sodded area to form a thoroughly compacted, solid mat filling all voids in the sodded area with additional sod. Keep sod along edges of curbs, driveways, walkways, etc., trimmed until acceptance. 3. Mulch Sodding. Mow sod to no shorter than 4 in., and rake and remove cuttings. Disk the sod source in 2 directions, cutting the sod to a minimum of 4 in. Excavate the sod material to a depth of no more than 6 in. Keep excavated material moist or it will be rejected. Distribute the mulch sod uniformly over the area to a depth of 6 in. loose, unless otherwise shown on the plans, and roll with a light roller or other suitable equipment. Add or reshape the mulch sod to meet the requirements of Section 162.3.B, “Finishing.” B. Finishing. Smooth and shape the area after planting to conform to the desired cross sections. Spread any excess soil uniformly over adjacent areas or dispose of the excess soil as directed. C. Straw or Hay Mulch. Apply straw or hay mulch for “Spot Sodding” and “Mulch Sodding” uniformly over the area as shown on the plans. Apply straw mulch at 2 to 2-1/2 tons per acre. Apply hay mulch at 1-1/2 to 2 tons per acre. Use a tacking method over the mulched area. TxDOT-162-2 162.4. Measurement. “Spot Sodding,” “Block Sodding,” and “Straw or Hay Mulch” will be measured by the square yard in its final position. “Mulch Sodding” will be measured by the square yard in its final position or by the cubic yard in vehicles as delivered to the planting site. 162.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Spot Sodding,” “Block Sodding,” “Straw or Hay Mulch,” or “Mulch Sodding.” This price is full compensation for securing a source, excavation, loading, hauling, placing, rolling, finishing, furnishing materials, equipment, labor, tools, supplies, and incidentals. Fertilizer will not be paid for directly but will be subsidiary to this Item. Unless otherwise specified on the plans, water, except for that used for maintaining and preparing the sod before planting, will be measured and paid for in accordance with Item 168, “Vegetative Watering.” END OF ITEM TxDOT 162 TxDOT-204-1 ITEM 204 SPRINKLING 204.1. Description. Apply water for dust control, earthwork, or base construction. 204.2. Materials. Furnish water free of industrial wastes and other objectionable matter. 204.3. Equipment. Use sprinklers and spray bars equipped with positive and rapidly working cut-off valves. 204.4. Construction. Apply water at a uniform rate and in the required quantity, or as directed. 204.5. Measurement. This Item will be measured by the 1,000 gal. applied. 204.6. Payment. Unless sprinkling is specified as a pay item, the work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. When sprinkling is specified on the plans as a pay item, the work performed and water furnished will be paid for at the unit price bid for “Sprinkling (Base),” “Sprinkling (Earthwork),” or “Sprinkling (Dust Control).” This price is full compensation for furnishing and applying water; furnishing and operating sprinklers and measuring devices; and hauling, equipment, labor, fuel, materials, tools, and incidentals. END OF ITEM TxDOT 204 TxDOT-210-1 ITEM 210 ROLLING 210.1. Description. Compact embankment, subgrade, base, surface treatments, broken concrete pavement, or asphalt pavement using rollers. Break up asphalt mats, pit run material, or base materials. 210.2. Equipment. The Contractor may use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. When specific types of equipment are required, use equipment that meets the requirements of this Article. The Engineer may allow the use of rollers that operate in one direction only when turning does not affect the quality of work or encroach on traffic. Table 1 Roller Requirements1 Roller Type Materials to be Compacted Load (tons) Contact Pressure Roller Speed (mph) Steel wheel Embankment, subgrade, base, asphalt concrete ≥ 10 ≥ 325 lb. per linear inch of wheel width 2–3 Tamping Embankment, subgrade, base – 125–550 psi per tamping foot 2–3 Heavy tamping Embankment, subgrade, base – ≤ 550 psi per tamping foot 2–3 Vibratory Embankment, subgrade, base, asphalt concrete Type A < 6 Type B > 6 Type C as shown on plans Per equipment specification and as approved As approved Light pneumatic Embankment, subgrade, base, surface treatment 4.5–9.0 ≥ 45 psi 2–6 Asphalt Concrete 4–12 Medium pneumatic Same as light pneumatic 12–25 ≥ 80 psi, as directed Same as light pneumatic Heavy pneumatic Embankment, subgrade, base, previously broken concrete pavement, other pavements ≥ 25 ≤ 150 psi 2–6 Grid Embankment, base, breaking up existing asphalt mats or base 5–13 – 2–3 1. Unless otherwise specified in the Contract. A. Static Steel Wheel Rollers. Furnish single, double, or triple steel wheel, self-propelled power rollers weighing at least 10 tons capable of operating in a forward and backward motion. Ensure all wheels are flat. When static steel wheel rollers are required, vibratory rollers in the static mode may be used. For single steel wheel rollers, pneumatic rear wheels are allowed for embankment, subgrade, and base. For triple steel wheel rollers, provide rear wheels with a minimum diameter of 48 in., a minimum width of 20 in., and a minimum compression of 325 lb. per inch of wheel width. TxDOT-210-2 B. Tamping Rollers. Furnish self-propelled rollers with at least 1 self-cleaning metal tamping drum capable of operating in a forward or backward motion with a minimum effective rolling width of 5 ft. For rollers with more than 1 drum, mount drums in a frame so that each drum moves independently of the other. Operate rollers in static or vibratory mode. 1. Tamping Roller (Minimum Requirement). For all tamping rollers except for heavy tamping rollers, provide tamping feet that exert a static load of 125 to 550 psi and project at least 3 in. from the surface of the drum. 2. Heavy Tamping Roller. Provide tamping rollers that have: • 2 metal tamping drums, rolls, or shells, each with a 60-in. minimum diameter and a 5-ft. minimum width, or • 1 rear and 2 forward drums, each with a 60-in. minimum diameter. Arrange drums so that the rear drum compacts the space between the 2 forward drums and the minimum overall rolling width is 10 ft. Equip drums with tamping feet that: • project at least 7 in. from the drum surface, • have an area of 7 to 21 sq. in., • are self-cleaning, • exert a static load of at least 550 psi, and • are spaced at 1 tamping foot per 0.65 to 0.70 sq. ft. of drum area. C. Vibratory Rollers. Furnish self-propelled rollers with at least 1 drum equipped to vibrate. Select and maintain amplitude and frequency settings per manufacturer’s specifications to deliver maximum compaction without material displacement or shoving, as approved. Furnish the equipment manufacturer’s specifications concerning settings and controls for amplitude and frequency. Operate rollers at speeds that will produce at least 10 blows per foot unless otherwise shown on the plans or approved. Pneumatic rear wheels are allowed for embankment, subgrade, and base. Equip each vibrating drum with: • separate frequency and amplitude controls, • controls to manually start and stop vibration, and • a mechanism to continuously clean the face of the drum. For asphalt-stabilized base and asphalt concrete pavement, furnish a roller that also has the ability to: • automatically reverse the direction of the rotating eccentric weight, • stop vibration before the motion of the roller stops, and • thoroughly moisten the drum with water or approved asphalt release agent. 1. Drum (Type A). Furnish a roller with a static weight less than 6 tons and a vibratory drum. 2. Drum (Type B). Furnish a roller with a minimum static weight of 6 tons and a vibratory drum. 3. Drum (Type C). Furnish a roller as shown on plans. D. Pneumatic Tire Rollers. Pneumatic tire rollers consist of rubber tire wheels on axles mounted in a frame with either a loading platform or body suitable for ballast loading. Arrange the rear tires to cover the gaps between adjacent tires of the forward group. Furnish rollers capable of forward and backward motion. Compact asphalt pavements and surface treatments with a roller equipped with smooth-tread tires. Compact without damaging the surface. When necessary, moisten the wheels with water or an approved asphalt release agent. Select and maintain the operating load and tire air pressure within the range of the manufacturer’s charts or tabulations to attain maximum compaction throughout the lift, as approved. Furnish the manufacturer’s chart or tabulations showing the contact areas and contact pressures for the full range of tire inflation pressures and for the full range of loadings for the particular tires furnished. Maintain individual tire inflation pressures within 5 psi of each other. Provide uniform compression under all tires. 1. Light Pneumatic Tire. Furnish a unit: • with at least 9 pneumatic tires, • with an effective rolling width of approximately 5 ft., • capable of providing a total uniform load of 4.5 to 9 tons, and • with tires capable of maintaining a minimum ground contact pressure of 45 psi. 2. Medium Pneumatic Tire. Furnish a unit: • with at least 7 pneumatic tires, TxDOT-210-3 • with an effective rolling width of approximately 7 ft., • capable of providing a total uniform load of 12 to 25 tons, and • with tires capable of maintaining a minimum ground contact pressure of 80 psi or 90 psi as directed. 3. Heavy Pneumatic Tire. Furnish a unit: • with at least 4 pneumatic-tired wheels mounted on axles carrying at most 2 wheels, • with wheels arranged to carry approximately equal loads on uneven surfaces, • with a width between 8 and 10 ft. that can turn 180° in the crown width, • capable of providing a total uniform load of at least 25 tons, • with tires capable of maintaining a maximum ground contact pressure of 150 psi, and • with liquid-filled tires inflated to such a level that liquid will flow from the valve stem when the stem is in the uppermost position. E. Grid Rollers. Furnish rollers that have 2 cylindrical cages with a minimum diameter of 66 in. and a minimum width of 32 in. Mount cages in a rigid frame with weight boxes. Use a cage surface of cast or welded steel fabric grid with bars 1-1/2 in. wide, spaced on 5-in. centers in each direction, that undulate approximately 1 in. between the high and low points. Furnish rollers capable of providing a total load of 5 to 13 tons and capable of being operated in a forward or backward motion. F. Alternate Equipment. Instead of the specified equipment, the Contractor may, as approved, operate other compaction equipment that produces equivalent results. Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. 210.3. Construction. Perform this work in accordance with the applicable Items using equipment and roller speeds specified in Table 1. Use only rubber-tired equipment to push or pull compaction equipment on base courses. Use equipment that does not damage material being rolled. 210.4. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. END OF ITEM TxDOT 210 TxDOT-260-1 ITEM 260 LIME TREATMENT (ROAD-MIXED) 260.1. Description. Mix and compact lime, water, and subgrade or base (with or without asphaltic concrete pavement) in the roadway. 260.2. Materials. Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. Obtain verification from the Engineer that the specification requirements are met before using the sources. The Engineer may sample and test project materials at any time before compaction. Use Tex-100-E for material definitions. A. Lime. Furnish lime that meets the requirements of DMS-6350 “Lime and Lime Slurry,” and DMS-6330, “Lime Sources Prequalification of Hydrated Lime and Quicklime.” Use hydrated lime, commercial lime slurry, or quicklime, as shown on the plans. When furnishing quicklime, provide it in bulk. B. Flexible Base. Furnish base material that meets the requirements of Item 247, “Flexible Base,” for the type and grade shown on the plans, before the addition of lime. C. Water. Furnish water free of industrial wastes and other objectionable material. D. Asphalt. When asphalt or emulsion is permitted for curing purposes, furnish materials that meet the requirements of Item 300, “Asphalts, Oils, and Emulsions,” as shown on the plans or as directed. E. Mix Design. The Engineer will determine the target lime content and optimum moisture content in accordance with Tex-121-E or prior experience with the project materials. The Contractor may propose a mix design developed in accordance with Tex-121-E. The Engineer will use Tex-121-E to verify the Contractor’s proposed mix design before acceptance. Reimburse the Department for subsequent mix designs or partial designs necessitated by changes in the material or requests by the Contractor. When treating existing materials, limit the amount of asphalt concrete pavement to no more than 50% of the mix unless otherwise shown on the plans or directed. 260.3. Equipment. Provide machinery, tools, and equipment necessary for proper execution of the work. Provide rollers in accordance with Item 210, “Rolling.” Provide proof rollers in accordance with Item 216, “Proof Rolling,” when required. A. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. B. Slurry Equipment. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. The Engineer may approve other slurrying methods. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. Equip the distributor truck with a sampling device in accordance with Tex-600-J, Part I, when using commercial lime slurry. C. Pulverization Equipment. Provide pulverization equipment that: • cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, • provides a visible indication of the depth of cut at all times, and • uniformly mixes the materials. 260.4. Construction. Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. A. Preparation of Subgrade or Existing Base for Treatment. Before treating, remove existing asphalt concrete pavement in accordance with Item 105, “Removing Stabilized Base and Asphalt Pavement,” when shown on the plans or as directed. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the plans and as directed. When shown on the plans or directed, proof roll the roadbed in accordance with Item 216, “Proof Rolling,” before pulverizing or scarifying existing material. Correct soft spots as directed. TxDOT-260-2 When new base material is required to be mixed with existing base, deliver, place, and spread the new material in the required amount per station. Manipulate and thoroughly mix new base with existing material to provide a uniform mixture to the specified depth before shaping. B. Pulverization. Pulverize or scarify existing material after shaping so that 100% passes a 2-1/2-in. sieve. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to plan depth. C. Application of Lime. Uniformly apply lime using dry or slurry placement as shown on the plans or as directed. Add lime at the percentage determined in Section 260.2.E, “Mix Design.” Apply lime only on an area where mixing can be completed during the same working day. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Suspend application when the Engineer determines that weather conditions are unsuitable. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the Engineer, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. When pebble grade quicklime is placed dry, mix the material and lime thoroughly at the time of lime application. Use of quicklime can be dangerous. Inform users of the recommended precautions for handling and storage. 1. Dry Placement. Before applying lime, bring the prepared roadway to approximately optimum moisture content. When necessary, sprinkle in accordance with Item 204, “Sprinkling.” Distribute the required quantity of hydrated lime or pebble grade quicklime with approved equipment. Only hydrated lime may be distributed by bag. Do not use a motor grader to spread hydrated lime. 2. Slurry Placement. Provide slurry free of objectionable materials, at or above the approved minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application. Deliver commercial lime slurry to the jobsite or prepare lime slurry at the jobsite or other approved location by using hydrated lime or quicklime, as specified. Distribute slurry uniformly by making successive passes over a measured section of roadway until the specified lime content is reached. Uniformly spread the residue from quicklime slurry over the length of the roadway being processed, unless otherwise directed. D. Mixing. Begin mixing within 6 hours of application of lime. Hydrated lime exposed to the open air for 6 hours or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. Thoroughly mix the material and lime using approved equipment. Allow the mixture to mellow for 1 to 4 days, as directed. When pebble grade quicklime is used, allow the mixture to mellow for 2 to 4 days, as directed. Sprinkle the treated materials during the mixing and mellowing operation, as directed, to achieve adequate hydration and proper moisture content. After mellowing, resume mixing until a homogeneous, friable mixture is obtained. After mixing, the Engineer will sample the mixture at roadway moisture and test in accordance with Tex-101-E, Part III, to determine compliance with the gradation requirements in Table 1. Table 1 Gradation Requirements (Minimum % Passing) Sieve Size Base Subgrade 1-3/4 in. 100 100 3/4 in. 85 85 No. 4 – 60 E. Compaction. Compact the mixture using density control, unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the treated material in accordance with Item 204, “Sprinkling.” Determine the moisture content of the mixture at the beginning and during compaction in accordance with Tex-103-E. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. On superelevated curves, begin rolling at the low side and progress TxDOT-260-3 toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 MPH, as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. Continue work until specification requirements are met. Rework in accordance with Section 260.4.F, “Reworking a Section.” Perform the work at no additional expense to the Department. 1. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and recompacting. 2. Density Control. The Engineer will determine roadway density of completed sections in accordance with Tex-115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. a. Subgrade. Compact to at least 95% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. b. Base. Compact the bottom course to at least 95% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. Compact subsequent courses treated under this Item to at least 98% of the maximum density determined in accordance with Tex-121-E, unless otherwise shown on the plans. F. Reworking a Section. When a section is reworked within 72 hours after completion of compaction, rework the section to provide the required density. When a section is reworked more than 72 hr. after completion of compaction, add additional lime at 25% of the percentage determined in Section 260.2.E, “Mix Design.” Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. When density control is specified, determine a new maximum density of the reworked material in accordance with Tex-121-E, and compact to at least 95% of this density. G. Finishing. Immediately after completing compaction of the final course, clip, skin, or tight-blade the surface of the lime-treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. Finish grade of constructed subgrade in accordance with Section 132.3.F.1, “Grade Tolerances.” Finish grade of constructed base in accordance with Section 247.4.D, “Finishing.” H. Curing. Cure for the minimum number of days shown in Table 2 by sprinkling in accordance with Item 204, “Sprinkling,” or by applying an asphalt material at a rate of 0.05 to 0.20 gal. per square yard as directed. Maintain moisture during curing. Upon completion of curing, maintain the moisture content in accordance with Article 132.3.E, “Maintenance of Moisture and Reworking” for subgrade and Article 247.4.E, “Curing” for bases prior to placing subsequent courses. Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. Apply seals or additional courses within 14 calendar days of final compaction. Table 2 Minimum Curing Requirements Before Placing Subsequent Courses1 Untreated Material Curing (Days) PI ≤ 35 2 PI > 35 5 1. Subject to the approval of the Engineer. Proof rolling may be required as an indicator of adequate curing. 260.5. Measurement. A. Lime. When lime is furnished in trucks, the weight of lime will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, “Weighing and Measuring Equipment.” TxDOT-260-4 When lime is furnished in bags, indicate the manufacturer’s certified weight. Bags varying more than 5% from that weight may be rejected. The average weight of bags in any shipment, as determined by weighing 10 bags taken at random, must be at least the manufacturer’s certified weight. 1. Hydrated Lime. a. Dry. Lime will be measured by the ton (dry weight). b. Slurry. Lime slurry will be measured by the ton (dry weight) of the hydrated lime used to prepare the slurry at the job site. 2. Commercial Lime Slurry. Lime slurry will be measured by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 3. Quicklime. a. Dry. Lime will be measured by the ton (dry weight) of the quicklime. b. Slurry. Lime slurry will be measured by the ton (dry weight) of the quicklime used to prepare the slurry multiplied by a conversion factor of 1.28 to give the quantity of equivalent hydrated lime, which will be the basis of payment. B. Lime Treatment. Lime treatment will be measured by the square yard of surface area. The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. 260.6. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid in accordance with Section 260.6.A, “Lime,” or Section 260.6.B, “Lime Treatment.” Furnishing and delivering new base will be paid for in accordance with Section 247.6.B, “Flexible Base (Roadway Delivery).” Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will be paid for in accordance with Section 260.6.B, “Lime Treatment.” Removal and disposal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.2, “Changes in the Work.” Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, “Proof Rolling.” Where subgrade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor’s expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be paid for in accordance with pertinent Items or Article 4.2, “Changes in the Work.” Asphalt used solely for curing will not be paid for directly, but will be subsidiary to this Item. Asphalt placed for curing and priming will be paid for under Item 310, “Prime Coat.” A. Lime. Lime will be paid for at the unit price bid for “Lime” of one of the following types: • Hydrated Lime (Dry), • Hydrated Lime (Slurry), • Commercial Lime Slurry, • Quicklime (Dry), or • Quicklime (Slurry). This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. Lime used for reworking a section in accordance with Section 260.4.F, “Reworking a Section,” will not be paid for directly but will be subsidiary to this Item. B. Lime Treatment. Lime treatment will be paid for at the unit price bid for “Lime Treatment (Existing Material),” “Lime Treatment (New Base),” or “Lime Treatment (Mixing Existing Material and New Base),” for the depth specified. No payment will be made for thickness or width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, providing lime, spreading, applying lime, compacting, finishing, curing, curing materials, blading, shaping and maintaining, replacing, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. END OF ITEM TxDOT 260 TxDOT-360-1 ITEM 360 CONCRETE PAVEMENT 360.1. Description. Construct hydraulic cement concrete pavement with or without curbs on the concrete pavement. 360.2. Materials. A. Hydraulic Cement Concrete. Provide hydraulic cement concrete in accordance with Item 421, “Hydraulic Cement Concrete,” except that strength over-design is not required. Provide Class P concrete designed to meet a minimum average flexural strength of 570 psi or a minimum average compressive strength of 3,500 psi at 7 days or a minimum average flexural strength of 680 psi or a minimum average compressive strength of 4,400 psi at 28 days. Test in accordance with Tex-448-A or Tex-418-A. When shown on the plans or allowed, provide Class HES concrete for very early opening of small pavement areas or leave-outs to traffic. Design Class HES to meet the requirements of Class P and a minimum average flexural strength of 400 psi or a minimum average compressive strength of 2,600 psi in 24 hr., unless other early strength and time requirements are shown on the plans or allowed. No strength over-design is required. Type III cement is allowed for Class HES concrete. Use Class A or P concrete for curbs that are placed separately from the pavement. Provide concrete that is workable and cohesive, possesses satisfactory finishing qualities, and conforms to the mix design and mix design slump. B. Reinforcing Steel. Provide Grade 60 deformed steel for bar reinforcement in accordance with Item 440, “Reinforcing Steel.” Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection when shown on the plans. 1. Dowels. Provide smooth, straight dowels of the size shown on the plans, free of burrs, and conforming to the requirements of Item 440, “Reinforcing Steel.” Coat dowels with a thin film of grease or other approved de-bonding material. Provide dowel caps on the lubricated end of each dowel bar used in an expansion joint. Provide dowel caps filled with a soft compressible material with enough range of movement to allow complete closure of the expansion joint. 2. Tie Bars. Provide straight deformed steel tie bars. Provide either multiple-piece tie bars or single-piece tie bars as shown on the plans. Provide multiple-piece tie bars composed of 2 pieces of deformed reinforcing steel with a coupling capable of developing a minimum tensile strength of 125% of the design yield strength of the deformed steel when tensile-tested in the assembled configuration. Provide a minimum length of 33 diameters of the deformed steel in each piece. Use multiple-piece tie bars from the list of “Prequalified Multiple Piece Tie Bar Producers” maintained by the Construction Division, or submit samples for testing in accordance with Tex-711-I. C. Curing Materials. Provide Type 2 membrane curing compound conforming to DMS-4650, “Hydraulic Cement Concrete Curing Materials and Evaporation Retardants.” Provide SS-1 emulsified asphalt conforming to Item 300, “Asphalts, Oils, and Emulsions,” for concrete pavement to be overlayed with asphalt concrete under this Contract unless otherwise shown on the plans or approved. Provide materials for other methods of curing conforming to the requirements of Item 420, “Concrete Structures.” D. Epoxy. Provide Type III epoxy in accordance with DMS-6100, “Epoxies and Adhesives,” for installing all drilled-in reinforcing steel. E. Evaporation Retardant. Provide evaporation retardant conforming to DMS-4650, “Hydraulic Cement Concrete Curing Materials and Evaporation Retardants.” F. Joint Sealants and Fillers. Provide Class 5 or Class 8 joint-sealant materials and fillers unless otherwise shown on the plans or approved and other sealant materials of the size, shape, and type shown on the plans in accordance with DMS-6310, “Joint Sealants and Fillers.” TxDOT-360-2 360.3. Equipment. Furnish and maintain all equipment in good working condition. Use measuring, mixing, and delivery equipment conforming to the requirements of Item 421, “Hydraulic Cement Concrete.” Obtain approval for other equipment used. A. Placing, Consolidating, and Finishing Equipment. Provide approved self-propelled paving equipment that uniformly distributes the concrete with minimal segregation and provides a smooth machine-finished consolidated concrete pavement conforming to plan line and grade. Provide an approved automatic grade control system on slip-forming equipment. Provide approved mechanically operated finishing floats capable of producing a uniformly smooth pavement surface. Provide equipment capable of providing a fine, light water fog mist. Provide mechanically operated vibratory equipment capable of adequately consolidating the concrete. Provide immersion vibrators on the paving equipment at sufficiently close intervals to provide uniform vibration and consolidation of the concrete over the entire width and depth of the pavement and in accordance with the manufacturer’s recommendations. Provide immersion vibrator units that operate at a frequency in air of at least 8,000 cycles per minute. Provide enough hand-operated immersion vibrators for timely and proper consolidation of the concrete along forms, at joints and in areas not covered by other vibratory equipment. Surface vibrators may be used to supplement equipment-mounted immersion vibrators. Provide tachometers to verify the proper operation of all vibrators. For small or irregular areas or when approved, the paving equipment described in this Section is not required. B. Forming Equipment. 1. Pavement Forms. Provide metal side forms of sufficient cross-section, strength, and rigidity to support the paving equipment and resist the impact and vibration of the operation without visible springing or settlement. Use forms that are free from detrimental kinks, bends, or warps that could affect ride quality or alignment. Provide flexible or curved metal or wood forms for curves of 100-ft. radius or less. 2. Curb Forms. Provide curb forms for separately placed curbs that are not slipformed that conform to the requirements of Item 529, “Concrete Curb, Gutter, and Combined Curb and Gutter.” C. Reinforcing Steel Inserting Equipment. Provide inserting equipment that accurately inserts and positions reinforcing steel in the plastic concrete parallel to the profile grade and horizontal alignment in accordance to plan details. D. Texturing Equipment. 1. Carpet Drag. Provide a carpet drag mounted on a work bridge or a moveable support system. Provide a single piece of carpet of sufficient transverse length to span the full width of the pavement being placed and adjustable so that a sufficient longitudinal length of carpet is in contact with the concrete being placed to produce the desired texture. Obtain approval to vary the length and width of the carpet to accommodate specific applications. Use an artificial grass-type carpet having a molded polyethylene pile face with a blade length of 5/8 in. to 1 in., a minimum weight of 70 oz. per square yard, and a strong, durable, rot- resistant backing material bonded to the facing. 2. Tining Equipment. Provide a self-propelled transverse metal tine device equipped with 4-in. to 6-in. steel tines and with cross-section approximately 1/32 in. thick by 1/12 in. wide, spaced at 1 in., center-to-center. Hand-operated tining equipment that produces an equivalent texture may be used only on small or irregularly shaped areas or, when permitted, in emergencies due to equipment breakdown. E. Curing Equipment. Provide a self-propelled machine for applying membrane curing compound using mechanically pressurized spraying equipment with atomizing nozzles. Provide equipment and controls that maintain the required uniform rate of application over the entire paving area. Provide curing equipment that is independent of all other equipment when production rates are such that the first application of membrane curing compound cannot be accomplished immediately after texturing and after free moisture has disappeared. Hand- operated pressurized spraying equipment with atomizing nozzles may only be used on small or irregular areas or, when permitted, in emergencies due to equipment breakdown. F. Sawing Equipment. Provide power-driven concrete saws to saw the joints shown on the plans. Provide standby power-driven concrete saws during concrete sawing operations. Provide adequate illumination for nighttime sawing. G. Grinding Equipment. When required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture concrete pavement using circular diamond blades. Provide equipment with TxDOT-360-3 automatic grade control capable of grinding at least a 3-ft. width longitudinally in each pass without damaging the concrete. H. Testing Equipment. Provide testing equipment regardless of job-control testing responsibilities in accordance with Item 421, “Hydraulic Cement Concrete,” unless otherwise shown in the plans or specified. I. Coring Equipment. When required, provide coring equipment capable of extracting cores in accordance with the requirements of Tex-424-A. J. Miscellaneous Equipment. Furnish both 10-ft. and 15-ft. steel or magnesium long-handled standard straightedges. Furnish enough work bridges, long enough to span the pavement, for finishing and inspection operations. Furnish date stencils to impress pavement placement dates into the fresh concrete, with numerals approximately 2 in. high by 1 in. wide by 1/4 in. deep. 360.4. Construction. Obtain approval for adjustments to plan grade-line to maintain thickness over minor subgrade or base high spots while maintaining clearances and drainage. Maintain subgrade or base in a smooth, clean, compacted condition in conformity with the required section and established grade until the pavement concrete is placed. Keep subgrade or base damp with water sufficiently in advance of placing pavement concrete. Adequately light the active work areas for all nighttime operations. Provide and maintain tools and materials to perform testing. A. Paving and Quality Control Plan. Submit a paving and quality control plan for approval before beginning pavement construction operations. Include details of all operations in the concrete paving process, including longitudinal construction joint layout, sequencing, curing, lighting, early opening, leave-outs, sawing, inspection, testing, construction methods, other details and description of all equipment. List certified personnel performing the testing. Submit revisions to the paving and quality control plan for approval. B. Job-Control Testing. Unless otherwise shown on the plans, perform all fresh and hardened concrete job- control testing at the specified frequency. Provide job-control testing personnel meeting the requirements of Item 421, “Hydraulic Cement Concrete.” Provide and maintain testing equipment, including strength testing equipment at a location acceptable to the Engineer. Use of a commercial laboratory is acceptable. Maintain all testing equipment calibrated in accordance with pertinent test methods. Make strength-testing equipment available to the Engineer for verification testing. Provide the Engineer the opportunity to witness all tests. The Engineer may require a retest if not given the opportunity to witness. Furnish a copy of all test results to the Engineer daily. Check the first few concrete loads for slump, air, and temperature on start-up production days to check for concrete conformance and consistency. Sample and prepare strength test specimens (2 specimens per test) on the first day of production and for each 3,000 sq. yd. or fraction thereof of concrete pavement thereafter. Prepare at least 1 set of strength-test specimens for each production day. Perform slump, air, and temperature tests each time strength specimens are made. Monitor concrete temperature to ensure that concrete is consistently within the temperature requirements. The Engineer will direct random job-control sampling and testing. Immediately investigate and take corrective action as approved if any Contractor test result, including tests performed for verification purposes, does not meet specification requirements. When job-control testing by the Contractor is waived by the plans, the Engineer will perform the testing; however, this does not waive the Contractor’s responsibility for providing materials and work in accordance with this Item. 1. Job-Control Strength. Unless otherwise shown on the plans or permitted by the Engineer, use 7-day job- control concrete strength testing in accordance with Tex-448-A or Tex-418-A. For 7-day job-control by flexural strength, use a flexural strength of 520 psi or a lower job-control strength value proven to meet a 28-day flexural strength of 680 psi as correlated in accordance with Tex-427-A. For 7-day job-control by compressive strength, use a compressive strength of 3,200 psi or a lower job-control strength value proven to meet a 28-day compressive strength of 4,400 psi as correlated in accordance with Tex-427-A. Job control of concrete strength may be correlated to an age other than 7 days in accordance with Tex-427-A when approved. Job-control strength of Class HES concrete is based on the required strength and time. When a job-control concrete strength test value is more than 10% below the required job-control strength or when 3 consecutive job-control strength values fall below the required job-control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible TxDOT-360-4 problem areas to determine the cause. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job-control strength is more than 15% below the required job-control strength, the Engineer will evaluate the structural adequacy of the pavements. When directed, remove and replace pavements found to be structurally inadequate at no additional cost. 2. Split-Sample Verification Testing. Perform split-sample verification testing with the Engineer on random samples taken and split by the Engineer at a rate of at least 1 for every 10 job-control samples. The Engineer will evaluate the results of split-sample verification testing. Immediately investigate and take corrective action as approved when results of split-sample verification testing differ more than the allowable differences shown in Table 1, or when the average of 10 job-control strength results and the Engineer’s split-sample strength result differ by more than 10%. Table 1 Verification Testing Limits Test Method Allowable Differences Temperature, Tex-422-A 2°F Slump, Tex-415-A 1 in. Air content, Tex-414-A or Tex-416-A 1% Flexural strength, Tex-448-A 19% Compressive strength, Tex-418-A 10% C. Reinforcing Steel and Joint Assemblies. Accurately place and secure in position all reinforcing steel as shown on the plans. Place dowels at mid-depth of the pavement slab, parallel to the surface. Place dowels for transverse contraction joints parallel to the pavement edge. Tolerances for location and alignment of dowels will be shown on the plans. Stagger the longitudinal reinforcement splices to avoid having more than 1/3 of the splices within a 2-ft. longitudinal length of each lane of the pavement. Use multiple-piece tie bars or drill and epoxy grout tie bars at longitudinal construction joints. Verify that tie bars that are drilled and epoxied into concrete at longitudinal construction joints develop a pullout resistance equal to a minimum of 3/4 of the yield strength of the steel after 7 days. Test 15 bars using ASTM E 488, except that alternate approved equipment may be used. All 15 tested bars must meet the required pullout strength. If any of the test results do not meet the required minimum pullout strength, perform corrective measures to provide equivalent pullout resistance. Repair damage from testing. Acceptable corrective measures include but are not limited to installation of additional or longer tie bars. 1. Manual Placement. Secure reinforcing bars at alternate intersections with wire ties or locking support chairs. Tie all splices with wire. 2. Mechanical Placement. If mechanical placement of reinforcement results in steel misalignment or improper location, poor concrete consolidation, or other inadequacies, complete the work using manual methods. D. Joints. Install joints as shown on the plans. Joint sealants are not required on concrete pavement that is to be overlaid with asphaltic materials. Clean and seal joints in accordance with Item 438, “Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks).” Repair excessive spalling of the joint saw groove using an approved method before installing the sealant. Seal all joints before opening the pavement to all traffic. When placing of concrete is stopped, install a rigid transverse bulkhead, accurately notched for the reinforcing steel and shaped accurately to the cross-section of the pavement. 1. Placing Reinforcement at Joints. Where the plans require an assembly of parts at pavement joints, complete and place the assembly at the required location and elevation with all parts rigidly secured in the required position. Accurately notch joint materials for the reinforcing steel. 2. Transverse Construction Joints. a. Continuously Reinforced Concrete Pavement (CRCP). Install additional longitudinal reinforcement through the bulkhead when shown on the plans. Protect the reinforcing steel immediately beyond the construction joint from damage, vibration, and impact. b. Concrete Pavement Contraction Design (CPCD). When the placing of concrete is intentionally stopped, install and rigidly secure a complete joint assembly and bulkhead in the planned transverse contraction joint location. When the placing of concrete is unintentionally stopped, install a transverse TxDOT-360-5 construction joint either at a planned transverse contraction joint location or mid-slab between planned transverse contraction joints. For mid-slab construction joints, install tie bars of the size and spacing used in the longitudinal joints. c. Curb Joints. Provide joints in the curb of the same type and location as the adjacent pavement. Use expansion joint material of the same thickness, type, and quality required for the pavement and of the section shown for the curb. Extend expansion joints through the curb. Construct curb joints at all transverse pavement joints. For non-monolithic curbs, place reinforcing steel into the plastic concrete pavement as shown on the plans unless otherwise approved. Form or saw the weakened plane joint across the full width of concrete pavement and through the monolithic curbs. Construct curb joints in accordance with Item 529, “Concrete Curb, Gutter, and Combined Curb and Gutter.” E. Placing and Removing Forms. Use clean and oiled forms. Secure forms on a base or firm subgrade that is accurately graded and that provides stable support without deflection and movement by form riding equipment. Pin every form at least at the middle and near each end. Tightly join and key form sections together to prevent relative displacement. Set side forms far enough in advance of concrete placement to permit inspection. Check conformity of the grade, alignment, and stability of forms immediately before placing concrete, and make all necessary corrections. Use a straightedge or other approved method to test the top of forms to ensure that the ride quality requirements for the completed pavement will be met. Stop paving operations if forms settle or deflect more than 1/8 in. under finishing operations. Reset forms to line and grade, and refinish the concrete surface to correct grade. Avoid damage to the edge of the pavement when removing forms. Repair damage resulting from form removal and honeycombed areas with a mortar mix within 24 hr. after form removal unless otherwise approved. Clean joint face and repair honeycombed or damaged areas within 24 hr. after a bulkhead for a transverse construction joint has been removed unless otherwise approved. When forms are removed before 72 hr. after concrete placement, promptly apply membrane curing compound to the edge of the concrete pavement. Forms that are not the same depth as the pavement but are within 2 in. of that depth are permitted if the subbase is trenched or the full width and length of the form base is supported with a firm material to produce the required pavement thickness. Promptly repair the form trench after use. Use flexible or curved wood or metal forms for curves of 100-ft. radius or less. F. Concrete Delivery. Clean delivery equipment as necessary to prevent accumulation of old concrete before loading fresh concrete. Use agitated delivery equipment for concrete designed to have a slump of more than 5 in. Segregated concrete is subject to rejection. Place agitated concrete within 60 min. after batching. Place non-agitated concrete within 45 min. after batching. In hot weather or under conditions causing quick setting of the concrete, times may be reduced by the Engineer. Time limitations may be extended if the Contractor can demonstrate that the concrete can be properly placed, consolidated, and finished without the use of additional water. G. Concrete Placement. Do not allow the pavement edge to deviate from the established paving line by more than 1/2 in. at any point. Place the concrete as near as possible to its final location, and minimize segregation and rehandling. Where hand spreading is necessary, distribute concrete using shovels. Do not use rakes or vibrators to distribute concrete. 1. Pavement. Consolidate all concrete by approved mechanical vibrators operated on the front of the paving equipment. Use immersion-type vibrators that simultaneously consolidate the full width of the placement when machine finishing. Keep vibrators from dislodging reinforcement. Use hand-operated vibrators to consolidate concrete in areas not accessible to the machine-mounted vibrators. Do not operate machine- mounted vibrators while the paving equipment is stationary. Vibrator operations are subject to review. 2. Date Imprinting. Imprint dates in the fresh concrete indicating the date of the concrete placement. Make impressions approximately 1 ft. from the outside longitudinal construction joint or edge of pavement and approximately 1 ft. from the transverse construction joint at the beginning of the placement day. Orient the impressions to be read from the outside shoulder in the direction of final traffic. Impress date in DD-MM-YY format. Imprinting of the Contractor name or logo in similar size characters to the date is allowed. 3. Curbs. Where curbs are placed separately, conform to the requirements of Item 529, “Concrete Curb, Gutter, and Combined Curb and Gutter.” TxDOT-360-6 4. Temperature Restrictions. Place concrete that is between 40°F and 95°F when measured in accordance with Tex-422-A at the time of discharge, except that concrete may be used if it was already in transit when the temperature was found to exceed the allowable maximum. Take immediate corrective action or cease concrete production when the concrete temperature exceeds 95°F. Do not place concrete when the ambient temperature in the shade is below 40°F and falling unless approved. Concrete may be placed when the ambient temperature in the shade is above 35°F and rising or above 40°F. When temperatures warrant protection against freezing, protect the pavement with an approved insulating material capable of protecting the concrete for the specified curing period. Submit for approval proposed measures to protect the concrete from anticipated freezing weather for the first 72 hr. after placement. Repair or replace all concrete damaged by freezing. H. Spreading and Finishing. Finish all concrete pavement with approved self-propelled equipment. Use power- driven spreaders, power-driven vibrators, power -driven strike-off, and screed, or approved alternate equipment. Use the transverse finishing equipment to compact and strike off the concrete to the required section and grade without surface voids. Use float equipment for final finishing. Use concrete with a consistency that allows completion of all finishing operations without addition of water to the surface. Use the minimal amount of water fog mist necessary to maintain a moist surface. Reduce fogging if float or straightedge operations result in excess slurry. 1. Finished Surface. Perform sufficient checks with long-handled 10-ft. and 15-ft. straightedges on the plastic concrete to ensure that the final surface is within the tolerances specified in Surface Test A in Item 585, “Ride Quality for Pavement Surfaces.” Check with the straightedge parallel to the centerline. 2. Maintenance of Surface Moisture. Prevent surface drying of the pavement before application of the curing system. Accomplish this by fog applications of evaporation retardant on the pavement surface. Apply evaporation retardant at the rate recommended by the manufacturer. Reapply the evaporation retardant as needed to maintain the concrete surface in a moist condition until curing system is applied. Do not use evaporation retardant as a finishing aid. Failure to take acceptable precautions to prevent surface drying of the pavement will be cause for shut down of pavement operations. 3. Surface Texturing. Perform surface texturing using a combination of a carpet drag and metal tining. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal-tine texture finish is required unless otherwise shown on the plans. Provide the metal-tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal-tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. 4. Small or Irregular Placements. Where machine placements and finishing of concrete pavement are not practical, use hand equipment and procedures that produce a consolidated and finished pavement section to the line and grade. 5. Emergency Procedures. Use hand-operated equipment for applying texture, evaporation retardant, and cure in the event of equipment breakdown. I. Curing. Keep the concrete pavement surface from drying by water fogging until the curing material has been applied. Maintain and promptly repair damage to curing materials on exposed surfaces of concrete pavement continuously for at least 3 curing days. A curing day is defined as a 24-hr. period when either the temperature taken in the shade away from artificial heat is above 50°F for at least 19 hr. or when the surface temperature of the concrete is maintained above 40°F for 24 hr. Curing begins when the concrete curing system has been applied. Stop concrete paving if curing compound is not being applied promptly and maintained adequately. Other methods of curing in accordance with Item 420, “Concrete Structures,” may be used when specified or approved. 1. Membrane Curing. After texturing and immediately after the free surface moisture has disappeared, spray the concrete surface uniformly with 2 coats of membrane curing compound at an individual application rate of not more than 180 sq. ft. per gallon. Apply the first coat within 10 min. after completing texturing operations. Apply the second coat within 30 min. after completing texturing operations. TxDOT-360-7 Before and during application, maintain curing compounds in a uniformly agitated condition, free of settlement. Do not thin or dilute the curing compound. Where the coating shows discontinuities or other defects or if rain falls on the newly coated surface before the film has dried enough to resist damage, apply additional compound at the same rate of coverage to correct the damage. Ensure that the curing compound coats the sides of the tining grooves. 2. Asphalt Curing. When an asphaltic concrete overlay is required, apply a uniform coating of asphalt curing at a rate of 90 to 180 sq. ft. per gallon as required. Apply curing immediately after texturing and just after the free moisture (sheen) has disappeared. Obtain approval to add water to the emulsion to improve spray distribution. Maintain the asphalt application rate when using diluted emulsions. Maintain the emulsion in a mixed condition during application. 3. Curing Class HES Concrete. For all Class HES concrete pavement, provide membrane curing in accordance with Section 360.4.I.1, “Membrane Curing,” followed promptly by water curing until opening strength is achieved but not less than 24 hr. J. Sawing Joints. Saw joints to the depth shown on the plans as soon as sawing can be accomplished without damage to the pavement regardless of time of day or weather conditions. Some minor raveling of the saw cut is acceptable. Use a chalk line, string line, sawing template, or other approved method to provide a true joint alignment. Provide enough saws to match the paving production rate to ensure sawing completion at the earliest possible time to avoid uncontrolled cracking. Reduce paving production if necessary to ensure timely sawing of joints. Promptly restore membrane cure damaged within the first 72 hr. of curing. K. Protection of Pavement and Opening to Traffic. Testing for early opening is the responsibility of the Contractor regardless of job-control testing responsibilities unless otherwise shown in the plans or directed. Testing result interpretation for opening to traffic is subject to the approval of the Engineer. 1. Protection of Pavement. Erect and maintain barricades and other standard and approved devices that will exclude all vehicles and equipment from the newly placed pavement for the periods specified. Before opening to traffic, protect the pavement from damage due to crossings using approved methods. Where a detour is not readily available or economically feasible, an occasional crossing of the roadway with overweight equipment may be permitted for relocating equipment only but not for hauling material. When an occasional crossing of overweight equipment is permitted, temporary matting or other approved methods may be required. Maintain an adequate supply of sheeting or other material to cover and protect fresh concrete surface from weather damage. Apply as needed to protect the pavement surface from weather. 2. Opening Pavement to All Traffic. Pavement that is 7 days old may be opened to all traffic. Before opening to traffic, clean pavement, place stable material against the pavement edges, seal joints, and perform all other traffic safety related work. 3. Opening Pavement to Construction Equipment. Unless otherwise shown on the plans, concrete pavement may be opened early to concrete paving equipment and related delivery equipment after the concrete is at least 48 hr. old and opening strength has been demonstrated in accordance with Section 360.4.K.4, “Early Opening to All Traffic,” before curing is complete. Keep delivery equipment at least 2 ft. from the edge of the concrete pavement. Keep tracks of the paving equipment at least 1 ft. from the pavement edge. Protect textured surfaces from the paving equipment. Restore damaged membrane curing as soon as possible. Repair pavement damaged by paving or delivery equipment before opening to all traffic. 4. Early Opening to All Traffic. Concrete pavement may be opened after curing is complete and the concrete has attained a flexural strength of 450 psi or a compressive strength of 2,800 psi, except that pavement using Class HES concrete may be opened after 24 hr. if the specified strength is achieved. a. Strength Testing. Test concrete specimens cured under the same conditions as the portion of the pavement involved. b. Maturity Method. Unless otherwise shown on the plans, the maturity method, Tex-426-A, may be used to estimate concrete strength for early opening pavement to traffic. Install at least 2 maturity thermocouples for each day’s placement in areas where the maturity method will be used for early opening. Thermocouples, when used, will be installed near the days final placement for areas being evaluated for early opening. Use test specimens to verify the strength–maturity relationship in TxDOT-360-8 accordance with Tex-426-A, starting with the first day’s placement corresponding to the early opening pavement section. After the first day, verify the strength–maturity relationship at least every 10 days of production. Establish a new strength–maturity relationship when the strength specimens deviate more than 10% from the maturity-estimated strengths. Suspend use of the maturity method for opening pavements to traffic when the strength–maturity relationship deviates by more than 10% until a new strength– maturity relationship is established. When the maturity method is used intermittently or for only specific areas, the frequency of verification will be as determined by the Engineer. 5. Emergency Opening to Traffic. Under emergency conditions, when the pavement is at least 72 hr. old, open the pavement to traffic when directed in writing. Remove all obstructing materials, place stable material against the pavement edges, and perform other work involved in providing for the safety of traffic as required for emergency opening. L. Pavement Thickness. The Engineer will check the thickness in accordance with Tex-423-A unless other methods are shown on the plans. The Engineer will perform 1 thickness test consisting of 1 reading at approximately the center of each lane every 500 ft. or fraction thereof. Core where directed in accordance with Tex-424-A to verify deficiencies of more than 0.2 in. from plan thickness and to determine the limits of deficiencies of more than 0.75 in. from plan thickness. Fill core holes using a concrete mixture and method approved by the Engineer. 1. Thickness Deficiencies Greater than 0.2 in. When any depth test measured in accordance with Tex-423-A is deficient by more than 0.2 in. from the plan thickness, take one 4-in. diameter core at that location to verify the measurement. If the core is deficient by more than 0.2 in. but not by more than 0.75 in. from the plan thickness, take 2 additional cores from the unit (as defined in Section 360.4.L.3, “Pavement Units for Payment Adjustment”) at intervals of at least 150 ft. and at locations selected by the Engineer, and determine the thickness of the unit for payment purposes by averaging the length of the 3 cores. In calculations of the average thickness of this unit of pavement, measurements in excess of the specified thickness by more than 0.2 in. will be considered as the specified thickness plus 0.2 in. 2. Thickness Deficiencies Greater than 0.75 in. If a core is deficient by more than 0.75 in., take additional cores at 10 ft. intervals in each direction parallel to the centerline to determine the boundary of the deficient area. The Engineer will evaluate any area of pavement found deficient in thickness by more than 0.75 in. but not more than 1 in. As directed, remove and replace the deficient areas without additional compensation or retain deficient areas without compensation. Remove and replace any area of pavement found deficient in thickness by more than 1 in. without additional compensation. 3. Pavement Units for Payment Adjustment. Limits for applying a payment adjustment for deficient pavement thickness from 0.20 in. to not more than 0.75 in. are 500 ft. of pavement in each lane. Lane width will be as shown on typical sections and pavement design standards. For greater than 0.75 in. deficient thickness, the limits for applying zero payment or requiring removal will be defined by coring or equivalent nondestructive means as determined by the Engineer. The remaining portion of the unit determined to be less than 0.75 in. deficient will be subject to the payment adjustment based on the average core thickness at each end of the 10 ft. interval investigation as determined by the Engineer. Shoulders will be measured for thickness unless otherwise shown on the plans. Shoulders 6 ft. wide or wider will be considered as lanes. Shoulders less than 6 ft. wide will be considered part of the adjacent lane. Limits for applying payment adjustment for deficient pavement thickness for ramps, widenings, acceleration and deceleration lanes, and other miscellaneous areas are 500 ft. in length. Areas less than 500 ft. in length will be individually evaluated for payment adjustment based on the plan area. M. Ride Quality. Unless otherwise shown on the plans, measure ride quality in accordance with Item 585, “Ride Quality for Pavement Surfaces.” 360.5. Measurement. This Item will be measured as follows: TxDOT-360-9 A. Concrete Pavement. Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. B. Curb. Curb on concrete pavement will be measured by the foot in place. 360.6. Payment. These prices are full compensation for materials, equipment, labor, tools, and incidentals. A. Concrete Pavement. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the adjusted unit price bid for “Concrete Pavement” of the type and depth specified as adjusted in accordance with Section 360.6.B, “Deficient Thickness Adjustment.” B. Deficient Thickness Adjustment. Where the average thickness of pavement is deficient in thickness by more than 0.2 in. but not more than 0.75 in., payment will be made using the adjustment factor as specified in Table 2 applied to the bid price for the deficient area for each unit as defined under Section 360.4.L.3, “Pavement Units for Payment Adjustment.” Table 2 Deficient Thickness Price Adjustment Factor Deficiency in Thickness Determined by Cores (in.) Proportional Part of Contract Price Allowed (adjustment factor) Not deficient 1.00 Over 0.00 through 0.20 1.00 Over 0.20 through 0.30 0.80 Over 0.30 through 0.40 0.72 Over 0.40 through 0.50 0.68 Over 0.50 through 0.75 0.57 C. Curb. Work performed and furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Curb” of the type specified. END OF ITEM TxDOT 360 TxDOT 360-MOD-1 Modifications to Item TxDOT 360 Concrete Pavement The standard specifications of Item TxDOT 360, Concrete Pavement, shall be modified and superseded as follows. The section numbers shown correspond to the section numbers in the specifications. 360.2.A Delete the entire section and replace with the following: Provide hydraulic cement concrete in accordance with Item 421, Hydraulic Cement Concrete. 360.2.B Delete the first paragraph and replace with the following: Remove all notice to Item 440, Reinforcing Steel. Provide steel for bar reinforcement as shown in the plans. Provide approved positioning and supporting devices (baskets and chairs) capable of securing and holding the reinforcing steel in proper position before and during paving. Provide corrosion protection for all reinforcing steel. 360.3.D Delete the entire section and replace with the following: Provide a brush or broom capable of providing corrugations that are uniform in appearance and approximately 1/16” in depth. 360.4.D Delete all references to Item 438 - “Cleaning and Sealing Joints and Cracks (Rigid Pavement and Bridge Decks).” Install and seal all joints in accordance with the plans and details. 360.4.B.1 Delete the entire section and replace with the following: Job control strength requirements shall be as shown in Item 421, Hydraulic Cement Concrete. When a job-control concrete strength test value is more than 10% below the required job-control strength or when 3 consecutive job-control strength values fall below the required job-control strength, investigate the strength test procedures, the quality of materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary action to correct the problem, including redesign of the concrete mix if needed. The Engineer may suspend concrete paving if the Contractor is unable to identify, document, and correct the cause of low strength test values in a timely manner. If any job-control strength is more than 15% below the required job-control strength, the Engineer will evaluate the structural adequacy of the pavements. When directed, remove and replace pavements found to be structurally inadequate at no additional cost. 360.4.H.3 Delete the entire section and replace with the following: Complete final texturing before the concrete has attained its initial set. The pavement surface shall be finish with a light brush, applied when the water sheen has practically disappeared. The equipment shall operate transversely across the pavement surface, providing corrugations that are uniform in appearance and approximately 1/16” in depth. Repair damage to the edge of the slab and joints immediately after texturing. 360.4.K.4 Delete the entire section and replace with the following: Concrete pavement may be opened after curing is complete and the concrete has attained a compressive strength of 3,500 psi, except that pavement using HES concrete may be opened after 48 hours if the specified strength is achieved. TxDOT 360-MOD-2 360.5 Delete the entire section and replace with the following: Concrete pavement will be measured by the square yard of surface area in place. The surface area includes the portion of the pavement slab extending beneath the curb. No separate measurement or payment shall be made for curbs installed. 360.6 Delete the entire section and replace with the following: Concrete pavements removed shall not be measured for separate payment, but shall instead be considered subsidiary to the work as listed herein. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Concrete Pavement” of the type and depth specified in the Bid Form. No adjustments shall be made for deficient thicknesses. END OF ITEM TxDOT 360 MOD TxDOT-421-1 ITEM 421 HYDRAULIC CEMENT CONCRETE 421.1. Description. Furnish hydraulic cement concrete for concrete pavements, concrete structures, and other concrete construction. 421.2. Materials. A. Cement. Furnish cement conforming to DMS-4600, “Hydraulic Cement.” B. Supplementary Cementing Materials (SCM). 1. Fly Ash. Furnish fly ash conforming to DMS-4610, “Fly Ash.” 2. Ultra-Fine Fly Ash (UFFA). Furnish UFFA conforming to DMS-4610, “Fly Ash.” 3. Ground Granulated Blast-Furnace Slag (GGBFS). Furnish GGBFS conforming to DMS-4620, “Ground Granulated Blast-Furnace Slag,” Grade 100 or 120. 4. Silica Fume. Furnish silica fume conforming to DMS-4630, “Silica Fume.” 5. Metakaolin. Furnish metakaolin conforming to DMS-4635, “Metakaolin.” C. Chemical Admixtures. Furnish admixtures conforming to DMS-4640, “Chemical Admixtures for Concrete.” Do not use calcium chloride. D. Water. Furnish mixing and curing water that is free from oils, acids, organic matter, or other deleterious substances. Water from municipal supplies approved by the Texas Department of Health will not require testing. When using water from other sources, provide test reports showing compliance with Table 1 before use. Water that is a blend of concrete wash water and other acceptable water sources, certified by the concrete producer as complying with the requirements of both Table 1 and Table 2, may be used as mix water. Test the blended water weekly for 4 weeks for compliance with Table 1 and Table 2 or provide previous test results. Then test every month for compliance. Provide water test results upon request. Table 1 Chemical Limits for Mix Water Contaminant Test Method Maximum Concentration (ppm) Chloride (Cl) ASTM D 512 Prestressed concrete 500 Bridge decks & superstructure 500 All other concrete 1,000 Sulfate (SO 4 ) ASTM D 516 1,000 Alkalies (Na 2 O + 0.658K 2 O) ASTM D 4191 & ASTM D 4192 600 Total solids AASHTO T 26 50,000 Table 2 Acceptance Criteria for Questionable Water Supplies Property Test Method Limits Compressive strength, min % control at 7 days ASTM C 1091 90 Time of set, deviation from control, Min. ASTM C 1911 from 60 early to 90 later 1. Base comparisons on fixed proportions and the same volume of test water compared to the control mix using city water or distilled water. Do not use mix water that has an adverse effect on the air-entraining agent, on any other chemical admixture, or on strength or time of set of the concrete. When using white hydraulic cement, use mixing and curing water free of iron and other impurities that may cause staining or discoloration. TxDOT-421-2 E. Aggregate. Supply aggregates that meet the definitions in Tex-100-E. Provide coarse and fine aggregates from sources listed in the Department’s Concrete Rated Source Quality Catalog (CRSQC). Provide aggregate from non-listed sources only when tested and approved by the Engineer before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non-listed sources. Do not combine approved material with unapproved material. 1. Coarse Aggregate. Provide coarse aggregate consisting of durable particles of gravel, crushed blast furnace slag, recycled crushed hydraulic cement concrete, crushed stone, or combinations thereof that are free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, either free or as an adherent coating. Provide coarse aggregate of uniform quality throughout. Provide coarse aggregate that, when tested in accordance with Tex-413-A, has: • at most 0.25% by weight of clay lumps, • at most 1.0% by weight of shale, and • at most 5.0% by weight of laminated and friable particles. Wear must not be more than 40% when tested in accordance with Tex-410-A. Unless otherwise shown on the plans, provide coarse aggregate with a 5-cycle magnesium sulfate soundness of not more than 18% when tested in accordance with Tex-411-A. Crushed recycled hydraulic cement concrete is not subject to the 5-cycle soundness test. The loss by decantation as tested in accordance with Tex-406-A, plus the allowable weight of clay lumps, must not exceed 1.0% or the value shown on the plans, whichever is smaller. In the case of aggregates made primarily from crushing stone, if the material finer than the No. 200 sieve is established to be the dust of fracture and essentially free from clay or shale as established by Tex-406-A, Part III, the limit may be increased to 1.5%. When crushed limestone coarse aggregate is used in concrete pavements, the decant may exceed 1.0% but not more than 3.0% if the material finer than the No. 200 sieve is determined to be at least 67% calcium carbonate in accordance with Tex-406-A, Part III. Unless otherwise specified, provide aggregate conforming to the gradation requirements shown in Table 3 when tested in accordance with Tex-401-A. Table 3 Coarse Aggregate Gradation Chart Percent Passing on Each Sieve Aggregate Grade No.1 Nominal Size 2-1/2" 2" 1-1/2" 1" 3/4" 1/2" 3/8" No. 4 No. 8 1 2" 100 80–100 50–85 20–40 0–5 2 (467) 1–1/2" 100 95–100 35–70 10–30 0–5 3 1–1/2" 100 95–100 60–90 25–60 0–5 4 (57) 1" 100 95–100 25–60 0–10 0–5 5 (67) 3/4" 100 90–100 20–55 0–10 0–5 6 (7) 1/2" 100 90–100 40–70 0–15 0–5 7 3/8" 100 70–95 0–25 8 3/8" 100 95–100 20–65 0–10 1. Corresponding ASTM C 33 gradation shown in parentheses. 2. Fine Aggregate. Provide fine aggregate consisting of clean, hard, durable particles of natural or manufactured sand or a combination thereof with or without mineral filler. Provide fine aggregate free from frozen material and from injurious amounts of salt, alkali, vegetable matter, or other objectionable material, and containing no more than 0.5% clay lumps by weight in accordance with Tex-413-A. Provide fine aggregate that does not show a color darker than standard when subjected to the color test for organic impurities in accordance with Tex-408-A. Unless otherwise shown on the plans, use fine aggregate with an acid insoluble residue of at least 60% by weight when tested in accordance with Tex-612-J in all concrete subject to direct traffic. Unless otherwise shown on the plans, when necessary, blend the fine aggregate to meet the acid insoluble residue requirement. When blending, use the following equation: TxDOT-421-3 Acid Insoluble (%) = {(A1)(P1)+(A2)(P2)}/100 where: A1 = acid insoluble (%) of aggregate 1 A2 = acid insoluble (%) of aggregate 2 P1 = percent by weight of A1 of the fine aggregate blend P2 = percent by weight of A2 of the fine aggregate blend Provide fine aggregate or combinations of aggregates, including mineral filler, conforming to the gradation requirements shown in Table 4 when tested in accordance with Tex-401-A unless otherwise specified. Table 4 Fine Aggregate Gradation Chart (Grade 1) Sieve Size Percent Passing 3/8 in. 100 No. 4 95–100 No. 8 80–100 No. 16 50–85 No. 30 25–65 No. 50 10–351 No. 100 0–10 No. 200 0–32 1. 6–35 when sand equivalent value is greater than 85. 2. 0–6 for manufactured sand. Unless otherwise shown on the plans, provide fine aggregate with a sand equivalent of at least 80 in accordance with Tex-203-F. For all classes of concrete except Class K, provide fine aggregate with a fineness modulus between 2.30 and 3.10 as determined by Tex-402-A. For Class K concrete, provide a fine aggregate with a fineness modulus between 2.60 to 2.80 unless otherwise shown on the plans. 3. Mineral Filler. Provide mineral filler consisting of stone dust, clean crushed sand, or other approved inert material with 100% passing the No. 30 sieve and 65 to 100% passing the No. 200 sieve when tested in accordance with Tex-401-A. F. Mortar and Grout. When required or shown on the plans, provide mortar and grout consisting of 1 part hydraulic cement, 2 parts sand, and sufficient water to provide the desired consistency. Provide mortar with a consistency such that the mortar can be easily handled and spread by trowel. Provide grout of a consistency that will flow into and completely fill all voids. 421.3. Equipment. A. Concrete Plants and Mixing Equipment. Except for volumetric mixers (auger/mixer), each plant and truck mixer must be currently certified by the National Ready Mixed Concrete Association (NRMCA) or have an inspection report signed and sealed by a licensed professional engineer showing that concrete measuring, mixing, and delivery equipment meets all requirements of ASTM C 94. A new certification or signed and sealed report is required every time a plant is moved. Plants with a licensed engineer’s inspection require reinspection every 2 years. Provide a copy of the certification or the signed and sealed inspection report to the Engineer. When equipment or facilities fail to meet specification requirements, remove them from service until corrected. 1. Scales. Check all scales prior to beginning of operations, after each move, or whenever their accuracy or adequacy is questioned, and at least once every 6 mo. Immediately correct deficiencies, and recalibrate. Provide a record of calibration showing scales in compliance with ASTM C 94 requirements. Check batching accuracy of volumetric water batching devices and admixture dispensing devices at least every 90 days. Perform daily checks as necessary to ensure measuring accuracy. 2. Volumetric Mixers. Provide volumetric mixers with rating plates defining the capacity and the performance of the mixer in accordance with the Volumetric Mixer Manufacturers Bureau or equivalent. Provide volumetric mixers that comply with ASTM C 685. Provide test data showing mixers meet the uniformity test requirements of Tex-472-A. TxDOT-421-4 3. Agitators and Truck and Stationary Mixers. Inspect and furnish inspection reports on truck mixers and agitators annually. If an inspection within 12 mo. is not practical, a 2-mo. grace period (for a maximum of 14 mo. between inspections) is permitted. Include in the report the condition of blades and fins and their percent wear from the original manufacturer’s design. Repair mixing equipment exhibiting 10% or more wear before use. Provide truck mixers and agitators equipped with means to readily verify the number of revolutions of the drum, blades, or paddles. Provide stationary and truck mixers capable of combining the ingredients of the concrete within the specified time or the number of revolutions specified into a thoroughly mixed and uniform mass and capable of discharging the concrete so that at least 5 of the 6 requirements of Tex-472-A are met. As directed, to resolve issues of mix uniformity and mixer performance, perform concrete uniformity tests on mixers or agitators in accordance with Tex-472-A. Perform the mixer or agitator uniformity test at the full rated capacity of the equipment and within the maximum mixing time or maximum number of revolutions. Remove from service all equipment that fails the uniformity test. Inspect and maintain mixers and agitators. Keep them reasonably free of concrete buildup, and repair or replace worn or damaged blades or fins. Ensure all mixers have a plate affixed showing manufacturer’s recommended operating speed and rated capacity for mixing and agitating. B. Hauling Equipment. Provide hauling equipment capable of maintaining the mixed concrete in a thoroughly mixed and uniform mass and of discharging the concrete with a satisfactory degree of uniformity. When using non-agitating equipment for transporting concrete, provide equipment with smooth, mortar-tight metal containers equipped with gates that prevent accidental discharge of the concrete. C. Testing Equipment. Unless otherwise shown on the plans or specified, in accordance with the pertinent test procedure, furnish and maintain: • test molds, • curing facilities, • maturity meters if used, and • wheelbarrow or other container acceptable for the sampling of the concrete. Provide strength-testing equipment in accordance with the Contract controlling test unless shown otherwise. 421.4. Construction. A. Classification and Mix Design. Furnish mix designs using ACI 211, “Standard Practice for Selecting Proportions for Normal, Heavyweight, and Mass Concrete,” or other approved procedures for the classes of concrete required in accordance with Table 5. Do not exceed the maximum water-to-cementitious-material ratio. A higher-strength class of concrete with equal or lower water-to-cementitious-material ratio may be substituted for the specified class of concrete. To account for production variability and ensure minimum compressive strength requirements are met, over- design the mix in accordance with Table 6. 1. Cementitious Materials. Use cementitious materials from prequalified sources; otherwise, request sampling and testing for approval before use. Unless otherwise specified or approved, limit cementitious material content to no more than 700 lb. per cubic yard. When supplementary cementing materials are used, “cement” is defined as “cement plus supplementary cementing material.” Use Type III cement only in precast concrete or when specified or permitted. For monolithic placements, use cement of the same type and from the same source. When sulfate-resistant concrete is required, use mix design options 1, 2, 3, or 4 given in Section 421.4.A.6, “Mix Design Options,” using Type I/II, II, V, IP, or IS cement. Do not use Class C fly ash in sulfate- resistant concrete. Do not use supplementary cementing materials when white hydraulic cement is specified. TxDOT-421-5 Table 5 Concrete Classes Class of Concrete Design Strength, Min. 28-day f′c (psi) Maximum W/C Ratio1 Coarse Aggregate Grades2,3 General Usage4 A 3,000 0.60 1–4, 8 Inlets, manholes, curb, gutter, curb & gutter, conc. retards, sidewalks, driveways, backup walls, anchors B 2,000 0.60 2–7 Riprap, small roadside signs, and anchors C5 3,600 0.45 1–6 Drilled shafts, bridge substructure, bridge railing, culverts except top slab of direct traffic culverts, headwalls, wing walls, approach slabs, concrete traffic barrier (cast-in-place) D 1,500 0.60 2–7 Riprap E 3,000 0.50 2–5 Seal concrete F5 Note 6 0.45 2–5 Railroad structures; occasionally for bridge piers, columns, or bents H5 Note 6 0.45 3–6 Prestressed concrete beams, boxes, piling, and concrete traffic barrier (precast) S5 4,000 0.45 2–5 Bridge slabs, top slabs of direct traffic culverts P See Item 360 0.45 2–3 Concrete pavement DC5 5,500 0.40 6 Dense conc. overlay CO5 4,600 0.40 6 Conc. overlay LMC5 4,000 0.40 6–8 Latex-modified concrete overlay SS5 Note 7 0.45 4–6 Slurry displacement shafts, underwater drilled shafts K5 Note 6 0.45 Note 6 Note 6 HES Note 6 0.45 Note 6 Note 6 1. Maximum water-cement or water-cementitious ratio by weight. 2. Unless otherwise permitted, do not use Grade 1 coarse aggregate except in massive foundations with 4-in. minimum clear spacing between reinforcing steel bars. Do not use Grade 1 aggregate in drilled shafts. 3. Unless otherwise approved, use Grade 8 aggregate in extruded curbs. 4. For information only. 5. Structural concrete classes. 6. As shown on the plans or specified. 7. Cementitious material content shall be minimum 658 lb/cy of concrete. TxDOT-421-6 Table 6 Over Design to Meet Compressive Strength Requirements1 No. of Tests2,3 Standard Deviation, psi 300 400 500 600 700 15 470 620 850 1,120 1,390 20 430 580 760 1,010 1,260 30 or more 400 530 670 900 1,130 1. When designing the mix, add the tabulated amounts to the minimum design strength in Table 5. 2. Number of tests of a concrete mixture used to estimate the standard deviation of a concrete production facility. Test of another mix within 1,000 psi of the specified strength may be used. 3. If less than 15 prior tests are available, the overdesign should be 1,000 psi for specified strength less than 3,000 psi, 1,200 psi for specified strengths from 3,000 to 5,000 psi and 1,400 psi for specified strengths greater than 5,000 psi. 2. Aggregates. Limit the use of recycled crushed hydraulic cement concrete as a coarse or fine aggregate to Class A, B, D, E, and P concrete. Limit recycled crushed concrete fine aggregate to a maximum of 20% of the fine aggregate. When white hydraulic cement is specified, use light-colored aggregates. 3. Chemical Admixtures. Use only preapproved concrete chemical admixtures from the list of prequalified concrete admixtures maintained by the Construction Division. Submit non-preapproved admixtures for testing to the Engineer for approval. Do not use high-range water-reducing admixtures (Type F or G) or accelerating admixtures (Type C or E) in bridge deck concrete. 4. Air Entrainment. Air-entrain all concrete except for Class B in accordance with Table 7 unless otherwise shown on the plans. Use moderate exposure values unless otherwise specified. If the air content is more than 1-1/2 percentage points below or 3 percentage points above the required air, the load of concrete will be rejected. If the air content is more than 1-1/2 but less than 3 percentage points above the required air, the concrete may be accepted based on strength tests. Table 7 Air Entrainment Nominal Maximum Aggregate Size, in. % Air1 Moderate Exposure Severe Exposure 3/8 (Grades 7 & 8) 6 7-1/2 1/2 (Grade 6) 5-1/2 7 3/4 (Grade 5) 5 6 1 (Grade 4) 4-1/2 6 1-1/2 (Grades 2 & 3) 4-1/2 5-1/2 2 (Grade 1) 4 5 1. For specified concrete strengths above 5,000 psi a reduction of 1 percentage point is permitted. 5. Slump. Unless otherwise specified, provide concrete slump in accordance with Table 8 using the lowest slump possible that can be placed and finished efficiently without segregation or honeycombing. Concrete that exceeds the maximum acceptable placement slump at time of delivery will be rejected. When approved, the slump of a given concrete mix may be increased above the values shown in Table 8 using chemical admixtures, provided that the admixture-treated concrete has the same or lower water– cement or water–cementitious-material ratio and does not exhibit segregation or excessive bleeding. Request approval for the mix design sufficiently in advance for proper evaluation by the Engineer. TxDOT-421-7 Table 8 Slump Requirements Concrete Designation Recommended Design and Placement Slump, in. Maximum Acceptable Placement Slump, in. Drilled shafts See Item 416 See Item 416 Thin walled section (9 in. or less) 4 6-1/2 Approach slabs, concrete overlays, caps, columns, piers, wall sections (over 9 in.) 3 5 Bridge slabs 4 5-1/2 Prestressed concrete members1 4 6-1/2 Concrete traffic barrier, concrete bridge railing 4 6-1/2 Dense concrete overlay 3/4 2 Latex-modified conc. for bridge deck overlays 3 7-1/2 Concrete placed underwater 6 8-1/2 Concrete pavement (slip- formed) 1-1/2 3 Concrete pavement (formed) 4 6-1/2 Riprap, curb, gutter, slip- formed, and extruded concrete As approved As approved 1. If a high-range water reducer (HRWR) is used, maximum acceptable placement slump will be 9 in. 6. Mix Design Options. For structural concrete identified in Table 5 and any other class of concrete designed using more than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1–8 shown below. For concrete classes not identified as structural concrete and designed using less than 520 lb. of cementitious material per cubic yard, use one of the mix design Options 1–8 shown in Table 5, except that Class C fly ash may be used instead of Class F fly ash for Options 1, 3, and 4 unless sulfate-resistant concrete is required. a. Option 1. Replace 20 to 35% of the cement with Class F fly ash. b. Option 2. Replace 35 to 50% of the cement with GGBFS. c. Option 3. Replace 35 to 50% of the cement with a combination of Class F fly ash, GGBFS, or silica fume. However, no more than 35% may be fly ash, and no more than 10% may be silica fume. d. Option 4. Use Type IP or Type IS cement. (Up to 10% of a Type IP or Type IS cement may be replaced with Class F fly ash, GGBFS, or silica fume.) e. Option 5. Replace 35 to 50% of the cement with a combination of Class C fly ash and at least 6% of silica fume, UFFA, or metakaolin. However, no more than 35% may be Class C fly ash, and no more than 10% may be silica fume. f. Option 6. Use a lithium nitrate admixture at a minimum dosage of 0.55 gal. of 30% lithium nitrate solution per pound of alkalis present in the hydraulic cement. g. Option 7. When using hydraulic cement only, ensure that the total alkali contribution from the cement in the concrete does not exceed 4.00 lb. per cubic yard. of concrete when calculated as follows: ()() 100 cementin equivalent ΟNa %yd. cu.per cement lb.yd.cu.peralkalilb.2×= In the above calculation, use the maximum cement alkali content reported on the cement mill certificate. h. Option 8. For any deviations from Options 1–7, perform the following: • Test both coarse and fine aggregate separately in accordance with ASTM C 1260, using 440 g of the proposed cementitious material in the same proportions of hydraulic cement to supplementary cementing material to be used in the mix. TxDOT-421-8 • Before use of the mix, provide the certified test report signed and sealed by a licensed professional engineer demonstrating that the ASTM C 1260 test result for each aggregate does not exceed 0.10% expansion. B. Trial Batches. Perform all preliminary trial batches and testing necessary to substantiate the proposed mix designs, and provide documentation including mix design, material proportions, and test results substantiating that the mix design conforms to specification requirements. Make all final trial batches using the proposed ingredients in a mixer that is representative of the mixers to be used on the job. Make the batch size at least 50% of the mixer’s rated capacity. Perform fresh concrete tests for air and slump, and make, cure, and test strength specimens for compliance with specification requirements. Test at least 3 sets of design strength specimens with 2 specimens per set in accordance with Tex-418-A or Tex-448-A for each test age. Before placing, provide the Engineer the option of witnessing final trial batches, including the testing of the concrete. If not provided this option, the Engineer may require additional trial batches, including testing, before the concrete is placed. Establish 7-day compressive strength target values using the following formula for each concrete mix to be used: strengthbatch trialavg.day -28 strengthbatch trialavg.day -7strengthdesignMinimumvalueTarget×= When there are changes in aggregates or in type, brand, or source of cement, SCM, or chemical admixtures, reevaluate the mix as a new mix design. A change in vendor does not necessarily constitute a change in materials or source. When only the brand or source of cement is changed and there is a prior record of satisfactory performance of the cement with the ingredients, new trial batches may be waived by the Engineer. When the maturity method is specified or permitted, establish the strength–maturity relationship in accordance with Tex-426-A. When using the maturity method any changes in any of the ingredients, including changes in proportions, will require the development of a new strength–maturity relationship for the mix. C. Storage of Materials. 1. Cement, Supplementary Cementing Materials, and Mineral Filler. Store all cement, supplementary cementing materials, and mineral filler in weatherproof enclosures that will protect them from dampness or absorption of moisture. When permitted, small quantities of sacked cement may be stored in the open, on a raised platform, and under waterproof covering for up to 48 hours. 2. Aggregates. Handle and store concrete aggregates in a manner that prevents contamination with foreign materials. If the aggregates are stored on the ground, clear the sites for the stockpiles of all vegetation, level the sites, and do not use the bottom 6-in. layer of aggregate without cleaning the aggregate before use. When conditions require the use of 2 or more grades of coarse aggregates, maintain separate stockpiles and prevent intermixing. Where space is limited, separate the stockpiles using physical barriers. Store aggregates from different sources in different stockpiles unless the Engineer authorizes pre-blending of the aggregates. Minimize segregation in stockpiles. Remix and test stockpiles when segregation is apparent. Sprinkle stockpiles to control moisture and temperature as necessary. Maintain reasonably uniform moisture content in aggregate stockpiles. 3. Admixtures. Store admixtures in accordance with manufacturer’s recommendations and prevent admixtures from freezing. D. Measurement of Materials. Except for volumetric mixers, measure concrete materials by weight. Measure mixing water, consisting of water added to the batch, ice added to the batch, water occurring as surface moisture on the aggregates, and water introduced in the form of admixtures, by volume or weight. Measure ice by weight. Measure cement and supplementary cementing materials in a weigh hopper and on a separate scale from those used for other materials. Measure the cement first when measuring the cumulative weight. Measure concrete chemical admixtures in powdered form by weight. Measure concrete chemical admixtures in liquid form by weight or volume. Measure batch materials within the tolerances of Table 9. TxDOT-421-9 Table 9 Measurement Tolerances – Non-Volumetric Mixers Material Tolerance (%) Cement, wt. ±1 Mineral admixture, wt. ±1 Cement + SCM (cumulative weighing), wt. ±1 Water, wt. or volume ±3 Fine aggregate, wt. ±2 Coarse aggregate, wt. ±2 Fine + coarse aggregate (cumulative weighing), wt. ±1 Chemical admixtures, wt. or volume ±3 When measuring cementitious materials at less than 30% of scale capacity, ensure that the quantity measured is accurate to not less than the required amount and not more than 4% in excess. When measuring aggregates in a cumulative weigh batcher at less than 30% of the scale capacity, ensure that the cumulative quantity is measured accurate to ±0.3% of scale capacity or ±3% of the required cumulative weight, whichever is less. For volumetric mixers, base tolerances on volume–weight relationship established by calibration, and measure the various ingredients within the tolerances of Table 10. Correct batch weight measurements for moisture. When approved, under special circumstances, measure cement in bags of standard weight. Weighing of sacked cement is not required. Do not use fractional bags except for small hand-mixed batches of approximately 5 cu. ft. or less and when an approved method of volumetric or weight measurement is used. Table 10 Measurement Tolerances – Volumetric Mixers Material Tolerance Cement, wt. % 0 to +4 SCM, wt. % 0 to +4 Fine aggregate, wt. % ±2 Coarse aggregate, wt. % ±2 Admixtures, wt. or volume % ±3 Water, wt. or volume % ±1 E. Mixing and Delivering Concrete. Mix and deliver concrete by means of one of the following operations: • central-mixed, • shrink-mixed, • truck-mixed, • volumetric mixer-mixed, or • hand-mixed. Operate mixers and agitators within the limits of the rated capacity and speed of rotation for mixing and agitation as designated by the manufacturer of the equipment. For shrink-mixed and truck-mixed concrete, when there is a reason to suspect the uniformity of concrete delivered using a truck mixer or truck agitator, conduct slump tests of 2 individual samples taken after discharging approximately 15% and 85% of the load as a quick check of the probable degree of uniformity. Take the 2 samples within an elapsed time of at most 15 min. If the slumps of the 2 samples differ by more than the values shown in Table 11, investigate the causes and take corrective actions including adjusting the batching sequence at the plant and the mixing time and number of revolutions. Delivery vehicles that fail to meet the mixing uniformity requirements must not be used until the condition is corrected. TxDOT-421-10 Table 11 Slump Tolerance1 Average Slump Slump Tolerance2 4 in. or less 1.0 in. 4 to 6 in. 1.5 in. 1. Do not apply these tolerances to the required slumps in Table 8. 2. Maximum permissible difference in results of test of samples from 2 locations in the concrete batch. Re-tempering or adding concrete chemical admixtures is only permitted at the job site when concrete is delivered in a truck mixer. Do not add water after the introduction of mixing water at the batch plant except on arrival at the job site, with approval, to adjust the slump of the concrete. When this water is added, do not exceed the mix design water–cementitious-material ratio. Turn the drum or blades at least 30 additional revolutions at mixing speed to ensure thorough and uniform mixing of the concrete. Do not add water or chemical admixtures to the batch after any concrete has been discharged. Maintain concrete delivery and placement rates sufficient to prevent cold joints. Before unloading, furnish the delivery ticket for the batch of concrete containing the information required on Department Form 596, “Concrete Batch Ticket.” When the concrete contains silica fume, adjust mixing times and batching operations as necessary to ensure the material is completely and uniformly dispersed in the mix. The dispersion of the silica fume within the mix will be verified by the Construction Division, Materials and Pavements Section, using cylinders made from trial batches. If uniform dispersion is not achieved, make necessary changes to the batching operations until uniform and complete dispersion of the silica fume is achieved. 1. Central-Mixed Concrete. Provide concrete that is mixed completely in a stationary mixer. Mix concrete for a period of 1 min. for 1 cu. yd. and 15 sec. for each additional cu. yd. of rated capacity of the mixer unless mixer performance test data demonstrate that shorter mixing times can be used to obtain a uniform mix in accordance with Tex-472-A. Count the mixing time from the time all the solid materials are in the drum. Charge the mixer so that some water will enter before the cement and aggregate. Ensure that all water is in the drum by the end of the first 1/4 of the specified mixing time. Adjust the mixing time if necessary to achieve a uniform mix. Concrete mixed completely in a stationary mixer must be delivered to the project in a truck mixer, truck agitator, or non-agitating delivery vehicle. When a truck mixer or truck agitator is used for transporting concrete, use the manufacturer’s designated agitating speed for any turning during transportation. Non-agitating delivery vehicles must be clean and free of built-up concrete with adequate means to control concrete discharge. Deliver the concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. Resolve questions regarding the uniformity of the concrete by testing when directed by the Engineer in accordance with Tex-472-A. 2. Shrink-Mixed Concrete. Provide concrete that is first partially mixed in a stationary mixer and then mixed completely in a truck mixer. Partially mix for the minimum time required to intermingle the ingredients in the stationary mixer, and then transfer to a truck mixer and mix the concrete at the manufacturer’s designated mixing speed for an adequate amount of time to produce thoroughly mixed concrete. Deliver the concrete to the project in a thoroughly mixed and uniform mass, and discharge the concrete with a satisfactory degree of uniformity. 3. Truck-Mixed Concrete. Mix the concrete in a truck mixer from 70 to 100 revolutions at the mixing speed designated by the manufacturer to produce a uniform concrete mix. Deliver the concrete to the project in a thoroughly mixed and uniform mass and discharge the concrete with a satisfactory degree of uniformity. Additional mixing at the job site at the mixing speed designated by the manufacturer is allowed as long as concrete is discharged before the drum has revolved a total of 300 revolutions after the introduction of the mixing water to the cement and the aggregates. 4. Volumetric Mixer-Mixed Concrete. Unless otherwise specified or permitted, perform all mixing operations in accordance with manufacturer’s recommended procedures. Provide an accurate method of measuring all ingredients by volume, and calibrate equipment to assure correct measurement of materials within the specified tolerances. TxDOT-421-11 5. Hand-Mixed Concrete. When permitted, for small placements of less than 2 cu. yd., mix up to a 2-sack batch of concrete by hand methods or in a small motor-driven mixer. For such placements, proportion the mix by volume or weight. F. Placing, Finishing, and Curing Concrete. Place, finish, and cure concrete in accordance with the pertinent Items. G. Sampling and Testing of Concrete. Unless otherwise specified, all fresh and hardened concrete is subject to testing as follows: 1. Sampling Fresh Concrete. Provide all material to be tested. Fresh concrete will be sampled for testing at the discharge end if using belt conveyors or pumps. When it is impractical to sample at the discharge end, a sample will be taken at the time of discharge from the delivery equipment and correlation testing will be performed and documented to ensure specification requirements are met at the discharge end. 2. Testing of Fresh Concrete. a. Air Content. Tex-414-A or Tex-416-A. b. Slump. Tex-415-A. c. Temperature. Tex-422-A. d. Making and Curing Strength Specimens. Tex-447-A. 3. Testing of Hardened Concrete. Only compressive strength testing will be used unless otherwise specified or shown on the plans. a. Compressive Strength. Tex-418-A. b. Flexural Strength. Tex-448-A. c. Maturity. Tex-426-a. 4. Certification of Testing Personnel. Contractor personnel performing testing must be either ACI-certified or qualified by a Department-recognized equivalent written and performance testing program for the tests being performed. Personnel performing these tests are subject to Department approval. Use of a commercial laboratory is permitted. All personnel performing testing using the maturity method must be qualified by a training program recognized by the Department before using this method on the job. 5. Adequacy and Acceptance of Concrete. The Engineer will sample and test the fresh and hardened concrete for acceptance. The test results will be reported to the Contractor and the concrete supplier. For any concrete that fails to meet the required strengths as outlined below, investigate the quality of the materials, the concrete production operations, and other possible problem areas to determine the cause. Take necessary actions to correct the problem including redesign of the concrete mix. The Engineer may suspend all concrete operations under the pertinent Items if the Contractor is unable to identify, document, and correct the cause of the low strengths in a timely manner. Resume concrete operations only after obtaining approval for any proposed corrective actions. a. Structural Concrete. For concrete classes identified as structural concrete in Table 5, the Engineer will make and test 7-day and 28-day specimens. Acceptance will be based on the design strength given in Table 5. The Engineer will evaluate the adequacy of the concrete by comparing 7-day test results to the target value established in accordance with Section 421.4.B, “Trial Batches.” b. All Other Concrete. For concrete classes not identified as structural concrete in Table 5, the Engineer will make and test 7-day specimens. The Engineer will base acceptance on the 7-day target value established in accordance with Section 421.4.B, “Trial Batches.” 6. Test Sample Handling. Unless otherwise shown on the plans or directed, remove forms and deliver department test specimens to curing facilities, in accordance with pertinent test procedures. Clean and prepare forms for reuse. 421.5. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. END OF ITEM TxDOT 421 TxDOT-421-12 Intentionally Left Blank TxDOT-502-1 ITEM 502 BARRICADES, SIGNS, AND TRAFFIC HANDLING 502.1. Description. Provide, install, move, replace, maintain, clean, and remove upon completion of work all barricades, signs, cones, lights, and other traffic control devices used for traffic handling as indicated on the plans and as directed. 502.2. Construction. Provide traffic control devices that conform to details shown on the plans, the TMUTCD, and the Compliant Work Zone Traffic Control Device List (CWZTCDL) maintained by the Traffic Operations Division. A. Implementation. Before beginning work, designate in writing a Contractor’s Responsible Person (CRP) to be the representative of the Contractor who is responsible for taking or directing corrective measures of installation and maintenance deficiencies as soon as possible. The CRP must be accessible by phone and able to respond to emergencies 24 hours per day. Follow the traffic control plan (TCP) and install traffic control devices as shown on the plans and as directed. Install traffic control devices straight and plumb. Do not make changes to the location of any device or implement any other changes to the TCP without the approval of the Engineer. Minor adjustments to meet field constructability and visibility are allowed. Submit Contractor-proposed TCP changes, signed and sealed by a licensed professional engineer, to the Engineer for approval. The Engineer may develop, sign, and seal Contractor-proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the CWZTCDL. Maintain traffic control devices by taking corrective action as soon as possible. Corrective action includes but is not limited to cleaning, replacing, straightening, covering, or removing devices. Maintain the devices such that they are properly positioned, spaced, and legible, and that retroreflective characteristics meet requirements during darkness and rain. B. Flaggers. Provide a Contractor representative who has been certified as a flagging instructor through courses offered by the Texas Engineering Extension Service, the American Traffic Safety Services Association, the National Safety Council, or other approved organizations. Provide the certificate indicating course completion when requested. This representative is responsible for training and assuring that all flaggers are qualified to perform flagging duties. A qualified flagger must be independently certified by one of the organizations listed above or trained by the Contractor’s certified flagging instructor. Provide the Engineer with a current list of qualified flaggers before beginning flagging activities. Use only flaggers on the qualified list. Flaggers must be courteous and able to effectively communicate with the public. When directing traffic, flaggers must use standard attire, flags, signs, and signals and follow the flagging procedures set forth in the TMUTCD. C. Removal. Upon completion of work, remove all barricades, signs, cones, lights, and other traffic control devices used for work-zone traffic handling, unless otherwise shown on the plans. 502.3. Measurement. This Item will be measured by the month. 502.4. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Barricades, Signs, and Traffic Handling.” This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. When the plans establish pay items for particular work called for in the TCP, that work will be measured and paid for under pertinent Items. A. Initiation of Payment. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling devices have been installed in accordance with the TCP and construction has begun. Installation of the project limit advance warning signs alone is not considered the beginning of construction. B. Paid Months. Monthly payment will be made each succeeding month for this Item provided the barricades, signs, and traffic handling devices have been installed and maintained in accordance with the TCP until the Contract amount has been paid. TxDOT-502-2 If, within the time frame established by the Engineer, the Contractor fails to provide or properly maintain signs and barricades in compliance with the Contract requirements, as determined by the Engineer, the Contractor will be considered in noncompliance with this Item. No payment will be made for the months in question, and the total final payment quantity will be reduced by the number of months the Contractor was in noncompliance. C. Maximum Total Payment Prior to Acceptance. The total payment for this Item will not exceed 10% of the total Contract amount before final acceptance in accordance with Article 5.8, “Final Acceptance.” However, when all work is complete for all project locations, except for work for vegetative establishment and maintenance periods and performance and test periods, the 10% of the total Contract amount may be exceeded. The remaining balance will be paid in accordance with Section 502.4.E, “Balance Due.” D. Total Payment Quantity. The quantity paid under this Item will not exceed the total quantity shown in the plans except as modified by change order and as adjusted by Section 502.4.B, “Paid Months.” An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the contract. E. Balance Due. If all work is complete and accepted in accordance with Article 5.8, “Final Acceptance,” before payment of the amount allowed by this Article, the balance due will be paid on the next estimate after the initial retainage release estimate or final acceptance for projects without retainage. F. Law Enforcement. Law enforcement required by the Engineer will be paid in accordance with Article 9.5, “Force Account.” END OF ITEM TxDOT 502 TxDOT-506-1 ITEM 506 TEMPORARY EROSION, SEDIMENTATION, AND ENVIRONMENTAL CONTROLS 506.1. Description. Install, maintain, and remove erosion, sedimentation, and environmental control devices. Remove accumulated sediment and debris. 506.2. Materials. A. Rock Filter Dams. 1. Aggregate. Furnish aggregate with hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding acceptable to the Engineer. Provide the following: • Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. • Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. 2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams. Type 4 dams require: • a double-twisted, hexagonal weave with a nominal mesh opening of 2-1/2 in. x 3-1/4 in.; • minimum 0.0866 in. steel wire for netting; • minimum 0.1063 in. steel wire for selvages and corners; and minimum 0.0866 in. for binding or tie wire. 3. Sandbag Material. Furnish sandbags meeting Section 506.2.I, “Sandbags,” except that any gradation of aggregate may be used to fill the sandbags. B. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, prefabricated fittings, and flared entrance sections that conform to the plans. Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 432, “Riprap.” C. Baled Hay. Provide hay bales weighing at least 50 lb., composed entirely of vegetable matter, measuring 30 in. or longer, and bound with wire, nylon, or polypropylene string. D. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non- erodible material that conforms to the plans. Provide rock or rubble with a minimum diameter of 6 in. and a maximum volume of 1/2 cu. ft. for the construction of energy dissipaters. E. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 1. Rock Construction Exit. Provide crushed aggregate for long and short-term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft, or flaky materials and organic and injurious matter. Use 4- to 8-in. aggregate for Type 1 and 2- to 4-in. aggregate for Type 3. 2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long-term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise shown on the plans or allowed. For short- term exits, provide plywood or pressed wafer board at least 1/2 in. thick. 3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. F. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. G. Pipe. Provide pipe outlet material in accordance with Item 556, “Pipe Underdrains,” and details shown on the plans. H. Construction Perimeter Fence. 1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnish soft wood posts with a minimum diameter of 3 in. or use 2 x 4 boards. Furnish hardwood posts with a minimum TxDOT-506-2 cross-section of 1-1/2 x 1-1/5 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.3 lb. per foot. 2. Fence. Provide orange construction fencing as approved by the Engineer. 3. Fence Wire. Provide 12-1/2 gauge or larger galvanized smooth or twisted wire. Provide16 gauge or larger tie wire. 4. Flagging. Provide brightly-colored flagging that is fade-resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 6. Used Materials. Previously used materials meeting the applicable requirements may be used if accepted by the Engineer. I. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst-strength exceeding 300 psi, and an ultraviolet stability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. Table 1 Sand Gradation Sieve # Maximum Retained (% by Weight) 4 3% 100 80% 200 95% J. Temporary Sediment Control Fence. Provide a net-reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 1. Fabric. Provide fabric materials in accordance with DMS-6230, “Temporary Sediment Control Fence Fabric.” 2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Soft wood posts must be at least 3 in. in diameter or nominal 2 x 4 in. Hardwood posts must have a minimum cross-section of 1-1/2 x 1-1/2 in. T- or L-shaped steel posts must have a minimum weight of 1.3 lb. per foot. 3. Net Reinforcement. Provide net reinforcement of at least 12-1/2 gauge galvanized welded wire mesh, with a maximum opening size of 2 x 4 in., at least 24 in. wide, unless otherwise shown on the plans. 4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 5. Used Materials. Use recycled material meeting the applicable requirements if accepted by the Engineer. 506.3. Equipment. Provide a backhoe, front end loader, blade, scraper, bulldozer, or other equipment as required when “Earthwork for Erosion Control” is specified on the plans as a bid item. 506.4. Construction. A. Contractor Responsibilities. Implement the Department’s Storm Water Pollution Prevention Plan (SWP3) for the project site in accordance with the specific or general storm water permit requirements. Develop and implement an SWP3 for project-specific material supply plants within and outside of the Department’s right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. B. General. 1. Phasing. Implement control measures in the area to be disturbed before beginning construction, or as directed. Limit the disturbance to the area shown on the plans or as directed. If, in the opinion of the Engineer, the Contractor cannot control soil erosion and sedimentation resulting from construction TxDOT-506-3 operations, the Engineer will limit the disturbed area to that which the Contractor is able to control. Minimize disturbance to vegetation. 2. Maintenance. Immediately correct ineffective control measures. Implement additional controls as directed. Remove excavated material within the time requirements specified in the applicable storm water permit. 3. Stabilization. Stabilize disturbed areas where construction activities will be temporarily stopped in accordance with the applicable storm water permit. Establish a uniform vegetative cover. The project will not be accepted until a 70% density of existing adjacent undisturbed areas is obtained, unless otherwise shown on the plans. When shown on the plans, the Engineer may accept the project when adequate controls are in place that will control erosion, sedimentation, and water pollution until sufficient vegetative cover can be established. 4. Finished Work. Upon acceptance of vegetative cover, remove and dispose of all temporary control measures, temporary embankments, bridges, matting, falsework, piling, debris, or other obstructions placed during construction that are not a part of the finished work, or as directed. 5. Restricted Activities. Do not locate disposal areas, stockpiles, or haul roads in any wetland, water body, or streambed. Do not install temporary construction crossings in or across any water body without the prior approval of the appropriate resource agency and the Engineer. Restrict construction operations in any water body to the necessary areas as shown on the plans or applicable permit, or as directed. Use temporary bridges, timber mats, or other structurally sound and non-eroding material for stream crossings. Provide protected storage area for paints, chemicals, solvents, and fertilizers at an approved location. Keep paints, chemicals, solvents, and fertilizers off bare ground and provide shelter for stored chemicals. C. Installation, Maintenance, and Removal Work. Perform work in accordance with the specific or general storm water permit. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until earthwork construction and permanent erosion control features are in place or the disturbed area has been adequately stabilized as determined by the Engineer. If a device ceases to function as intended, repair or replace the device or portions thereof as necessary. Remove sediment, debris, and litter. When approved, sediments may be disposed of within embankments, or in the right of way in areas where the material will not contribute to further siltation. Dispose of removed material in accordance with federal, state, and local regulations. Remove devices upon approval or when directed. Upon removal, finish-grade and dress the area. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. The Contractor retains ownership of stockpiled material and must remove it from the project when new installations or replacements are no longer required. 1. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor’s option. For Types 1, 2, 3, and 5, place the aggregate to the lines, height, and slopes specified, without undue voids. For Types 2 and 3, place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria, unless otherwise shown on the plans: a. Type 1 (Non-reinforced). (1) Height. At least 18 in. measured vertically from existing ground to top of filter dam. (2) Top Width. At least 2 ft. (3) Slopes. At most 2:1. b. Type 2 (Reinforced). (1) Height. At least 18 in. measured vertically from existing ground to top of filter dam. (2) Top Width. At least 2 ft. (3) Slopes. At most 2:1. TxDOT-506-4 c. Type 3 (Reinforced). (1) Height. At least 36 in. measured vertically from existing ground to top of filter dam. (2) Top Width. At least 2 ft. (3) Slopes. At most 2:1. d. Type 4 (Sack Gabions). Unfold sack gabions and smooth out kinks and bends. For vertical filling, connect the sides by lacing in a single loop–double loop pattern on 4- to 5-in. spacing. At one end, pull the end lacing rod until tight, wrap around the end, and twist 4 times. At the filling end, fill with stone, pull the rod tight, cut the wire with approximately 6 in. remaining, and twist wires 4 times. For horizontal filling, place sack flat in a filling trough, fill with stone, and connect sides and secure ends as described above. Lift and place without damaging the gabion. Shape sack gabions to existing contours. e. Type 5. Provide rock filter dams as shown on the plans. 2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8-in. lifts to the required elevations. Hand-tamp the soil around and under the entrance section to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at all points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipators or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432, “Riprap,” when designated on the plans. 3. Baled Hay for Erosion and Sedimentation Control. Install hay bales at locations shown on the plans by embedding in the soil at least 4 in. and, where possible, approximately 1/2 the height of the bale, or as directed. Fill gaps between bales with hay. 4. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on the plans, unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the materials specified above to a minimum depth of 9 in. at the flume outlet to the limits shown on the plans or as directed. 5. Construction Exits. When tracking conditions exist, prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits. Construct exits for either long or short-term use. a. Long-Term. Place the exit over a foundation course, if necessary. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed. (1) Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. (2) Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. b. Short-Term. (1) Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. (2) Type 4. Construct as shown on the plans or as directed. 6. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. a. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to TxDOT-506-5 prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. Where required, create a sediment basin providing 3,600 cu. ft. of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsite areas. b. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 7. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. a. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. b. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. c. Flag Attachment. Attach flagging to both wire strands midway between each post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot. 8. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment-laden storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 9. Temporary Sediment-Control Fence. Provide temporary sediment-control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion- control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. a. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the run-off source. b. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 x 6 in. Place the fabric against the side of the trench and align approximately 2 in of fabric along the bottom in the upstream direction. Backfill the trench, then hand-tamp. c. Fabric and Net Reinforcement Attachment. Unless otherwise shown under the plans, attach the reinforcement to wooden posts with staples, or to steel posts with T-clips, in at least 4 places equally spaced. Sewn vertical pockets may be used to attached reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. d. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced, unless otherwise shown under the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment-control fence include the following: • fabric with minimal or no visible signs of biodegradation (weak fibers), • fabric without excessive patching (more than 1 patch every 15 to 20 ft.), • posts without bends, and • backing without holes. 506.5. Measurement. A. Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. TxDOT-506-6 2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of average end areas. a. Installation. Measurement will be made in final position. b. Removal. Measurement will be made at the point of removal. B. Temporary Pipe Slope Drains. Temporary pipe slope drains will be measured by the foot. C. Baled Hay. Baled hay will be measured by each bale. D. Temporary Paved Flumes. Temporary paved flumes will be measured by the square yard of surface area. The measured area will include the energy dissipater at the flume outlet. E. Construction Exits. Construction exits will be measured by the square yard of surface area. F. Earthwork for Erosion Control. 1. Equipment. Equipment use will be measured by the actual number of hours the equipment is operated. 2. Volume Measurement. a. In Place. (1) Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. (2) Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: • the original ground surfaces or the surface upon that the embankment is to be constructed for the feature and • the lines, grades and slopes of the accepted embankment for the feature. b. In Vehicles. Excavation and embankment quantities will be combined and paid for under “Earthwork (Erosion and Sediment Control, In Vehicles).” Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. G. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. H. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. I. Temporary Sediment-Control Fence. Temporary sediment-control fence will be measured by the foot. 506.6. Payment. The following will not be paid for directly but are subsidiary to pertinent Items: • erosion-control measures for Contractor project-specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); • removal of litter; • repair to devices and features damaged by Contractor operations; • added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; • removal and reinstallation of devices and features needed for the convenience of the Contractor; • finish grading and dressing upon removal of the device; and • minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. The Contractor will be reimbursed in accordance with pertinent Items or Article 9.5, “Force Account,” for maintenance, repair, or reinstallation of devices and features when the need for additional control measures cannot be attributed to the above, as determined by the Engineer. Stabilization of disturbed areas will be paid for under pertinent Items. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. A. Rock Filter Dams. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid as follows: TxDOT-506-7 1. Installation. Installation will be paid for as “Rock Filter Dams (Install)” of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 2. Removal. Removal will be paid for as “Rock Filter Dams (Remove).” This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. When the Engineer directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for “Rock Filter Dams (Remove)” and for “Rock Filter Dams (Install)” of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals B. Temporary Pipe Slope Drains. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Temporary Pipe Slope Drains” of the size specified. This price is full compensation for furnishing materials, removal and disposal, furnishing and operating equipment, labor, tools, and incidentals. Removal of temporary pipe slope drains will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the pipe slope drain installation or portions thereof be replaced, payment will be made at the unit price bid for “Temporary Pipe Slope Drains” of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of the sediment trap, will be measured and paid for under Section 506.5.F, “Earthwork for Erosion and Sediment Control.” Riprap concrete or stone, when used as an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item 432, “Riprap.” C. Baled Hay. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Baled Hay.” This price is full compensation for furnishing and placing bales, excavating trenches, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the baled hay installation (or portions thereof) be replaced, payment will be made at the unit price bid for “Baled Hay,” which is full compensation for removal and reinstallation of the baled hay. D. Temporary Paved Flumes. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Temporary Paved Flume (Install)” or “Temporary Paved Flume (Remove).” This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for “Temporary Paved Flume (Remove)” and “Temporary Paved Flume (Install).” These prices are full compensation for the removal and replacement of the paved flume and for equipment, labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under Section 506.5.F, “Earthwork for Erosion and Sediment Control.” E. Construction Exits. Contractor-required construction exits from off-right of way locations or on-right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” for construction exits needed on right of way access to work areas required by the Department will be paid for at the unit price bid for “Construction Exits (Install)” of the type specified or “Construction Exits (Remove).” This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. When the Engineer directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for “Construction Exit (Remove)” and “Construction Exit (Install)” of the type specified. These prices are full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. Construction of sediment traps used in conjunction with the construction exit will be measured and paid for under Section 506.5.F, “Earthwork for Erosion and Sediment Control.” TxDOT-506-8 F. Earthwork for Erosion and Sediment Control. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Excavation (Erosion and Sediment Control, In Place),” “Embankment (Erosion and Sediment Control, In Place),” “Earthwork (Erosion and Sediment Control, In Vehicles),” “Dragline Work (Erosion and Sediment Control),” “Backhoe Work (Erosion and Sediment Control),” “Excavator Work (Erosion and Sediment Control),” “Front End Loader Work (Erosion and Sediment Control),” “Blading Work (Erosion and Sediment Control),” “Scraper Work (Erosion and Sediment Control),” or “Bulldozer Work (Erosion and Sediment Control).” This price is full compensation for excavation including removal of accumulated sediment in various erosion control installations as directed, hauling, and disposal of material not used elsewhere on the project; excavation for construction of erosion-control features; embankments including furnishing material from approved sources and construction of erosion-control features; sandbags; plywood; stage construction for curb inlets involved in curb-inlet sediment traps; and equipment, labor; tools, and incidentals. Earthwork needed to remove and obliterate of erosion-control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly, but will be subsidiary to this Item. G. Construction Perimeter Fence. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Construction Perimeter Fence.” This price is full compensation for furnishing and placing the fence; digging, fence posts, wire, and flagging; removal and disposal; and materials, equipment, labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the perimeter fence installation or portions thereof be removed and replaced, payment will be made at the unit price bid for “Construction Perimeter Fence,” which is full compensation for the removal and reinstallation of the construction perimeter fence. H. Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for “Sandbags for Erosion Control” (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals. Removal of sandbags will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the sandbag installation or portions thereof be replaced, payment will be made at the unit price bid for “Sandbags for Erosion Control,” which is full compensation for the reinstallation of the sandbags. I. Temporary Sediment-Control Fence. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Temporary Sediment-Control Fence.” This price is full compensation for furnishing and placing the fence; trenching, fence posts, fabric and backfill; removal and disposal; and equipment, labor, tools, and incidentals. Removal of temporary sediment-control fence will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the temporary sedimentation control fence installation or portions thereof be replaced, payment will be made at the unit price bid for “Temporary Sediment-Control Fence,” which is full compensation for the removal and reinstallation of the temporary sediment-control fence. END OF ITEM TxDOT 506 TxDOT-514-1 ITEM 514 PERMANENT CONCRETE TRAFFIC BARRIER 514.1. Description. Construct permanent concrete traffic barrier. 514.2. Materials. Furnish new barrier using materials that meet the pertinent requirements of the following Items: • Item 420, “Concrete Structures” • Item 421, “Hydraulic Cement Concrete” • Item 440, “Reinforcing Steel” • Item 442, “Metal for Structures.” Furnish the class of concrete shown on the plans. 514.3. Construction. A. General. Perform excavation and embankment work in accordance with Item 400, “Excavation and Backfill for Structures,” except for measurement and payment. Place reinforcing steel in accordance with Item 440, “Reinforcing Steel.” Welding of additional bars to the reinforcing cage is allowable, if approved, when slipform placement is used. Weld in accordance with Item 448, “Structural Field Welding.” Unless otherwise shown on the plans, cast barrier in place, slipform barrier, or construct barrier using precast concrete sections. Use forms meeting the requirements of Item 424, “Precast Concrete Structures (Fabrication)” for precast sections. Wood forms are allowable for curves and transitions. Construct formwork in accordance with Item 420, “Concrete Structures.” Multi-project fabrication plants (as defined in Item 424, “Precast Concrete Structures (Fabrication)”) that produce concrete traffic barrier must be approved in accordance with DMS-7350, “Qualification Procedure for Multi-Project Fabrication Plants of Precast Concrete Traffic Barrier.” The Construction Division maintains a list of approved multi-project plants. When required, construct drilled shaft foundations in accordance with Item 416, “Drilled Shaft Foundations.” Construct barrier in accordance with Item 420, “Concrete Structures.” Form-cure or water-cure concrete, except for precast sections, for at least 4 days, or cure with Type 1-D or Type 2 membrane curing compound. Cure precast sections in accordance with Item 424, “Precast Concrete Structures (Fabrication).” Remove concrete, mortar, oil, and other substances leaked onto the roadway. B. Cast-in-Place Barrier. 1. Conventionally Formed Barrier. Accurately set forms for conventionally formed barrier. Secure the forms in a manner that is not detrimental to roadway pavement and maintain barrier in a true position during concrete placement. Remove forms after the concrete has reached sufficient strength to prevent physical damage to the barrier. 2. Slipformed Barrier. Slipformed barriers must be within a vertical and horizontal alignment tolerance of ±1/4 in. in 10 ft. Construct barrier with a smooth and uniform appearance. Remove and replace unsatisfactory barrier at the Contractor’s expense. Consolidate concrete so it is free of honeycomb. Provide concrete with a consistency that will maintain the shape of the barrier without support. Minimize starting and stopping of the slipform operation by ensuring a continuous supply of concrete. Provide a wire line to maintain vertical and horizontal alignment of the slipform machine. Attach a grade line gauge or pointer to the machine so a continuous comparison can be made between the barrier being placed and the established grade line. Do not exceed the manufacturer’s recommended speed for the slipform machine. Rails or supports at the required grade are allowed instead of sensor controls. C. Precast Sections. If precast sections are to be used, notify the Engineer of the location of the casting site and date on which work will begin. Form-cure concrete until the concrete has reached sufficient strength to permit handling without visible cracks or other damage to the sections. Produce precast barrier sections to the tolerances of Table 1 unless otherwise shown on the plans. TxDOT-514-2 Table 1 Precast Barrier Tolerances Dimension Tolerance Length ±1" Insert Placement ±1/2" Horizontal Alignment ±1/8" per 10 ft. of length Deviation of Ends: Horizontal Skew ±1/4" Vertical Batter ±1/8" per foot of depth Repair or replace concrete traffic barrier damaged in the process of fabricating, curing, handling or placing, as directed. 514.4. Measurement. This Item, including terminal sections, will be measured by the foot. Barriers with two longitudinal half-sections will be measured once along the centerline between the two halves. 514.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Permanent Concrete Traffic Barrier” of the shape (e.g. Safety Shape, Single Slope, or “F” Shape), type (1, 2, 3, etc.), and height (for Single Slope) specified. This price is full compensation for furnishing and placing materials, including footings and drilled-shaft foundations; and excavation and embankment, equipment, labor, tools, and incidentals. Unless shown on the plans as a bid item, asphalt concrete pavement used for lateral support will not be paid for directly but will be subsidiary to this Item. END OF ITEM TxDOT 514 TxDOT-533-1 ITEM 533 SHOULDER TEXTURING 533.1. Description. Construct shoulder texturing. 533.2. Equipment. A. Milled-In Shoulder Texturing. Provide a rotary-type cutting head with a maximum outside diameter of 24 in. and a minimum length of 16 in. Arrange cutting tips to provide a relatively smooth cut with approximately 1/16 in. difference in texture deviation. Provide a cutting head with independent suspension from the power unit that will self-align with the shape of the shoulder and irregularities in the shoulder surface. Provide a cutting tool with guides to provide consistent alignment of each cut relative to the roadway and to provide uniformity throughout the project. B. Rolled-In Shoulder Texturing. Provide a steel-wheel or combination steel-wheel rubber-tire roller for shoulder texturing. Provide rubber tires with smooth or slick tread. Shim the axle to prevent roller movement side to side. Use a roller: • weighing at least 6 tons or one that applies a force equivalent to a 6-ton roller. • equipped with a water system to moisten the drums and tires to prevent picking up bituminous material. • with a guidance system, clearly visible to the operator, to provide for consistent alignment. • that produces the required texturing. Texture using sections of nominal 2-in. I.D. schedule 40 steel pipe fastened to the roller drum: • Cut pipe to produce indentations 1 in. deep with a variability of 1/8 in. • Cut pipe in 2-ft. sections, including 3-in. tapers on each end. • Place pipe so that the center-to-center spacing of indentations is between 8 and 9 in. • Place pipe on the non-steering drum of the roller. 533.3. Construction. Construct shoulder texturing at a distance of 4 to 6 in. from the outside edge of the edgeline as shown on the plans, or as directed. Maintain this distance throughout texturing. Leave at least 6 ft. untextured outside the shoulder, unless prohibited by shoulder width. Do not place shoulder texturing across exit or entrance ramps, acceleration and deceleration lanes, crossovers, gore areas, or intersections with other roadways, or at locations not shown on the plans. Correct misplaced texturing at the Contractor’s expense. A. Milled-In Shoulder Texturing. Provide milled-in shoulder texturing 7 in. wide in the direction of travel, with 1/2-in. tolerance, and 16 in. long perpendicular to travel. Construct depressions with a concave circular arc shape, a minimum depth of 1/2 in., and a maximum depth of 5/8 in. at the center of the cut. The depressions must have well defined edges and a smooth interior finish, and not snag or tear the finished pavement. Control dust during grinding operations. Before opening the adjacent lane to traffic, remove and dispose of debris by vacuuming or sweeping as directed. B. Rolled-In Shoulder Texturing. Perform texturing immediately behind the breakdown rolling operation and as closely behind the paver as possible. Construct shoulder texturing in a single pass. Do not allow vehicles or equipment on the textured area for a period of 24 hr. after texturing. Position rollers used for texturing by planking or other approved methods. 533.4. Measurement. Shoulder texturing will be measured longitudinally by the 100-ft. station. Measurement will not include interruptions across ramps, acceleration or deceleration lanes, crossovers, gore areas, or intersections with other roadways. 533.5. Payment. The work performed in accordance with this Item and measured as provided for under “Measurement” will be paid for at the unit price bid for “Shoulder Texturing (Milled)” and “Shoulder Texturing (Rolled).” This price is full compensation for equipment, labor, materials, tools, and incidentals. END OF ITEM TxDOT 533 TxDOT-545-1 ITEM 545 CRASH CUSHION ATTENUATORS 545.1. Description. Furnish and install, move and reset, or remove crash cushion attenuators. 545.2. Materials. A. Crash Cushion Attenuators. Furnish new crash cushion attenuators in accordance with the details shown on the plans and on the manufacturer’s shop drawings, or equal as approved. When the plans designate that the Department will furnish the crash cushion attenuators, pick them up at the location shown on the plans. B. Concrete. Furnish Class S concrete for pads that meets Item 421, “Hydraulic Cement Concrete.” 545.3. Construction. Perform the following as shown on the plans: A. Installation. Assemble and install crash cushion attenuators in accordance with the details shown on the plans and manufacturer recommendations. Obtain assembly and installation information for the crash cushion attenuators from the manufacturer and provide the Engineer with an installation and repair manual specific to the crash cushion attenuators. B. Moving and Resetting. Remove crash cushion attenuators from a stockpile or from an existing location and reset in a new location as shown on the plans or as directed. Install crash cushion attenuators in accordance with pertinent standards and manufacturer recommendations. Provide additional materials to complete the installation as needed. Dispose of unsalvageable materials in accordance with federal, state, and local regulations. C. Removal. Remove crash cushion attenuators from an existing location and stockpile in the area designated on the plans or as directed or dispose. Remove crash cushion attenuators in accordance with the plans and as directed. Clean and repair salvageable units before inspection by the Engineer, and return them to the Department. Dispose of unsalvageable materials in accordance with federal, state, and local regulations. 545.4. Measurement. This Item will be measured by each crash cushion attenuator. 545.5. Payment. The work performed and the materials furnished in accordance with this Item and measured as provided for under “Measurement” will be paid for at the unit price bid for “Crash Cushion Attenuator (Install),” “Crash Cushion Attenuator (Move and Reset),” and “Crash Cushion Attenuator (Remove)” of the model and type specified (where required by the standard). This price is full compensation for foundations; materials, stockpiling, moving and removing, hauling, installing and resetting, disposal of unsalvageable materials, equipment, labor, tools, and incidentals. END OF ITEM TxDOT 545 TxDOT-585-1 ITEM 585 RIDE QUALITY FOR PAVEMENT SURFACES 585.1. Description. Measure and evaluate the ride quality of pavement surfaces. 585.2. Equipment. A. Surface Test Type A. Provide a 10-ft. straightedge. B. Surface Test Type B. Provide a high-speed or lightweight inertial profiler, certified at the Texas Transportation Institute. Provide the Engineer with equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. Use a certified profiler operator from the Construction Division’s approved list. When requested, furnish the Engineer documentation for the person certified to operate the profiler. C. Diamond Grinding Equipment. When grinding is required, provide self-propelled powered grinding equipment that is specifically designed to smooth and texture pavements using circular diamond blades. Provide equipment with automatic grade control capable of grinding at least 3 ft. of width longitudinally in each pass without damaging the pavement. 585.3. Work Methods. Measure and evaluate profiles using Surface Test Types A and B on surfaces as described below unless otherwise shown on the plans. A. Transverse Profile. Measure the transverse profile of the finished riding surface in accordance with Surface Test Type A. B. Longitudinal Profile. Measure the longitudinal profile of the surface, including horizontal curves. 1. Travel Lanes. Unless otherwise shown on the plans, use Surface Test Type B on the finished riding surface of all travel lanes except as follows. a. Service Roads and Ramps. Use Surface Test Type A on service roads and ramps unless Surface Test Type B is shown on the plans. b. Short Projects. Use Surface Test Type A when project pavement length is less than 2,500 ft. unless otherwise shown on the plans. c. Bridge Structures. For span type bridge structures, approach slabs, and the 100 ft. leading into and away from such structures, measure the profile in accordance with the pertinent item or use Surface Test Type A. d. Leave-out Sections. Use Surface Test Type A for areas listed on the plans as leave-out sections. e. Ends. Use Surface Test Type A on the first and last 100 ft. of the project pavement length. 2. Shoulders and Other Areas. Use Surface Test Type A for shoulders and all other areas including intermediate pavement layers. C. Profile Measurements. Measure the finished surface in accordance with Surface Test Type A or B in accordance with Section 585.3.A, “Transverse Profile”; Section 585.3.B, “Longitudinal Profile”; and the plans. 1. Surface Test Type A. Test the surface with a 10-ft. straightedge at locations selected by the Engineer. 2. Surface Test Type B. a. Quality Control (QC) Testing. Perform QC tests on a daily basis throughout the duration of the project. Use a 10-ft. straightedge, inertial profiler, profilograph, or any other means to perform QC tests. b. Quality Assurance (QA) Testing. Perform QA tests using either a high-speed or lightweight inertial profiler. Coordinate with and obtain authorization from the Engineer before starting QA testing. Perform QA tests on the finished surface of the completed project or at the completion of a major stage of construction as approved by the Engineer. Perform QA tests within 7 days after receiving authorization. TxDOT-585-2 The Engineer may require QA testing to be performed at times of off-peak traffic flow. Operate the inertial profiler in a manner that does not unduly disrupt traffic flow as determined by the Engineer. When using a lightweight inertial profiler to measure a surface that is open to traffic, use a moving traffic control plan in accordance with Part 6 of the TMUTCD and the plans. In accordance with Tex-1001-S, operate the inertial profiler and deliver test results to the Engineer within 24 hr. of testing. Provide all profile measurements to the Engineer in electronic data files using the format specified in Tex-1001-S. (1) Verification Testing. Within 10 working days after the Contractor’s QA testing is completed for the project or major stage of construction, the Engineer may perform ride quality verification testing. When the Department’s profiler produces an overall average international roughness index (IRI) value that is more than 3.0 in. per mile higher than the value calculated using Contractor data, the Engineer will decide whether to accept the Contractor’s data, use the Department’s data, use an average of both party’s data, or request a referee test. Referee testing is mandatory if the difference is greater than 6.0 in. per mile. (2) Referee Testing. The Construction Division will conduct referee testing, and their results are final. The Construction Division may require recertification for the Contractor’s or Department’s inertial profiler. D. Acceptance Plan and Pay Adjustments. The Engineer will evaluate profiles for determining acceptance, bonus, penalty, and corrective action. 1. Surface Test Type A. Use diamond grinding or other methods approved by the Engineer to correct surface areas that have more than 1/8-in. variation between any 2 contacts on a 10-ft. straightedge. For asphalt concrete pavements, fog seal the aggregate exposed from diamond grinding. Following correction, retest the area to verify compliance with this Item. 2. Surface Test Type B. The Engineer will use the QA test results and the corresponding values in Table 1 to determine pay adjustments for ride quality using Department software. IRI values will be calculated using the average of both wheel paths. When taking corrective actions to improve a deficient 0.1-mi. section, pay adjustments will be based on the data obtained from reprofiling the corrected area. a. IRI Pay Adjustment for 0.1-mi. Sections. Unless pay adjustment Schedule 1 or 2 is shown on the plans, Schedule 3 from Table 1 will be used to determine the level of bonus or penalty for each 0.1-mi. section on the project. When Schedule 3 is specified, no associated bonuses will be paid for any 0.1-mi. section that contains localized roughness. b. IRI Deficient 0.1-mi. Sections. When pay adjustment Schedule 1 or 2 is specified, use diamond grinding or other approved work methods to correct any 0.1-mi. section with an average IRI over 95.0 in. per mile (IRI deficient). Correct the deficient section to an IRI of 65 in. per mile or less when Schedule 1 is specified and to an IRI of 75 in. per mile or less when Schedule 2 is specified. After making corrections, reprofile the pavement section to verify that corrections have produced the required improvements. Associated bonuses apply when successful corrective action improves the IRI of a deficient 0.1-mi. section. (1) Hydraulic Concrete Pavement. Use diamond grinding to correct deficient 0.1-mi. sections. (2) Asphalt Concrete Pavement. For asphalt concrete pavement, the Engineer may assess a $3,000 penalty per 0.1-mi. section instead of requiring corrective action. Use diamond grinding or other approved methods to correct deficient 0.1-mi. sections. If corrective action does not produce the required improvement, the Engineer may require continued corrective action, assess the pertinent schedule penalty if the reprofiled IRI is 95 in. per mile or less, or assess the $3,000 penalty if the reprofiled IRI is greater than 95 in. per mile. Fog seal the aggregate exposed from diamond grinding or other corrective methods allowed. c. Localized Roughness. Localized roughness will be measured using an inertial profiler in accordance with Tex-1001-S. The Engineer will determine areas of localized roughness using the average profile from both wheel paths. TxDOT-585-3 The Engineer may waive localized roughness requirements for deficiencies resulting from manholes or other similar appurtenances near the wheel path. (1) Corrective Action. When Schedule 1 or 2 is specified, use diamond grinding or other approved methods to remove localized roughness. When Schedule 3 is specified, use a 10-ft. straightedge to further evaluate areas with localized roughness, and use diamond grinding or other approved methods to correct areas that have more than 1/8-in. variation between any 2 contacts on the straightedge. For asphalt concrete pavements, fog-seal the aggregate exposed from diamond grinding. Reprofile the corrected area, and provide the Engineer the results that show the corrective action was successful. For asphalt concrete pavement, if the corrective action is not successful, the Engineer will require continued corrective action or assess a localized roughness penalty. (2) Localized Roughness Penalty Assessed. For asphalt concrete pavement, in lieu of corrective action, the Engineer may assess a penalty for each occurrence of localized roughness. No more than 1 penalty will be assessed for any 5 ft. of longitudinal distance. No localized roughness penalties will be assessed in deficient 0.1-mi. sections where the Engineer elects to asses the $3,000 penalty instead of corrective action. For Schedule 1, a localized roughness penalty of $500 per occurrence will be assessed. For Schedule 2, a localized roughness penalty of $250 per occurrence will be assessed. For Schedule 3, localized roughness penalties will not be assessed. 585.4. Measurement and Payment. The work performed, materials furnished, certification and recertification, traffic control for all testing, materials and work needed for corrective action, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. Sections shorter than 0.1 mi. and longer than 50 ft. will be prorated in accordance with Tex-1001-S. TxDOT-585-4 Table 1 Pay Adjustment Schedules for Ride Quality Average IRI for each 0.10 mi. of Traffic Lane Pay Adjustment $/0.10 mi. of Traffic Lane (in. / mi.) Schedule 1 Schedule 2 Schedule 3 < 30 600 600 300 30 600 600 300 31 580 580 290 32 560 560 280 33 540 540 270 34 520 520 260 35 500 500 250 36 480 480 240 37 460 460 230 38 440 440 220 39 420 420 210 40 400 400 200 41 380 380 190 42 360 360 180 43 340 340 170 44 320 320 160 45 300 300 150 46 280 280 140 47 260 260 130 48 240 240 120 49 220 220 110 50 200 200 100 51 180 180 90 52 160 160 80 53 140 140 70 54 120 120 60 55 100 100 50 56 80 80 40 57 60 60 30 58 40 40 20 59 20 20 10 60 0 0 0 61 0 0 0 TxDOT-585-5 Table 1 (continued) Pay Adjustment Schedules for Ride Quality Average IRI for each 0.10 mi. of Traffic Lane (in./mi.) Pay Adjustment $/0.10 mi. of Traffic Lane Schedule 1 Schedule 2 Schedule 3 62 0 0 0 63 0 0 0 64 0 0 0 65 0 0 0 66 –20 0 0 67 –40 0 0 68 –60 0 0 69 –80 0 0 70 –100 0 0 71 –120 0 0 72 –140 0 0 73 –160 0 0 74 –180 0 0 75 –200 0 0 76 –220 –20 0 77 –240 –40 0 78 –260 –60 0 79 –280 –80 0 80 –300 –100 0 81 –320 –120 0 82 –340 –140 0 83 –360 –160 0 84 –380 –180 0 85 –400 –200 0 86 –420 –220 0 87 –440 –240 0 88 –460 –260 0 89 –480 –280 0 90 –500 –300 0 91 –520 –320 0 92 –540 –340 0 93 –560 –360 0 94 -580 -380 0 TxDOT-585-6 Table 1 (continued) Pay Adjustment Schedules for Ride Quality Average IRI for each 0.10 mi. of Traffic Lane (in./mi.) Pay Adjustment $/0.10 mi. of Traffic Lane Schedule 1 Schedule 2 Schedule 3 95 –600 –400 0 > 95 Corrective Action Corrective Action Not Applicable END OF ITEM TxDOT 585 TxDOT 585-MOD-1 Modifications for Item TxDOT 585 Ride Quality for Pavement Surfaces The standard specifications of Item TxDOT 585, Ride Quality for Pavement Surfaces, shall be modified and superseded as follows. The section numbers shown correspond to the section numbers in the specifications. 585.2 Add the following: Surface Test Type A shall be used for this project. END OF ITEM TxDOT-585-MOD TxDOT-644-1 ITEM 644 SMALL ROADSIDE SIGN SUPPORTS AND ASSEMBLIES 644.1. Description. • Installation. Furnish, fabricate, and erect small roadside sign assemblies consisting of the signs, sign supports, foundations, and associated mounting hardware. • Relocation. Relocate existing small roadside sign assemblies, and furnish and fabricate materials as required. • Removal. Remove existing small roadside sign assemblies. 644.2. Materials. Furnish all materials unless otherwise shown on the plans. Furnish only new materials. Furnish and fabricate materials in accordance with the following Items and with details shown on the plans: • Item 421, “Hydraulic Cement Concrete” • Item 440, “Reinforcing Steel” • Item 441, “Steel Structures” • Item 442, “Metal for Structures” • Item 445, “Galvanizing” • Item 634, “Plywood Signs” • Item 636, “Aluminum Signs” • Item 643, “Sign Identification Decals” • Item 656, “Foundations for Traffic Control Devices.” Use galvanized steel, stainless steel, dichromate sealed aluminum, or other materials shown on the plans for pipe, bolts, nuts, washers, lock washers, screws, and other sign assembly hardware. When dissimilar metals are used, select or insulate the metals to prevent corrosion. 644.3. Construction. Install foundations in accordance with Item 656, “Foundations for Traffic Control Devices.” Plumb sign supports. Do not spring or rake posts to secure proper alignment. Use established safety practices when working near underground or overhead utilities. Consult the appropriate utility company before beginning work. A. Fabrication. Fabricate sign supports in accordance with Item 441, “Steel Structures.” Ensure that all components fit properly. Verify the length of each post for each sign before fabrication to meet field conditions and sign-mounting heights shown on the plans. Galvanize fabricated parts in accordance with Item 445, “Galvanizing.” Punch or drill any holes in steel parts or members before the parts or members are galvanized. Repair any steel part or member on which the galvanizing has been damaged during assembly, transit, erection, or welding in accordance with Section 445.3.D, “Repairs.” B. Installation. Locate sign supports as shown on the plans, unless directed to shift the sign supports within design guidelines to secure a more desirable location or to avoid conflict with utilities and underground appurtenances. Stake sign-support locations for verification by the Engineer. Install stub posts of the type, spacing, orientation, and projection shown on the plans. Remove and replace posts damaged during installation at the Contractor’s expense. Connect the upper post sections to the stub post sections as shown on the plans. Torque connection bolts as shown on the plans. Attach signs to support assemblies in accordance with the plans and pertinent Items. C. Relocation. Unless otherwise shown on the plans, reuse the existing supports and shorten or lengthen them as required. Obtain approval before lengthening existing supports. Furnish and install new breakaway stub posts in new foundations for relocated signs. Erect the supports on the new breakaway stub posts, and attach the signs to the supports. Attach signs to support assemblies in accordance with the plans and pertinent Items. Remove existing foundations to be abandoned in accordance with Section 644.3.D, “Removal.” D. Removal. Remove existing concrete foundations that are to be abandoned to 2 ft. below finish grade. Backfill the remaining hole with material equal in composition and density to the surrounding area. Replace any surfacing with like material to equivalent condition. TxDOT-644-2 E. Handling and Storage. Handle and store existing signs or portions of signs removed so that they are not damaged. Prevent any damage to the various sign assembly components. Replace any portion of the sign damaged by the Contractor designated for reuse or salvage, including messages removed. Stockpile all removed sign components that will be reused or that become the property of the Department at designated locations. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. F. Cleaning. After the sign has been installed, wash the entire sign with a biodegradable cleaning solution acceptable to the sheeting and screen ink manufacturers to remove dirt, grease, oil smears, streaks, finger marks, and other foreign materials. 644.4. Measurement. This Item will be measured as each small roadside assembly installed, removed, or relocated. 644.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for at the unit price bid for “Install Small Roadside Sign Supports and Assemblies” of the type specified, “Relocate Small Roadside Sign Supports and Assemblies” of the type specified, or “Remove Small Roadside Sign Supports and Assemblies.” A. Installation. This price is full compensation for furnishing, fabricating, galvanizing, and erecting the supports; constructing foundations including concrete (when required); furnishing complete signs including sign connections and all hardware; attaching the signs to the supports; washing and cleaning the signs; and equipment, materials, labor, tools, and incidentals. B. Relocation. This price is full compensation for furnishing and installing new breakaway stubs and new sign supports (when required); constructing foundations including concrete (when required); removing existing signs and related materials; new signs (when required); modifying existing sign supports; reinstallation of signs and sign assemblies; preparing and cleaning; salvaging; disposal of unsalvageable material; hauling, excavating, backfilling, and surface placement; new hardware; and equipment, materials, labor, tools, and incidentals. C. Removal. This price is full compensation for removing existing sign assemblies and related materials; salvaging; disposal of unsalvageable material; hauling, excavating, backfilling, and surface placement; and equipment, materials, labor, tools, and incidentals. END OF ITEM TxDOT 644 TxDOT-656-1 ITEM 656 FOUNDATIONS FOR TRAFFIC CONTROL DEVICES 656.1. Description. Construct concrete foundations for small roadside signs, traffic signal controllers, pedestal poles, roadside flashing beacon assemblies, and other small traffic control devices. 656.2. Materials. Ensure materials and construction methods conform to the requirements of this Item and the pertinent requirements of the following Items: • Item 400, “Excavation and Backfill for Structures” • Item 416, “Drilled Shaft Foundations” • Item 420, “Concrete Structures” • Item 421, “Hydraulic Cement Concrete” • Item 432, “Riprap” • Item 440, “Reinforcing Steel” • Item 441, “Steel Structures” • Item 442, “Metal for Structures” • Item 445, “Galvanizing” • Item 447, “Structural Bolting” • Item 449, “Anchor Bolts” • Item 618, “Conduit.” Use Class A concrete for nonreinforced drilled shafts. Use Class C concrete for reinforced drilled shafts. Use Class B concrete or polymer concrete composed of borosilicate glass fiber, catalyzed polyester resin, and aggregate for traffic signal controller foundations. Use drilled shaft or galvanized steel screw-in type foundations for roadside flashing beacon assemblies. Use reinforcing steel when required. 656.3. Construction. Stake and install foundations as shown on the plans. The Department may shift the foundation locations within design guidelines where necessary to secure a more desirable location or to avoid conflict with utilities. Use established industry and utility safety practices when working near underground or overhead utilities. Consult the appropriate utility prior to beginning work. Hold anchor bolts in place with templates during concrete placement. Hold embedded items such as conduit or other hardware in place during concrete placement with templates or other approved means. Cap conduits before placing concrete. Ream conduit to remove burrs and sharp edges. Install bell ends or bushings on the conduit. Carefully align foundation, posts, and anchor bolts. Do not spring or rake posts or anchor bolts. Remove the top template after concrete has achieved initial set. Keep forms and other bracing intact until the concrete has cured at least one curing day. Allow concrete for pedestal poles and roadside flashing beacon assemblies to cure at least 7 days before placing bases and poles on the foundation unless otherwise permitted in writing. Allow concrete for traffic signal controller foundations and small roadside signs to cure at least 4 days before placing cabinets and posts on the foundation unless otherwise permitted. Provide an ordinary surface finish to the concrete foundation extending above ground in accordance with Section 420.4.M, “Ordinary Surface Finish.” Place concrete riprap around the foundation in accordance with the plans. Backfill disturbed surface with material equal in composition and density to the surrounding area. Replace surfacing material with similar material to an equivalent condition. 656.4. Measurement and Payment. The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly, but will be subsidiary to pertinent Items. END OF ITEM TxDOT 656 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS XI 6) 7:17373 61 a W 717J N NJ CO REFERENCE DRAWINGS I RUNWAY 18 MALSR DUCT AND CABLE (102) RUNWAY 18 APPROACH/LIGHT PLAN (101) MG20 MALS BAR (98) RUNWAY 18 MALSR BORE PLAN/PROFILE (45B) RUNWAY 18 MALSR STATION -12+10 AND -14+24 LAYOUT (45A) RUNWAY 18 MALSR STATION BARRIER LAYOUT (45R) z (75 bdf lo6o18snxal O44 O CIO W h rn I CD -11 CD CD 1-11 O 0 y CO O c C) 28 V 26 25 TV a NJ CO NJ Ni -. NJ O -kNJ (D -\ CO J V i D) 15 -S A -S W J N - O O CO V D) (h a co Ni Sheet Number SHEET LIST TABLE EROSION CONTROL DETAILS GRADING AND EROSION CONTROL PLAN REUSABLE ENERGY ABSORBING CRASH TERMINAL (NARROW REACT 350) II REUSABLE ENERGY ABSORBING CRASH TERMINAL (NARROW REACT 350) I CONC SAFETY BARRIER (F -SHAPE) PRECAST BARRIER (TYPE I) II - CONC SAFETY BARRIER (F -SHAPE) PRECAST BARRIER (TYPE I) I RUMBLE STRIP DETAILS SIGN MOUNTING DETAILS SMD(SLIP-3)-08 SIGN MOUNTING DETAILS SMD(SLIP-2)-08 SIGN MOUNTING DETAILS SMD(SLIP-1)-08 MISCELLANEOUS DETAILS MALSR STATION 14 TYPICAL CROSS SECTIONS MALSR STATION 12 TYPICAL CROSS SECTIONS MALSR JOINT LAYOUT PLAN MALSR STA. 14 SITE IMPROVEMENTS MALSR STA. 12 SITE IMPROVEMENTS DEMOLITION PLAN TRAFFIC CONTROL DETAILS FOR SURFACING OPERATIONS TRAFFIC CONTROL PLAN TCP (2-2)-03 TRAFFIC CONTROL PLAN TCP (2-1)-98 TRAFFIC CONTROL PLAN TCP (1-1)-98 PAVING DETAILS WORKSHEET FOR EDGE CONDITION TREATMENT TYPES TESTING SCHEDULE CONSTRUCTION SAFETY PLAN PROJECT LAYOUT AND SURVEY CONTROL PROJECT NOTES AND SUMMARY OF QUANTITIES COVER SHEET AND SHEET INDEX Sheet Title CO V o 7 N tin CMA N 0 N n • -? uoi D rp O N� 3� NJ X LO '3/4•1 0 O rn z z rn Director of Capital Programs RELEASED FOR CONSTRUCTION: &ON AlINICIA z m z 0 z r 0 n 0 -D cn 0 T2 :JAB a3HVd3eld FAA GRANT NO. 3 -48 -0051 - CITY PROJECT No. E11046B ^D I xi C7 c0 rn Z 0 cn V+ -7(3 cn>c ECn-0 71Ca CA CI) 70 73rn oma z x Z D D I— CD N D Z 70 S1N2W3AOUdW :HOd SN` id S H 286 dVIlJ kLIO CLARKWOOD Ooh -o 0 o`z uo rn zrnn D O ~O� r 7 r x 56 CD cn�0 Co -H 0 S HIGHWAY 77 CALLICOATTE ROAD SOUTH RD a VIOLET RD MCKENZIE RD RAND MORGAN BCKHOL z D -1 CLARKWOOD ti 7 r JOE MIREU l Q ZQ C r-,- rn 0 n. fel O 4/4 CQ CF 'Y/cc- 9. 3 am HnsHlw 3or z 0 zm Z • m 0 • m m z Om -Ia -Iz O a -1 �D m mm 0 o z - z C) -Ir C O m0 T z• � O Z TI D O mO m Oz xi 1- 114c 1 C �m r Xref P1Prnincls\CRP036400.07 CAD102 Prniect101 Blanks\CRP036-BORDER REVISION NO. DATE BY REVISION NO. DATE BY #103/'OSld ADO m_ 0 a cD co ON DN/M VSO 08033S m -1 —s CO CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS COVER SHEET AND SHEET INDEX iehd krosooW CITY OF CORPUS CHRISTI TEXAS Deportment of Engineering Services rn z rn rn r� ( I F P1 n r r CONSULTANTS PROJECT NO. c rn 'ON133HS SLNV17RSNOO \\KSA-MCK-SERVER1\PROJECTS\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHF FI SETS\CRP036-COVR.DWG: 1. THE CONTRACTOR SHALL STRICTLY ADHERE TO ALL SECURITY POLICIES OF THE AIRPORT, INCLUDING ESCORTING PERSONNEL, BADGING AND ACCESS WITHIN THE SECURED AREAS OF THE AIRPORT. CONTRACTOR WILL BE ESCORTED BY AIRPORT OR FAA PERSONNEL TO USE THE CONTROL BENCHMARKS WITHIN THE SECURED AREA. CONTRACTOR SHALL BE RESPONSIBLE FOR SETTING TEMPORARY BENCHMARKS OUTSIDE THE AIRPORT FOR USE 22. THROUGHOUT THE PROJECT. GENERAL NOTES 21. THE CONTRACTOR SHALL AVOID BLOCKING SITE REGULATION AND DIRECTIONAL SIGNAGE AT ALL TIMES. 2. THE TERM "MALSR" IS USED IN THESE PLANS TO MEAN MEDIUM -INTENSITY APPROACH 23. LIGHTING SYSTEM WITH RUNWAY ALIGNMENT INDICATOR LIGHTS. 3. THE CONTRACTOR SHALL STRICTLY ADHERE TO ALL SECURITY POLICIES OF THE AIRPORT. AIRPORT SECURITY IS OF UTMOST IMPORTANCE. 4. EACH CONSTRUCTION AREA SHALL BE SHAPED TO ALLOW DRAINAGE OF SURFACE OR GROUND WATER DURING EACH WORK OPERATION. IF NECESSARY, SURFACE OR GROUND WATER SHALL BE PUMPED IMMEDIATELY FROM EACH CONSTRUCTION AREA. THE COST OF DEWATERING SHALL BE SUBSIDIARY TO CONSTRUCTION. 5. ALL WORK SHALL BE IN ACCORDANCE WITH FAA ADVISORY CIRCULATION (AC) 150/5370-2, "OPERATIONAL SAFETY ON AIRPORTS DURING CONSTRUCTION", CURRENT EDITION. 6. CONTRACTOR SHALL NOTIFY TXDOT AT LEAST 7 DAYS IN ADVANCE OF ANY WORK IN THE TXDOT RIGHT-OF-WAY. 7. CONTRACTOR SHALL NOTIFY THE CONSTRUCTION MANAGER AT LEAST 96 HOURS BEFORE ANY NOTAMS ARE REQUIRED. CONSTRUCTION MANAGER WILL THEN COORDINATE WITH AIRPORT MANAGEMENT TO ENSURE NOTAMS ARE PUBLISHED APPROPRIATELY. 8. VEHICLE IDENTIFICATION AND PARKING: A. ALL CONTRACTOR VEHICLES AND EQUIPMENT SHALL BE IDENTIFIED BY FLAGS AND/OR AMBER FLASHING LIGHT IN ACCORDANCE WITH AC 150/5370-2. (FLAG OR LIGHTS FOR DAY OPERATIONS AND LIGHTS FOR NIGHT OPERATIONS). B. EMPLOYEE PARKING SHALL BE AS DESIGNATED BY THE CONSTRUCTION MANAGER. 7. CONSTRUCTION SITE ACCESS AND HAUL ROADS: ACCESS TO THE JOB SITE SHALL BE AS SHOWN ON THE PLANS OR AS DESIGNATED BY THE CONSTRUCTION MANAGER. 8. ALL WASTE OR SPOIL MATERIAL SHALL BE DISPOSED OF OFF THE PROJECT SITE BY THE CONTRACTOR IN A LICENSED LANDFILL, UNLESS OTHERWISE NOTED, AT THE EXPENSE OF THE CONTRACTOR. 9. CONTRACTOR SHALL PROVIDE AND INSTALL ALL MATERIALS AND DRAINAGE STRUCTURES TO CONSTRUCT A STABILIZED CONSTRUCTION EXIT AT EACH POINT SHOWN ON THE PLANS. 10. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR OF ANY DAMAGE TO AIRPORT, FAA AND/OR TXDOT FACILITIES INCLUDING BUT NOT LIMITED TO EXISTING PAVEMENTS, UNDERGROUND CABLES, LIGHTS, SIGNS, NAVIGATION EQUIPMENT, FENCING, BUILDINGS, PIPELINES, ETC. ENCOUNTERED DURING CONSTRUCTION. ALL REPAIRS MUST BE MADE TO EQUAL OR BETTER QUALITY AND IN COMPLIANCE WITH THE AIRPORT MANAGEMENT, CONSTRUCTION MANAGER, TXDOT AND/OR FAA REQUIREMENTS. ALL REPAIR AND REPLACEMENT COSTS SHALL BE AT THE EXPENSE OF THE CONTRACTOR. RUNWAY 18-36 IS THE ONLY OPERATIONAL RUNWAY AT THE AIRPORT AND THEREFORE THE CONTRACTOR MUST PROCEED WITH CAUTION TO ENSURE THAT ITS OPERATIONS ARE NOT ADVERSELY IMPACTED WHILE WORKING ON THE MALSR STATIONS IN THIS PROJECT. IF ANY OF THE FACILITIES ARE IMPACTED, FAA TECH OPS WORK WILL SUPERSEDE ALL CONTRACTOR SCHEDULES SINCE MAINTENANCE AND OPERATION OF THE FACILITY IS TOP PRIORITY. 24. THE CONTRACTOR SHALL SUPPLY PORTABLE HAND-HELD 2 -WAY RADIOS (AVIATION BAND), SET TO A PREDETERMINED FREQUENCY ESTABLISHED BY THE AIRPORT MANAGEMENT, TO EACH FLAG MAN, SUPERVISORY INDIVIDUAL AND RESIDENT PROJECT REPRESENTATIVE SO THAT THEY MAY KEEP IN CONSTANT CONTACT AT ALL TIMES WITH THE AIR TRAFFIC CONTROL TOWER. THE CONTRACTOR SHALL MAINTAIN ALL RADIOS THROUGHOUT THE DURATION OF THE PROJECT. UPON COMPLETION OF THE PROJECT AND ACCEPTANCE BY THE OWNER, THE RESIDENT PROJECT REPRESENTATIVE SHALL RETURN THE RADIO SET TO THE CONTRACTOR. 25. EACH WEEK THE CONTRACTOR SHALL SUBMIT HIS CONSTRUCTION WORK SCHEDULE TO THE CONSTRUCTION MANAGER, PROJECTING HIS UPCOMING WORK FOR THE NEXT TWO WEEKS. THE CONSTRUCTION MANAGER, AIRPORT MANAGEMENT, TXDOT, AND RESIDENT PROJECT REPRESENTATIVE SHALL REVIEW THIS PLAN WEEKLY WITH THE CONTRACTOR SO THAT INVOLVED PARTIES ARE AWARE OF UPCOMING CONSTRUCTION EVENTS. WEEKLY PROGRESS MEETINGS ARE MANDATORY. THE DAY OF THE WEEK FOR THESE MEETINGS MAY BE DETERMINED AT A LATER DATE BY AGREEMENT BETWEEN THE CONSTRUCTION MANAGER, AIRPORT MANAGEMENT, TXDOT, THE FAA, AND THE CONTRACTOR. THESE MEETINGS SHALL BE CONDUCTED BY THE CONSTRUCTION MANAGER. 26. THE CONTRACTOR SHALL MAINTAIN A CLEAN SAFE CONSTRUCTION WORK AREA. THE CONTRACTOR SHALL PERFORM CLEANUP OPERATIONS ON A DAILY BASIS. 27. THE CONTRACTOR SHALL VIDEO THE ENTIRE WORK AREA AND ACCESS ROUTES AFTER THE PRE -CONSTRUCTION MEETING AND PRIOR TO MOBILIZATION OF PERSONNEL AND EQUIPMENT. THE CONTRACTOR SHALL PROVIDE ONE (1) COPY OF THE VIDEO EACH TO THE CONSTRUCTION MANAGER, AIRPORT MANAGEMENT, TXDOT AND THE FAA. THIS DOCUMENTATION SHALL BE USED TO DETERMINE THE AMOUNT OF DAMAGE, IF ANY, CAUSED TO THE EXISTING FACILITIES BY THE CONTRACTOR DURING CONSTRUCTION OPERATIONS AND THE QUALITY OF CONSTRUCTION WHICH SHALL BE REQUIRED FOR THE REPAIRS. 28. CONSTRUCTION EQUIPMENT AND VEHICLES SHALL TRAVEL A MINIMUM AMOUNT ON PAVEMENTS SO THAT THESE AREAS WILL NOT BE DAMAGED. THE CONTRACTOR SHALL BE RESPONSIBLE FOR REPAIR OF ANY DAMAGE TO PAVEMENTS AT THE CONTRACTOR'S EXPENSE. 29. CONSTRUCTION WORKERS WILL NOT BE ALLOWED TO ESTABLISH OVERNIGHT RESIDENCE ON THE PREMISES. ALL CONSTRUCTION WORKERS SHALL LEAVE THE CONSTRUCTION SITE AT THE END OF THEIR WORK PERIOD. 30. ALL MATERIAL SUBMITTALS FOR ITEMS TO BE USED IN CONSTRUCTION OF THE PROJECT SHALL BE SUBMITTED TO THE ENGINEER FOR REVIEW AND APPROVAL.THE ENGINEER SHALL HAVE UP TO TEN (10) CALENDAR DAYS TO COMPLETE THE SUBMITTAL REVIEW AND RESPOND TO THE CONTRACTOR. 11. CONTRACTOR SHALL BE RESPONSIBLE FOR LOCATING AND ACQUIRING AN ACCEPTABLE WATER SOURCE AS REQUIRED FOR CONSTRUCTION. 31. 12. THE CONTRACTOR SHALL ANTICIPATE ALL UNDERGROUND OBSTRUCTIONS SUCH AS, BUT NOT LIMITED TO, WATER MAINS, GAS LINES, STORM AND SANITARY SEWERS, TELEPHONE OR ELECTRIC LIGHT OR POWER DUCTS, CONCRETE, AND DEBRIS. ANY LINES OR OBSTRUCTIONS INDICATED ON THE DRAWINGS SHOW ONLY THE APPROXIMATE LOCATIONS AND SHALL BE VERIFIED IN THE FIELD BY THE CONTRACTOR. THE OWNER AND CONSTRUCTION MANAGER WILL ENDEAVOR TO FAMILIARIZE THE CONTRACTOR WITH ALL KNOWN UTILITIES AND OBSTRUCTIONS, BUT THIS SHALL NOT RELIEVE THE CONTRACTOR FROM FULL RESPONSIBILITY IN ANTICIPATING ALL UNDERGROUND OBSTRUCTIONS, WHETHER OR NOT SHOWN ON THE DRAWINGS. 13. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, MAINTAIN IN PROPER WORKING ORDER AND WITHOUT INTERRUPTION OF SERVICE ALL EXISTING UTILITIES AND SERVICES WHICH MAY BE ENCOUNTERED IN THE WORK. WITH THE CONSENT OF THE CONSTRUCTION MANAGER, THE AIRPORT, AND THE UTILITY OWNER SUCH SERVICE CONNECTIONS MAY BE TEMPORARILY INTERRUPTED TO PERMIT THE CONTRACTOR TO REMOVE DESIGNATED LINES OR TO MAKE TEMPORARY CHANGES IN THE LOCATIONS OF SERVICES. THE COST OF MAKING ANY CHANGES SHALL BE AT THE CONTRACTOR'S EXPENSE. 14. THE CONTRACTOR SHALL, AT HIS OWN EXPENSE, NOTIFY ALL UTILITY COMPANIES INVOLVED TO HAVE THEIR UTILITIES LOCATED AND MARKED IN THE FIELD. ALL UNDERGROUND UTILITIES SHALL THEN BE UNCOVERED TO VERIFY LOCATION AND ELEVATION BEFORE CONSTRUCTION BEGINS, AT NO ADDITIONAL COST TO THE OWNER. THE CONTRACTOR SHALL COORDINATE WITH UTILITY OWNER IF UTILITY INSPECTOR MUST BE PRESENT ON SITE WHEN LOCATING OR EXCAVATING NEAR UTILITIES. 15. THE CONTRACTOR SHALL INSTALL SHEETING AND BRACING NECESSARY TO SUPPORT THE SIDES OF TRENCHES AND OTHER EXCAVATIONS WITH VERTICAL SIDES, AS REQUIRED BY CURRENT OSHA REGULATIONS. 16. THE CONTRACTOR SHALL PROVIDE AND MAINTAIN ALL HORIZONTAL AND VERTICAL CONSTRUCTION STAKING AS REQUIRED FOR THE PROJECT DEVELOPMENT. 17. ANY LOCATIONS OF THE TEMPORARY SEDIMENT FENCE SHOWN ON THE PLANS ARE APPROXIMATE ONLY. THE EXACT LOCATION(S) OF TEMPORARY SEDIMENT FENCE SHALL BE DETERMINED BY THE CONSTRUCTION MANAGER. THE TEMPORARY SEDIMENT FENCE SHALL BE INSTALLED AND MAINTAINED IN COMPLIANCE WITH TEXAS POLLUTANT DISCHARGE ELIMINATION PERMIT TXR 150000. PAYMENT SHALL BE MADE BASED ON THE PRICE AS LISTED IN THE BID PROPOSAL AND THE ORIGINAL LINEAR FEET OF MATERIAL INITIALLY INSTALLED. PAYMENT SHALL NOT BE MADE FOR REPLACEMENT FENCE REQUIRED FOR REPAIR OR MAINTENANCE. THE TEMPORARY SEDIMENT FENCE SHALL BE MAINTAINED IN PROPER CONDITION AT ALL TIMES DURING THE PROJECT. THE COST OF REPAIRING OR MAINTAINING THE TEMPORARY SEDIMENT FENCE SHALL BE THE RESPONSIBILITY OF THE CONTRACTOR. 18. TOPSOIL REPLACEMENT IS REQUIRED IN ALL DISTURBED AREAS. TOPSOIL SHALL INCLUDE THE TOP FOUR (4) INCHES OF EXCAVATION. TOPSOIL SHALL BE KEPT SEPARATE FROM GENERAL EXCAVATED MATERIAL. IN CULTIVATED AREAS, ROCK FROM THE EXCAVATION SHALL NOT BE INCLUDED IN THE TOP FOUR INCHES OF TOPSOIL BACKFILL. ALL AREAS OF BACKFILL OR EXCAVATION SHALL BE BROUGHT TO WITHIN FOUR (4) INCHES OF FINAL GRADE AND BROUGHT TO GRADE WITH COMPACTED TOP SOIL. ALL SAW CUTTING SHALL BE SUBSIDIARY TO THE VARIOUS BID ITEMS ON THE PROJECT. 32. THE CONTRACTOR IS RESPONSIBLE FOR THE LOCATION AND RESTRICTIONS FOR SERVICING AND MAINTAINING EQUIPMENT AND DISPOSAL OF USED LUBRICANTS, ETC. ACCORDING TO THE PERTINENT LAWS AND REGULATIONS. 33. THE CONTRACTOR'S PROJECT SUPERINTENDENT OR HIS DESIGNATED ASSISTANT MUST BE ON SITE DURING ALL WORK ACTIVITIES INCLUDING THOSE BY SUBCONTRACTORS. 34. IN THE EVENT THAT UNANTICIPATED ARCHEOLOGICAL DEPOSITS ARE ENCOUNTERED DURING CONSTRUCTION, WORK IN THE IMMEDIATE AREA WILL CEASE AND THE CONSTRUCTION MANAGER WILL BE NOTIFIED. 35. IN THE EVENT THAT UNANTICIPATED HAZARDOUS MATERIALS ARE ENCOUNTERED DURING CONSTRUCTION, WORK IN THE IMMEDIATE AREA WILL CEASE AND CONSTRUCTION MANAGER WILL BE NOTIFIED. THE 36. STOCKPILE AND STAGING AREAS ARE RESTRICTED TO THOSE AREAS AS DESIGNATED ON THE PLANS OR AS APPROVED BY THE CONSTRUCTION MANAGER. 37. ALL CORRESPONDENCE WITH THE AIRPORT WILL BE MADE THROUGH THE CONSTRUCTION MANAGER. THE CONSTRUCTION MANAGER SHALL BE THE POINT OF CONTACT FOR THE CONTRACTOR ON ALL NOTAMS OR OTHER COMMUNICATION. 38. CONTRACTOR SHALL COORDINATE AND OBTAIN APPROVAL IN ADVANCE FROM FAA (LOCAL SSC AND R.E) FOR ALL WORK. CONTRACTOR TO MAINTAIN SERVICE ACCESS TO AND SECURITY FOR FAA FACILITY OPERATION. COORDINATE TEMPORARY FACILITY AND LIGHT STATION SHUT DOWN AS REQUIRED. 39. IF GROUND WATER IS ENCOUNTERED, THE CONTRACTOR SHALL BE REQUIRED TO FULLY COMPLY WITH THE PROCEDURES FOR AUTHORIZED DISCHARGE OF GROUND WATER TO THE CITY OF CORPUS CHRISTI MS4, AS NOTED IN THE SPECIFICATIONS. 40. TRAFFIC CONTROL DEVICES SHALL BE FURNISHED AND MAINTAINED BY THE CONTRACTOR THROUGHOUT THIS PROJECT IN ACCORDANCE WITH THE LATEST VERSION OF THE TEXAS MANUAL OF UNIFORM TRAFFIC CONTROL DEVICES (TX MUTCD). 41. CONTRACTOR SHALL BE RESPONSIBLE FOR SETUP AND MAINTENANCE OF ALL TRAFFIC CONTROL DEVICES INCLUDING BUT NOT LIMITED TO FLAGMEN, TRAFFIC CONES, TRAFFIC BARRELS, FLASHING BARRICADES, CONSTRUCTION SIGNS, ETC. ALL TRAFFIC CONTROL DEVICES SHALL BE IN ACCORDANCE WITH TX MUTCD. 42. CONTRACTOR SHALL KEEP DIRT, MUD AND DEBRIS OFF OPEN PAVEMENTS WITHIN THE PROJECT VICINITY. CONTRACTOR SHALL IMMEDIATELY CLEAN DIRT, MUD AND DEBRIS FROM OPEN PAVEMENTS AS SOON AS IT IS NOTICED BY THE CONTRACTOR OR NOTIFIED BY THE ENGINEER OR OWNER (NO DIRECT PAY). 43. THROUGHOUT THE PROJECT, THERE MAY BE BRIEF PERIODS IN WHICH THE CONTRACTOR WILL NOT BE ALLOWED TO WORK. THE CONTRACTOR WILL BE GIVEN DUE NOTICE OF THESE PERIODS AND WILL BE REQUIRED TO CLEAR OUT OF ANY WORK AREAS, CLEAR ANY OBSTRUCTIONS, AND/OR PERFORM ANY NECESSARY WORK SO THAT THE WORK AREAS WILL BE FULLY OPERATIONAL DURING THESE PERIODS. 19. UPON COMPLETION OF FINAL GRADING, ALL AREAS DISTURBED BY THE CONTRACTOR SHALL BE VEGETATED AS SPECIFIED IN THE CONTRACT. 44. 20. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDING HIS OWN PROJECT OFFICE, TOILET FACILITIES AND OTHER NECESSARY BUILDINGS OR SHELTERS. THE AIRPORT WILL NOT PROVIDE FACILITIES TO THE CONTRACTOR DURING CONSTRUCTION. THE CONTRACTOR'S OFFICE SHALL BE LOCATED IN THE CONTRACTOR'S STAGING AREA, OR AN ALTERNATE LOCATION APPROVED IN WRITING BY THE CONSTRUCTION MANAGER DURING THE BIDDING PROCESS. THE CONTRACTOR'S OFFICE MUST INCLUDE A MEETING TABLE AND CHAIRS LARGE ENOUGH FOR TEN PEOPLE TO BE SEATED COMFORTABLY. WORK CANNOT COMMENCE UNTIL: A. SUFFICIENT BARRICADES ARE IN PLACE TO CONFINE THE WORK AREA AND CREATE A BARRIER BETWEEN CONSTRUCTION OPERATION AREA AND PUBLIC ACCESS. B. ALL SAFETY EQUIPMENT FOR PERSONNEL AND CONSTRUCTION EQUIPMENT IS IN PLACE AND OPERABLE; C. A NOTICE TO PROCEED HAS BEEN ISSUED TO THE CONTRACTOR. 45. THE CONTRACTOR SHALL SUBMIT FOR APPROVAL A PLAN SHOWING PROPOSED PARKING AND STORAGE LOCATIONS. THIS PLAN SHALL REQUIRE APPROVAL BY THE OWNER AND ENGINEER PRIOR TO COMMENCING WORK. THE CONTRACTOR SHALL PARK ALL EQUIPMENT IN THE STORAGE AREA WHEN NOT IN USE. 46. ALL WORK WILL BE ACCOMPLISHED DURING NORMAL DAYTIME WORKING HOURS ONLY, OR AS APPROVED BY THE ENGINEER. 47. IT IS IMPERATIVE THAT A FIRM SUBGRADE BE MAINTAINED IN THE PAVEMENT CONSTRUCTION AREAS AT ALL TIMES. THE CONTRACTOR SHALL SHAPE THE SUBGRADE TO DRAIN AND SHALL PROVIDE, MAINTAIN, AND OPERATE PORTABLE PUMPS AS NECESSARY TO PREVENT THE PONDING OF WATER ON THE SUBGRADE OR BASE COURSE. PUMPING SHALL COMMENCE AS SOON AS POSSIBLE FOLLOWING THE COMPLETION OF A RAINSTORM. 48. ANY WORK DESCRIBED IN THE PLANS OR SPECIFICATIONS THAT IS NOT PAID FOR DIRECTLY BY A SPECIFIC BID ITEM SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 49. THE CONTRACTOR SHALL BE RESPONSIBLE FOR OBTAINING ANY REQUIRED PERMITS FROM THE CITY OF CORPUS CHRISTI, TXDOT, OR ANY OTHER GOVERNING AUTHORITY, BEFORE ANY WORK CAN COMMENCE. THE CONTRACTOR SHALL ALSO BE RESPONSIBLE FOR COORDINATING CITY INSPECTIONS, AS NECESSARY, OF ANY UTILITY WORK THROUGHOUT THE PROJECT. THIS SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 50. EROSION CONTROLS SHALL BE INSPECTED AT A MINIMUM OF EVERY SEVEN (7) DAYS AND AFTER RAINS OF 0.5 INCHES OR GREATER. 51. REMOVE EROSION CONTROL DEVICES AS DIRECTED ONCE GRASS IS ESTABLISHED TO 70% DENSITY ON 100% OF THE COVERED AREA, AS COMPARED TO SURROUNDING AREAS. 52. KEEP WORK FREE FROM GROUND OR SURFACE WATER AT ALL TIMES. PROVIDE PUMPS OF ADEQUATE CAPACITY OR OTHER APPROVED METHOD TO REMOVE WATER FROM THE EXCAVATION IN SUCH A MANNER THAT IT WILL NOT INTERFERE WITH THE PROGRESS OF THE WORK OR THE PROPER PLACING OF OTHER WORK. THE COST OF DEWATERING THE EXCAVATION SHALL BE SUBSIDIARY TO CONSTRUCTION. DEMOBILIZATION NOTES 1. CONDITIONS OF THE PROJECT AREA UPON COMPLETION OF THE JOB SHALL BE AS GOOD AS OR BETTER THAN THE CONDITION PRIOR TO STARTING WORK, IN ADDITION TO THE WORK ITEMS LISTED. 2. THE PROJECT AREA SHALL BE FREE OF ANY CONTRACTOR STOCKPILE MATERIALS UPON COMPLETION OF THE JOB, UNLESS OTHERWISE DIRECTED BY THE ENGINEER. 3. UPON COMPLETION OF THE PROJECT, ALL HAUL ROUTES SHALL BE PROPERLY CLEANED TO PREVENT OBSTRUCTION AND/OR CAUSE INCONVENIENCE TO NORMAL REGULAR TRAFFIC. ALL TEMPORARY HAUL ROUTES SHALL BE REMOVED AND BROUGHT BACK TO ORIGINAL CONDITION OR BETTER, AT NO ADDITIONAL COST TO THE OWNER. 4. THE CONTRACTOR'S MANAGER'S TRAILER, ALL OF THE CONSTRUCTION EQUIPMENT, AND ANY FACILITIES TEMPORARILY PLACED ON SITE FOR THE PROJECT SHALL BE REMOVED FROM THE SITE. 5. ANY PROPERTIES BELONGING TO THE AIRPORT SHALL BE RETURNED TO THE AIRPORT. 6. PROPER DRAINAGE (NO LOCALIZED PONDING) SHALL BE MAINTAINED, DURING AND AFTER DEMOBILIZATION. 7. DEMOBILIZATION SHALL BE COMPLETED TO THE SATISFACTION OF THE CONSTRUCTION MANAGER, TXDOT, THE FAA AND AIRPORT MANAGEMENT. 8. DEMOBILIZATION SHALL BE COMPLETED IN A MANNER THAT WILL MINIMIZE ANY INCONVENIENCE TO AIRPORT OPERATIONS. 9. ANY DAMAGE TO THE AIRPORT PROPERTIES DURING DEMOBILIZATION SHALL BE REPAIRED AND PAID FOR AT THE CONTRACTOR'S OWN EXPENSE. 10. SAFETY REGULATIONS SHALL REMAIN IN EFFECT DURING DEMOBILIZATION. 11. THE COST OF DEMOBILIZATION SHALL BE CONSIDERED SUBSIDIARY TO THE COST OF MOBILIZATION. 12. THE CONTRACTOR SHALL VIDEO THE ENTIRE WORK AREA AFTER COMPLETION OF ALL PROJECT CONSTRUCTION ACTIVITIES. THE CONTRACTOR SHALL PROVIDE ONE (1) COPY OF THE VIDEO EACH TO THE CONSTRUCTION MANAGER, AIRPORT MANAGEMENT, TXDOT AND THE FAA. ACCESS ROUTE NOTES 1. DAMAGE TO EXISTING FACILITIES WHICH IS CAUSED BY THE CONTRACTOR'S OPERATIONS SHALL BE REPAIRED TO ORIGINAL OR BETTER CONDITION, AT NO EXPENSE TO THE OWNER. 2. ACCESS ROUTES FOR EACH CONSTRUCTION PHASE SHALL BE COORDINATED WITH THE CONSTRUCTION MANAGER. 3. THE PAVEMENT ON THE ACCESS ROUTES MAY NOT SUPPORT CONSTRUCTION TRAFFIC. THE CONTRACTOR SHALL LIMIT LOADS AS NECESSARY TO PREVENT DAMAGE OR SHALL INCLUDE IN HIS BID ADEQUATE BUDGET TO REPAIR DAMAGE TO PAVEMENT. 4. CONTRACTOR SHALL SWEEP PAVEMENTS FREQUENTLY TO KEEP FREE OF DEBRIS. CONTRACTOR SHALL WATER EXCAVATION, EMBANKMENT, BORROW AREAS AND ACCESS ROUTES, AS REQUIRED, TO MINIMIZE DUST AS DIRECTED BY THE CONSTRUCTION MANAGER. 5. CONTRACTOR SHALL LOCATE, MARK, AND PROTECT EXISTING UTILITIES. ANY DAMAGE TO THESE FACILITIES SHALL BE REPAIRED AT NO ADDITIONAL EXPENSE TO THE OWNER. SUMMARY OF QUANTITIES Item DESCRIPTION UNIT ESTIMATED QUANTITY Part A - General (per SECTION 01 29 01) Al Mobilization L.S. 1 A2 Embankment in Place C.Y. 190 A3 Unclassified Excavation C.Y. 10 A4 Sawcut at Existing Asphalt Pavement L.F. 550 A5 8" Lime Stabilized Subgrade S.Y. 2000 A6 Hydrated Lime for Stabilized Subgrade Ton 41 A7 Remove Aggregate Base Material and Spread Along S.Y. 556 A8 Fumish and Install 5" concrete Pavement (within S.Y. 1050 A9 Fumish and Install 6" Concrete Pavement (for S.Y. 351 A10 Install Concrete Safety Barrier Foundation as shown L.F. 300 All Remove Existing Concrete Barrier Foundation L.F. 150 Al2 Fumish and Install New and Salvaged Precast L.F. 300 A13 Relocate Salvaged REACT Barrier L.S. 1 A14 Install Rumble Strips L.S. 720 A15 Install Rock Construction Entrance EA. 1 A16 Install Temporary Sediment Control Fence L.F. 650 A17 Remove, Salvage and Reinstall Existing Road Sign EA. 5 A18 Fumish and Install 4" Topsoil on Disturbed Areas L.S. 1 A19 Fumish and Install Sod as shown and specified S.Y. 2200 A20 Adjust Utility Box EA. 2 A21 Storm Water Pollution Prevention Plan (SWPPP) L.S. 1 A22 Re -Stripe Yellow Stripes on Sta 14 L.S. 1 A23 Barricades, Signs, and Traffic Handling L.S. 1 A24 Temporary Crash Barrier L.S. 1 Part I -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 23 10) 11 Install 3' Wide Concrete Flume for Station 14 L.F. 290 SECTION CUT INDICATION (BY LETTER) ADDITIONAL SHEET REFERENCES 25, 26 SHEET WHERE CUT IS SHOWN SECTION CUT INDICATION (BY LETTER) SHEET WHERE CUT IS SHOWN SECTION CUT DIRECTION SHEET WHERE CUT IS DRAWN SECTION CUTS DETAIL INDICATION (BY NUMBER) ADDITIONAL SHEET REFERENCES T 25, 26 SECTION TITLE SCALE: 1"=50' SHEET WHERE CUT IS DRAWN DETAIL TITLE SHEET WHERE DETAIL IS SHOWN SCALE: 1"=50' SHEET WHERE DETAIL IS DRAWN SECTION -DETAIL KEY LEGEND >- m w 0 REVISION NO. REVISED PER CONSTRUCTION LO M 0 LO M 0 >- m Lu 1 - REVISION NO. CONSULTANTS SHEET NO. 2 CONSULTANTS PROJECT NO. CRP.036 .rs` OF tit ,t. ............. qs h •i VIVEK KHANNA i �i � .. 118483 4. If 90� </CEN •\ 6/12/2015 SEAL: KSA ENGINEERS 8875 Synergy Dr. McKinney, Texas 75070 T.972-542-2995 F.972-542-6750 www.ksaeng.com TBPE Firm Registration No. F-1356 r 1- 0 0 Q C V Q J z zO Q Q ctZ _� Q 2 co U r D 0 U z CY MPROVEMENTS ACCESS SAFETY AND SITE SHEET 2 of 28 RECORD DRAWING N0. AP -141 CITY PROJECT # E11046B 0 -13c -63 z mmiiz mtn n O w�= o• �cII co -p01 - oivo m N co"' • --i Z (a)vsi (a)vs± (�` bald-�Y )4 (a)vsZi (a)vs2i (a)dsi 9C:91. 'AvAANimi RSA(e) "a8 8f132:IW 3or mC) zC) oW�7Dzo zmy TOc»�- pmmzOO Drr Oz<c z---G-Iz 0Cr i x*y 7.1 1I co- -1—I C) oo>vo oXX>o 0 y_Io D D���-�IOvD�-�I vZ, v)mwnz OzOmKO z�2 my -2I -xi ��= k UI < 1 rz—� D mO mOmm r > omm Z ▪ (/)—I-xpz(n�Xr- o zfn 70 < %1--1 Z- Di�D�i-I �mZ m -1<0 m=m�z -mv G? m m �z0-71 m73=OD Km 73 mom 0 1 m� O REVISION NO. DATE BY 111 rn CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS REVISION NO. DATE BY N 11•1•11 NNW = V'\/^r/' m 0 0 N Oo PROJECT LAYOUT AND SURVEY CONTROL CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 00 03 - 1.31 N m .off 11 N 3 Ns< v CD N (Er H n N -11 O N O d' -i N (p m p^ ▪ t.TIN "' Q O rn Z Cu) m rn tn ON133HS SINb1 w P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\4 PROJECT LAYOUT AND SURVEY CONTROL.DWG: ■ 1 1 i 00 -J 0) U1 -(, co C7 N.� OJ m N d) O O cc. 07 0 CSS 07 O (.0 07 O CO O �l W `dLOZ 0 D m - W N p CO N D 0J 0 0 D N0 Co 0 m > D SAFETY PLAN CHECKLIST AC 150/5370-2F DESIGNATION ITEM NOTES CONTRACTOR PROGRESS OPERATIONAL SAFETY SHOULD BE A STANDING AGENDA ITEM FOR DISCUSSION DURING 205A MEETINGS PROGRESS MEETINGS THROUGHOUT THE PROJECT. CHANGES IN THE SCOPE OR DURATION OF THE PROJECT MAY NECESSITATE REVISIONS TO THE 205B SCOPE OR SCHEDULE CHANGES CSPP AND REVIEW AND APPROVAL BY THE AIRPORT OPERATOR AND THE FAA. EARLY COORDINATION WITH FAA ATO IS REQUIRED TO SCHEDULE AIRWAY FACILITY SHUTDOWNS AND RESTARTS. COORDINATE WITH AIRPORT OPERATOR REGARDING SPECIFIC REQUIREMENTS 205C FAA ATO COORDINATION REGARDING SHUTDOWNS AND RESTARTS. CONSTRUCTION STAGING AND SEE PLAN FOR DELINEATED STAGING AND STORAGE AREAS. COORDINATE WITH CONSTRUCTION 206A,209A STORAGE AREAS MANAGER REGARDING STOCKPILING OF MATERIALS. SEE NOTE 6. CONSTRUCTION ACCESS AND ACCESS TO THE JOB SITE SHALL BE AS SHOWN ON THE PLANS OR AS DESIGNATED BY THE 206A,209B HAUL ROUTES CONSTRUCTION MANAGER. 206A, 209B HAZARD MARKING AND LIGHTING SEE NOTE 6 AND 8 PENALTIES FOR NON- COMPLIANCE SPECIAL CONDITIONS RUNWAY AND TAXIWAY VISUAL AIDS LOCATING ALL EXISTING UTILITIES INSPECTION REQUIREMENTS EMERGENCY NOTIFICATION PROCEDURES FOR MEDICAL AND POLICE RESPONSE NOTAMS HAZMAT !FOD CONTROL PROVISIONS WILDLIFE MANAGEMENT MI c P COMMUNICATION VEHICLE OPERATIONS !CONSTRUCTION PARKING TEMPORARY ATC PROCEDURES !OBJECT HEIGHT INTERRUPTION OF UTILITIES CLOSURES/DETOURS FOR AIRPORT OPERATION AND ARFF ACCESS ROUTES CLOSURES/TEMPORARY CHANGES FOR RUNWAY, TAXIWAY AND APRON PROTECTION OF NAVAIDS POTENTIALLY AFFECTED NOTIFICATION CONTRACTOR SHALL BE SUSCEPTIBLE TO ALL LOCAL, STATE AND FEDERAL LAWS/PENALTIES. LIST ANY SPECIAL CONDITIONS CONTRACTOR SHALL ENSURE THAT AREAS OF AIRCRAFT OPERATION ARE CLEARLY AND VISIBLY SEPERATED FROM CONSTRUCTION AREAS, INCLUDING CLOSED RUNWAYS. THIS CONDITION SHALL BE MAINTAINED THROUGH CONSTRUCTION. INSTALL BARRIERS AS INDICATED ON THE PLANS OR AS DIRECTED BY THE CONSTRUCTION MANAGER. !SEE NOTES 14 -16. !ENGINEER SHALL FURNISH INSPECTION SERVICES FOR THIS PROJECT. CALL AIRPORT DISPATCH (361) 289-0171 EXT. 0, THEN 911 rAIRPORT OPERATOR MAY ISSUE NOTAMS, CONS I'RUC I ION SHALL NU 1 lithlly UIN I IL THE APPROPRIATE NOTAMS HAVE BEEN ISSUED. SEE NOTE 13. CONTRACTOR MUST BE PREPARED TO CONTAIN AND CLEAN -UI' srILLS KtSUL 1 INh I -F Ulvl rutL, HYDRAULIC FLUID LEAKS OR OTHER MATERIALS. CONTACT CONSTRUCTION MANAGER AND THE APPROPRIATE AGENCY AND INFORM AIRPORT DISPATCH (361) 289 - 0171 EXT. 0 IMMEDIATELY. SEE NOTE 14. INO WORK SHALL BE PERFORMED WITHIN THE AOA ■C., 1�.. T w A rl Ire SNOT LEAVE TRASH, FOOD SCRAPS, GRASS SEEDS UK FUNDED VVA ILK UIN AIRru' F PROPERTY. THIS WILL ATTRACT WILDLIFE. PROTECTING EXISTING FENCES AND GATES WILL HELP PREVENT WILDLIFE ACCESS TO AIRPORT PROPERTY. • ISEE NOTES 11 _ A Tem e1 MA 1 A IM P1 /1 PIT !SEE NOTES 3, 4, AND 10 CONTRACTOR SHALL ENSURE ALL VEHICLE OPERATORS HAVE COMPLETED PROPER TRAINING COURSES THROUGH THE AIRPORT PRIOR TO COMMENCING WORK. ALSO SEE NOTES 4, 8 AND 9. SEE NOTE 8 CONTRACTOR SHALL COORDINATE WITH FAA (LOCAL SSC AND RE) AS NEEDED. !APPROACH/DEPARTURE SURFACES AFFECTED BY HEIGHTS OF OBJECTS INTERRUPTION OF UTILITIES INCLUDING WATER SUPPLIES FOR FIRE FIGHTING, MAINTENANCE 01- ESSENTIAL UTILITIES. DESCRIBE ANY CHANGES IN TAXI ROUTES, ARFF ACCESS ROUTES DESCRIBE OR DELINEATE AREAS CLOSED TO AIRCRAFT OPERATIONS, DURATION OF CLOSURES, AVAILABLE RUNWAY LENGTH, DECLARED DISTANCES (IF APPLICABLE), STATIONS 12 & 14, LOCALIZER AND LOCALIZER SHEL I ER SHALL tit taKU ItU I to rr(Ulvl DAMAGE. A CURRENT CONTACT LIST OF RESPONSIBLE PARTIRES INCLUDIN(a Al- 1 EK HUUKS SHALL lit, MAINTAINED AT ALL TIME. THE CONTACT LIST SHALL BE PROVIDED TO CONTRACTOR AT PRE - CONSTRUCTION CONFERENCE. M ) 0 OMTM m(mHm z mr>-1i r 7J m rn 0 DccO m K x z 7313z> 2m070_mD _K0� D m = S r 1E335 0 r mm m c -<O= CO -n -0 v 0 m DK -I0 -> 0 0O 0 0 m 0 z00z< m < CC(n- c 2ZC O 70X m mm m 133rO2:Id 3H1 KXX MT -r-NT/00 - 0 0 0 m 0 m x p 1--0(4) 0 Z o z z (n�m DOX mc UW)O)) OMM --Ir-71 0 -0W W 0 m m Z n tJ m = -sO m m ? �oro0 0) m z mOx =moo 0 m C ° 7.1 z = 0°2 CO c m D m 0 > 0m 0 0 O r r 0 0 m m >0 0 -Z1 Z � O n 7j o 2> O rr- co -1 O n 0> m rn WmXx O -1 Z 0 rr r Z m 0 Ox c m Wo r n 2.6 (n -10 m 0 m 0 rn 0 0O IMMOO Z = < = m H m z 0=01M m O1 m D -- O ZoZZ2'ozZ 73250zy m z ZO SO 7JC 00>w WO=`mOm= mz�-D-+�mp� 0 r m Z -i D 133Z= X-1 DMDm(mn° (nmm M -Z -I D m X=v=mO mm- (/) z 73 °'i Z >D4=-IA(n -Im > I C < n o -n m D TC mT Or - M -< MO 770r -1m Mm W z v CI z rn 0z=�c-<v 7J0 co mm rn 0 m z 7J c -+ ---- mo z O z 0 _15,1>*coo- mcoo M Z '31dO3d a3Z12:JOH1f1VNfl (n 0 (n 0 c� m X m O 0 m7J�X M 0 -< C ° Z m -O_-I O 0 rr CZ) Z, omo=)C Z o0 Z y v ;300 O D -I m - m m O O ,U)D.-4D cn Cpc�DDz zommz 0 rn Om m m M 0 0 m WCZp-.i -,2:J Z v z m n m S 0 A -1y6 Z r �mmcn D-<071 C Z zK. 0o m mz 00 r- 5= m n O C z 31-> 0 O X zwD Oz 5H v c o0o z m X 0 c z ' S3IIIlIln 1\13N ONI1VAVOX3 ?JO AWfMIXVI (INV AV *> =0 S p -1 cz F 0 0 O -n cm m 0° WO K-1 m m 0 O77 w Z S m r - S O rn 0 zx Z o> ...i m Z v EMPLOYEE PARKING SHALL BE AS DESIGNATED BY THE CONSTRUCTION 'A1l13dO?1d .LUOd?JIV 3H1 NIHIIM a) CONSTRUCTION EQUIPMENT AND VEHICLES SHALL NOT EXCEED 15 MPH 6) 0 m >z0 r m -I-I c mO<0<...iz 0 eU, 00> Z Durr' DDI r m = m = 0 w m z cm --v r r m z (nm r- 03 (-5 m 0 C_D,Im 00-< r O Z r mvci pD- r O < m m 0 X -2- -7 � m m 0 D m 0 m Z cn m 0 D cn o. Z O O 0 m 0 m 0 0 =Om=O= m m z p m< m OmQ 1mD--10 z-uzzzoT z =OHZ� 0H OOD�� m -0w 0mW to = m -1 S O z r -DI 0�� r Z 0 r D m r O OmIT m O --�I Drm-I-pc ZI 'S m 0 M73 'r0 zmmy� mm S r D x= 0 S m O m, (1) v mmp0D°yam= -loz=iyw0o D1N73-iCC , 0 m _ SpO0K(7mro �' m_� -t m-mO mzr C10ovm 0 mzz zpv = m m Co << m m O r -<z" 0°z-1=-1 I )Hmrmrxm 0x-<zmzO O 0 G) �mOmZ-IC O Ocnmm2 O C ° = mC o co; n _> O cm > (n7 =zz=Dm°mxzPzmzm oo=n-Imcx mm00z-m >r_�z>O m H0 4 000°(Zn -, 0 0 m c Z m m D D 73 z 0 ,ZommmmZ m p MOM m�Z 0 Z m-0ern_ 0 z 0705-1m1-0 X cmn m o -2co m -o v ...1 . --I m z=rm�Z mrnm =G) co 0%c/)0rn zn<_cn� m Z m m 70 0 n C S m � (n D 17.61, I, SI AON3f1O31Jd MONITOR CORPUS CHRISTI GROUND CONTROL ON 121.93. THE TOWER -om>_O-ozvZW73G) �ZXmM°-1�_D-Zz Z- 0-I (n -IX�-' m -im-''Fin- 0it: pj-10Dxi m�-100zm� U'(rn 0OAm0rnSm0-4 -Dn Z-<mX 0-1-1 -M -I S 0 Z oo7--1*=m°H_> r m 0= o xiS o m-< p m zZ5Smm m 0 1 C=cn*=-Drv0 2<zz -mm0m0-1*Mnv Z z m p m 0- m cn X m Dxmmn0)OCxjp°-o 0 O D z t 0 r z > x>i7300oo-1 z D-o730O-om-o70 --i U r-Zm0Oxm 70 0 O 0 z W Z m (°co o2zr Z0m 4 -Imrmn0m�mD�(n Do�O� mon(znz �°oz0 o1J0O>= rm�7 (n r----.rr0 D z C 0o0�z���mm=. m 0 z ow ...4 m °m n rn O" M z707 DZD D zO= J> z= X-28 Z Z> °< -�r Wc� X r m --I 0D(n00<v0(0u0-1 : Dzzi>ZZ0m cm S o rr• -i (n m 0 -I S 0y00c00-1-<- z�0('2c"'mc� *0m75==Z*gi0 zD1-*zmO0mz-i rr-- -=I O ' C m I D m 0 m�°� z D Z r Z oo : r U) -1 0 r_ Xm= mmrr-G) -� r- -�<-1. m* - 0>7>) 0 -o mmm m K D nor - (n Z mom _ (Dn 0 -i r rn . 00zxl_im> O O 0* S m z Oz*r-m>-< oD C m 0 x z n H Z Z o°o0-m��(mn 73 71 0 0-1 y -'�m000-.10H OCOmi0O m r -03 D m ° 11 *70-1 -i 0 - -i r 0 0 z 0 m(PCDzu)Z�rnc 73 m =0liN73D=mcnv m Z O M> 0 " 0 v p 0O5Ozn,) =o-I=0m0cc XFmm >-)K7711 C r— m C C -12= m0- 00'i _ z cn z 0 = (n zm ' ?J3NMO 3H1 A8 a313ONVO aNY S c = 0 0 moomCz D0.09) DOao mOm(") m 7313- (mn13Dmw 7J -0 M Z r O-D1=®O Z -‹0 D m o > T0_, Z r D r o m m -0-0K730 7 Z z O m -iz>C-1 °O0mmc M D m v O - ° 0 z C wmZ C C r (n � :0 0 m Z 0 m m Z D Z O D z D -7JMD-1 -10>M m mZX(Dn v(nm�-i 0 F ° m r 0 0 m 30 0 0 Z 0 A r r m 0 m p m -<0 07J Z x .11'T 0r Z v0 0 Z 0 G) 00 o> 0)m C -I S z_0 0 w 0 N m °o r- v -I x m 0 < m z -11 S cc 9z z Zz -1 O m _ Z v -I = m _ m> GF 0 pC 5� m> Dm D D F 30 m D z rn 0 O Z Z 0- = mv m DO TW mo..I WO X> 0I vZ mm r'zm M-.1 ori OWO (07i 0m 0n Zc 1 58 -1D 0 �m=C7O0 m r ow c0 o DT � D Oy= D >0 rmr1° mrr- 0r -_I_ 7J0 O< Gz')o zo x>.D73 or--< DZ Om m -<m cm 0 co (n-0 -01 -dim °°m c0 0 !U Z m 0) --1 = m N mmr >KO cz -� --1 Mx Mc WO °o 0K ZDl _x m> Ow z> 00 �m wm Z 0Z 0 G) z 74T> S D OZ 0 Cm -1 D-1 TO 0= m r y Om m m mm 0Z Z -Ir r 00 z m D Zr D0 0m 00 Sa1ON 1V J N39 Al3JVS REVISION NO. DATE BY MN9 X00 mo) � C 00 mz -o INTERN (n z mw 0P m r - DT r0 M Wc0 O -10 `�z JRs, OMB k m 30 0 z --1 0 m 30 v (a)vAo (a)vs4 - (a)vdo (a)vs3 30 Z D 13 W .® VS RSA(e) OFA(e) RPZ RPZ "t(21-43 0 mcom K=+v mZm> m 30 O a�{ in22i11A1 3or SIIWfl )IJOM 3J lO J ifVH 11X3 NOIl3l?JISNOO • • CONTRACTOR'S STAGING AREA 0 (JNIISIX3) v3?iv 332id 1O3reo RUNWAY SAFETY AREA (EXISTING) r- 0 0 m z 0 0 0 0 r m z rn 0 0 0 0 0 0 0. R 0-71 m >0 730Mm m -m =x O -m CO c Z c� ZZ (mn C voWlMd NVOIX3W-SVX Zd� 0 RPZ REVISION NO. DATE BY #103POYd AID m 0 0 N Oo CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS CONSTRUCTION SAFETY PLAN MI/ r MAW M *12/ti/ti/11 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services CO 00 -I v 0 �, m `0 m '1 to 4i 3, 0;11""F �. y 'O n -s (p -r1 -- uo :D = 0 N� Z3 u1- 2 1....)m In x H al VI0) 0 O rn Z m m ON103POb!d SINV17NSNOO 710 ON133HS SINVI7(7SNOO P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\4 PROJECT LAYOUT AND SURVEY rnm rPnl nwr, G3 N0 00 11 d) Cr W N POINT NO. COORDINATE TABLE -.i -4 01 01 ..4 CO CO 17175493.60 17175493.60 17175577.99 17175375.71 17175220.36 17175220.30 17175250.29 17175258.27 17175375.71 17174609.25 —4 v -p 0). N CO 17174992.22 17174992.22 NORTHING 1309070.24 1309070.24 1308729.76 1308729.76 w 0 03 00 0 -.4 bo 0 1308897.86 1308847.98 1308646.44 1308558.47 1308558.62 1306474.01 1306656.30 1306652.54 1306470.24 EASTING SIIWfl )IJOM 3J lO J ifVH 11X3 NOIl3l?JISNOO • • CONTRACTOR'S STAGING AREA 0 (JNIISIX3) v3?iv 332id 1O3reo RUNWAY SAFETY AREA (EXISTING) r- 0 0 m z 0 0 0 0 r m z rn 0 0 0 0 0 0 0. R 0-71 m >0 730Mm m -m =x O -m CO c Z c� ZZ (mn C voWlMd NVOIX3W-SVX Zd� 0 RPZ REVISION NO. DATE BY #103POYd AID m 0 0 N Oo CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS CONSTRUCTION SAFETY PLAN MI/ r MAW M *12/ti/ti/11 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services CO 00 -I v 0 �, m `0 m '1 to 4i 3, 0;11""F �. y 'O n -s (p -r1 -- uo :D = 0 N� Z3 u1- 2 1....)m In x H al VI0) 0 O rn Z m m ON103POb!d SINV17NSNOO 710 ON133HS SINVI7(7SNOO P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\4 PROJECT LAYOUT AND SURVEY rnm rPnl nwr, REVISION NO. DATE BY Air Content Test Slump Test (i")1 3 [D 0) Fr (D Compressive Strength Test (Cylinders) TxDOT Item421 Hydraulic Cement Concrete Dowel Bar Alignment Thickness Air Content Test Slump Test Temperature Compressive Strength Test (Cylinders) TxDOT Item 360 Portland Cement Concrete Thickness Control In -Place Density, Nuclear Method Field Gradation Atterberg Limits Moisture/Density Curve TxDOT 260 Lime Stabilized Subgrade Density Atterberg Limits Moisture/Density Curve TxDOT 132 Embankment TEST 1 FREQUENCY I ESTIMATED QUANTITY 1 TESTING METHOD ( ACCEPTANCE CRITERIA 1 Per Sample 1 Per Sample I–, -v (D 4 Per Set Random Random 1 Per Sample 1 Per Sample 1 Per Sample 4 Per Set Imo: (M -, .k] 1-41CD N -, ;C V7 -, ;< . -s -<_ (I --s ;< 4 Per Lot 1 Per Set 1 Per Set W 1- N W N N N N N NJ NJ N N N N -P i-, h Tex -414-A Tex -415-A Tex -422-A Tex -418-A Site Inspection N1 ,< Tex -414-A m X to D Tex -422-A Tex -418-A Tex 140-E (D X U1 m Tex -101-E, Part 111 Tex 104, 105 & 106-E -i X I -, m -i X (11i m Tex -104,105 and 106-E Tex -115-E Per TxDOT Item 421.4.A.4 PerTxDOT Item 421.4.E Per TxDOT Item 421.4.G PerTxDOT Item 421.4.A.4 Per TxDOT Item 360.4.0 Per TxDOT Item 360.4.L PerTxDOT Item 360.4.B.2 PerTxDOT Item 360.4.B.2 PerTxDOT Item 360.4.B.2 PerTxDOT Item 360.4.B..1 Per TxDOT Item 260.4.G PerTxDOT Item 260.4.E PerTxDOT Item 260.4.D Per TxDOT Item 260.4.E PerTxDOT Item 260.4.E PerTxDOT Item 132.D.2 I PerTxDOT Item 132.2 PerTxDOT Item 132.2 REVISION NO. DATE BY m ON JNIMl'O C Z 111111 01 N 00 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS TESTING SCHEDULE P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036–DTLS_SAFETY.DWG: ■ 1111111.1 — N I 11•11 1111111•1 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 00 Co COV cn m v0 m N 9, 3 Ns< 23 v N ;t C.O.CD k n ig N -rt 7 CI cm 3 • O NK z 3 O N 71 X o� a ON103P0&I SIN6'1711SN00 ON133HS S1NV17/1SNO0 DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- sion of this standard to other formats or for incorrect results or damages resulting from its use. 0 0 0 0 0 CD () 0.Cn CT a CD 7 -+,Q. 0 O. 00) o- En -4- - 0 a) 0' 0 -+ 0 0) 0 0 (D 0 - N) O -1) Co 0 3 CD C MI -+c 0. 0-+ (0 0 a 0 7 0' 0 a) - 0 00 - D 00 0.-6 0 0) - 0 a) 0) 4 0 - -• -I- 0 0 0* 0 3 0 0 -• 0 0 --D••0•1 30. c -6 7 (D CD - -+ 0 0 4 a) 7 -+ CD a 0 7 0 * •• C o 0) 1 -(b 04) o Cr) -h -.D (0 0 0 7 •-• 7 '0 00 0 - -• 7 0 -I- (0 - N) < 7 'CI a) CT 7 0 0 - < 0 7 - - 0. Cn -+3 00 01 1-4 -b a) a a a c ---I '0 V - CD P-. - 0 t-• 0 -4-1 0 0 -• -• a -1 0 0 0 0 0 -• 0 -• 0' 7 --h < 40 < a) 0 0 0. 0 0 0 CT 0 00 a) (D CD 7 a) 0 -i- --• a. 0 (D -+ -1- (D< 0 0 -+ CD < O. 0 0 0 = - -1- a) 0 ci) o -a-00. 4 0 0 0 1T1 l'n - -','D UD 0 Q.0-• 0 0 0 0 Q. O. . - CD t< O. 0 Cn C 0 4 CD O. a) (0 (0 3 0 a) -.• - -0 0 0) -• 0 -. 00 0 0 Cl NI -+ - () - --1- 0 O. = -I- = t< -• 0) 0 -• 4 CD - 7 0 40 -< -• X = C) -1- 0 0 0 0 t< 0. t< c a) :0 = 00 - 7 7 0 CD 0 - 0-+ D - 0 0 0 1 0) 0-. -+0 0 - 0 - (00. 0. = O. tA --b 0 -+ - -4> 0 • Cn 7-• - 0 CD --• -1> 0 0 -+ 0 :(D -+00 *-+ 7- 0 a O.-+ -+ ....• 0 0.-° 0 7 0' a - (1) 1-10 -•0 4 (Q 00. a) CD 0 N 0(D (0:3 (D 7 -6 0 -• 40 0 -6 '0 OCT a) 0 (.1) -T- I 0 -1-0 :30 0- CD 4 0 0 7 • -•0. 7 0 -• a) 0 -1> 0 --b 7 - _i. (0 •••• 0 0 0 7 CD 0 C0 0 0 -+ O. . :b al 2 "4 0(0 7 - C 7 0 -4--+01 7 -+0 O.-+ (0 40 0 4 31 0(0 0 (D 7 -I- 0 0' I 0-33 CD -0 -• a) C 0 "0 a) 7 -• 0 - 0 0 0 0 1 0 - --0 -4- 7000• (0 44000 0)00X 3(0 0 _ - o -4) 0 -+ - - - 40 0 -4- 0 0 -6 0) 0 a) 3 3 00 a) N) 7 -I 7 -0 0 0 ....• DOCC -h.0 < 0. (D CD -F -4- 0) Q. 0 3 3 (1) CD -• CD 0 0 -'N -• a) 00 4 - 0 - 0 -4) C 0 0 0 -+ 7 0 -b 7 - 0 -• -+ -0DCa) =00-0 (DV) oap-• * b0) 0 (0000.(0000.NI a) 7 7 -4) (D (D - 0 • '0CD -+ ::: 0 O. co 0 4 0 7 - -.• --1) 0 10 -+ 7 C -+7-1, a o• 0 O. 7 -• -I- �-h 0-' 0 0 < 0• 0 0 40 - "0 CD 0 0 0) 17 7 0 4 0 3 7 0 1 4 0 a 0 V 7 0 -• 7 cn a 0)0 07 -F a) - Cn N -• 7 a) CD Cn - -4) a) 3- a) a) -• 0 0 0 0 CI -0 -h 000 0. 'I -1- 0 CT C tO 0(0 CD C Q. 0 0 0 0) 0) -• -I- - - C 4 0 a) -+00. < 0 a) 0. _. 0.0. 00 • -I- 000 -(0 0. 0' 0 CD :V a) CT -b7 CI 0 CD 0 0 0" a) o -) 0 7 • 1 0- < 0 0 7 tAi 7 C(0 -.• 0 4 0 -h -ICOD 7 O. -h ---• ....• ww• 7 -C) < 0 a) 00 0 0 (0 < a -1 -0 3 0 -i- - 30 -• 0) 0- 0 4 C 0 t< .4.0 • ...... 0 • 10 7 0) N 0 -• 0 a) - 0 0 7 - 4 .. 0. 33 '<-. ....- ....• - < 0-1- 3 0 ca a) 0 CD 0 7 0.0 -h 7 I -0 -F -b 0 0 3 - 7 a - CD 0 C'< 0 -• 0- 70c 3 --1) CD - 7 -40. CD 0 X -• 0 0 -• 0 3 c 0 (AI CT "0 M N) -4- -1 0 0 --1- -.40 M CD - ....• -b. -'l 0 0 0 -4) "I 0- 0 - cacDn (D(0 -0- .....• - 0 -I- -4 IV 0 0 CD a) CD -• -h 0 0 * 0 0 0 -4- 0) 0 -1- * 43 0" = "41 -• 7 0 00 0 V 0 ---+0 0) 0 "0 CI 0 0 7 -4 0. 0 = 7 " 0 ---• -4. = 0 0. ---• 0 ____-_-- -4) (D "C) 0 -4- "0 C 0 -4- NEID -I- -4, CI 0 CD 0 -.• - -+ < 0" = -• CD -• 7 0 0 (1) CD 0 0 --4 - c CD --4) --• '..< CD '0 - "0 0) 0 CD -h -•'--' V0 0 0 -4 7 -I) -4- 0 0•••4 -4) 7 '..< 040 7 --• 0 CD 7 0 11.-4 00 0 7 --• 0 0 7 CD = '''' 1V 0 --0 - -+ CD 0 cp 1D CT 0'< 0 -4 .4?) CD -. 0) -• -4- * CD -1-0 X 0 7 -0-+0. 0' :r -+-+0 .- --1 n- al 0-+ • 00 CD CD -+ -4 0 0 CD '-< n = -. ...< -+ CD V a 0. 0 o- 0 = = 0 -11 0 co cl) 0 0 00 CD CD 0 0 7 0. 7 0) -4) 0 * ....• 7 CD 0 n ..- to 0 T/ "C) -• -1- 7 (A -F --• = -h CD 0. a) 0 3 0" 0 = CD -+ X -• 0 7 (0 0 ...- ....• fp < 0 -I) ...• -F - 0 = (0 CD a -I) 0 0-4- 0 0 -• 7 = V ---• 7 0. 7 -5 < = (0 CD --• - 0 CD CD CD CD CD a) = 0 x.• 0 ..0 c 00) -1(0 -+ c -- 40 o 4 c a> -+ 0. -+ -I -1,3-- 0 o 1 co * cl) cp -I- 0 0 3 00 -4- 0 0. O. --1- CD --F -• -4 --• 40 0) = CT 0 7 0 CD @ 0 7 C ' 0 -• ‘.< (1) -4 7 CD V 0 - "1 • P1 0 0" (1) a) = 0 -I- 0 O. -4- -1- 0 N '.0X ca - a 3 (0 cp 0 < V = 0 0.0 7 CD -• a CD -4) 0 N) 0 ----0 -+C, -4., .i.. a 0 ,0 - 0) 0 m- o 0 0 = D- a) -+-' 0 = --I - --1 CD -I- 0 (0 0 0 0. 0 a) 0) 0 -1 --1 -+ 0+ - 2 sk CD CD CD 0 -- 0 0 X 03 0-- 0) 0 -4. 0 V 0. -I- 0 --' 00 -4- 0 CD 0. 0 -• 0 "..< ..... 0 0 • CD -1 -4) 7 0. < C -• -h CD 0 i -•-I CI -•13 at CD -I- X 0 -+1-4 = * 0 0 7 = -• 0. -"-4 *-' 40 -+ 0 a> 0 0 0 00 0 0) 0 0 -I- * 0 - 0 --1- 0. 0 = a) 0013N -4) CD 0 0) = 0 7 (OC • CI -4- -• 7 -4 --• -1 CD = = 7 0 a) a> 00. 00 CD 0 0 0 X 0) -- -• CD 0.0 -I- 0 -• • CD (0 -..• = 0-4 1 0 < 0 07 0.-h -• 0 CD -+0 0) 0 3 0. 3. •••• vw• • -1 43 ...-• CD C0 0 * CD M 0 0" X -• 0- 7 0) 0 -+40 0 CD = CD 7 CD 0 = 0. 0 = 010 0 0 -• 0 0 X •0 7 0 0 CD 0) CD CT 0 0- ?) CD 0 -+ (0 7 CT) a) ID co 0 ---• -I- D 0. 000 7 0" 1 (D 1 p 0 0 0 CD CD 0 -4- (0 = < CD = 0. = CD 0 0 X (0 (1) CD 0 O. 0 0) ••••• • •••• •••• • CD 0) a N) 0 -1- ••".. (S> (D 0 ••••• 0 0. 0 Ww• • 0 0.111 0 -+40 =- a> -o00 0 0 o 0 00) 0. - CD 0 -• 0. V -I- ....• 0 300 0 0 7 0 -I- 0 6-4 -F 10 • • 00 "b 0 0-.0) 1/) 0 LA -I- 0 -4- < 0 0'OID CD a CD -• •--* 0 -h 0 ID -1 C -h 0 0 V--1 ""I '0 0 a) ID 0 -F. "I -4- 0 0 -4 at CY' cr --s 0 • CD -CD -1- 0 1-4 e• • 0 ID 0) 0 0) ....• 0) 0 0 0 -4 0 C 7 :7-4. 0 (1) 0 < „n a) 0 CO 7 CT 0 -4- --• 0 (1) 0" - 00 0 = 0 (D 0 * = CO -• O. -0.40 - 0 CD 0 ID 00 0 0 0 0 0 0 0 0 0 0 0 c0 7 -4- -4- 0 0 (1) 0" CD -1- ---• 0 0 0 < 000 0 V • CD 0 0 ID 0'0. CD (0 ID •••• • CT ••• • • -1- -+ 0. 0. -• •-• C -4- 0 -• -• -4- 0 0 M 0. 0 D0O sod44. 0 (.14 SNOISIA32:1 -4 (-3 c c 100X1 100X1 :NO NOLLION00 iN3011V3di 133HSMOM ••• • • • 3H1 NI 03830ISNO0 :S3N1130If10 0 3 0' 0 .41. --11 0 (D ""1 = vv.. • ww. • (D 7 0 0 7 - 0(0 03 c:.) (D 7 - - 0 0 7 rn :se4oN UOlflpUO3 A 0 --1- CY• 0 -10 10 Q. 0 -h 7 0 7 7 7 1 a 0 0 C a) 0 10 -1.> < 3 7 Oz• -I -+-. A- a) - 0 CD 1 10 10.'0 (S) 0 a) 7 -• 00 7 0 0O • D 0' 0. C 0 0 -+ Q. - 0 0 0 0) 3 - a) 4 a) -I- 'I -. 0 0 0 7 O. D a) a m <-0 a) -1- -I 4 a 0 a) o -1 (D-• 40 7 7 4 0(0 0 a) 0 -I- a) co - 0 0 0 0400 - 0 0 0 a) 0 0 - 0 -o'0 -4-11 0.-+ 0 0 0 -• - - 0-1-.) 0 0) 4 a) 0 0 OOC C 0< 7 0 a) (1) -0 4 a) CT a) 7 01 (0 0 (1) (D -1,7- .....-10 • OID . 0 0-h - 0 0. 0) "0 N1 0 0 CD 00 1 V a) 0) O. - 0 -• cD Q. --1 - a) WO 01 0 -I- a) a 3 0 :30) 0 CD 0 -b • - -1-+ 0 - 3 - < a - ID -6 0 CD _I. 0 t< O. 30 0 - 0 0 -4) 000 -1- Cn C CD a a) ' Co O. 0 (D "` CL <0 0 (D * 00 0(O 00 10 V) o a 0 ID CD C -- CD 0) 0. • r-- 0 ID0 Cn .70 o 0) -b -h (0 D 0 00 ww • -o (1) • 4.U9W.I.D9-14- ON 0 3 (1) 4.U9W4D0-11 :seu ! op ! no sed,i 0 M 0(0 0 0 0 0 C 0 (01 -• ID -1 -• -0. 7 0 -• 3 40 (D 0 0 30 ---4-0 -4- C 0 -I 7 0 0 = 0030 00. -4-0 CD -'ID - C40 0 C C -• 7 (1) 0- 0 0 -4) V - -4) 0 -• ....• < o- 0 a> a> 30 ID -1-+0 ID = "0 3 0) 0 CD (0 0.0. ID -4- 40 0 0 CD 0) -• -• 3 0 -I- a - (D 3 3 0 03-4.0003 3400 " CD C 0. C1) 0 "--• 0. 0 -4- -• - C 0 00. 0 0. 7 3 - • (00. 0 CD 0" 0) -+-1 30 00 ID 7 0 3 -4) -+0-0 CD -I- 0 - = CD -.• -I 0 -4- ‘.< 0 .• -1- 00 <0 0) 0) = CD CD 7 3.• CD Q. 00 (0 -I- 7 < C 0" -I- 0 C 0 -.0)C. 7 7 7 CI 7 -1--' -h " 0) 0 0 0 -- -• a - ID 0 3:7 ID0 CD CD 0 0 CD --• CD 303 a 0 S 0 C tin 0 7 0'< CD '<0-1- -4- -• -4 CT 43 0 CI) 0 0 IDC3 -.1/) 0 -4- CD C0.'- - V 0 -ID 0.3 0 0 0 * < 0 0) a. 0 CD CD CI 7 (1) O.-+0)-• 0 0 (7 0'0 0 "‹ CT -'0 0) C - -':7-. C 0. 0 -4- 0 0) 0 a) '<-4- ID-ID 0 0. -• 3 -• -• 0 34033 -• CD -• -30300) (1) 0 7 3 0 0- CD 00-10 CP 3 • -+0. -• u--• 0 -• 0 C 0 c0 -• 3 -1- ---1 0 -4- 0 :7 -4 -ID -• -I- 0 CD -• 0 -• 0 0 0 "0 =00000 0 0) -I- -• -4- -• -4 C --F 0 0 CCD0 7 o a 0.V 0. -I 0 - 0 -0 0 --• 0 0 -h -h -4- a> -6 '<X -I) ..-• 0' 0 0 0 -4- 0 0 V 0 "I V 0 0 -I- CD -1 CD 0 0 - -4- CD 0 CT - CD CD -1-0 0 * 30 ID 0_ CD 0 301 0. M" 0 0 0 0 "1 C ID 7" O. -I- N CD 0 -1- 10001 0 00> --b 0 3 --• -h< 000 < --I- Cr CD 00. 7 7 CD 0 - D 300. -F -F 7 0030 O. 0 -+ 0..-3 4000 0 0 0 0 -4- 0 (1) O. 7 -F 0 7 C ID -'- -4-0. --1 - 030 000 - -0 -O < 0 - 300. ,C.D 7 (1) 0 0- -b 00 -4) 7 -4) 100 3 t< -F a) -h O. * m < - C 0 .....• a) X 0 7 40 --0.003 0 D. C 0 la (D -• (D 11 0 -+1 3 CD 4 - 7 * 0 0 = (D 0- Q. 0 0) 1 -1- a. --.‘< 0 t; m - 7 (0 -+ > --1 -f-0cD? 70 0 (D3 v0 MD 07 cJi m- c -+ o 0 CD -h a> 5 "0 (D < -• -h "I -h -• CD -I 0 0 0 -4. a 3 -h 0 - 0 0. o o -- 0 -0 40 -4) 0 0 0 ‘.< 0 - -1- 0 33 +0 0 0 7 CD 0 03 00 00 --b lo 7 CI -+ - --I- 3 --b o O. -.) -h < 0 7 (n .74-. 6 5 70 - ....• 0)0 0-- CD 0 -+03-+ -4, 0 0 --1 ....• a> -• -.• _1.... ,._. --N _ OD .9 .:. 0 .0 , 3- 000 -c ,•< a) - 0 (1) 0 0 0 < 3 - 3 3 0 300 0 0 0 -4) 0 O. Q. D - 0 CD 8 -1 7- -+ -- --0 --+, 0 0 "4"D 0 M "0 0 .8 ---4 0-2 3 74' '-.< (1) 7 0 0" -b - 0 CD < -b CnCD -• OD CDC ... 3(1) 0+ 0 --1- 0 -4- CD 0 CD c.) 3 -+ o a - ca •-• 0 3 -4- 3" 3 (D 0 3 --1 C -4) 0 CD 0 -4-0. -I- C -• -.....bos c9 .00 00) ....-1: gi 3-+ o a) ..< -• --F 1 000 +00 3' 7< 0 -4) (DID0)V • 0 C CT 0 0) 00-1 CD 7 T-• 0 -1- 7 CD -4 0 -• -1 3< -4) 0 ..0 (1) CD 7 7 00) CT o -b 0 (7 0 7 0 7 00 0 -1 .91 0"-+ 0-+ CD ---• 0 CD 7 7 IDV .00 .D .....• •••• •••• • ww • 0 ID x 4-- 0 -F ID 0 eOUD-11D9 1 0 0 01 11 0 m C Do 0 O 0 0 a 7 - -4) - 0 (J.1 -b --+ 0 00 --+ 0 00 m 0 CD C) 0 -+- 0 1--1 m n0 (f) n (DO (Dn - -+ - F --I 00 0 0 0 0 0 vv 1\) • V 1# v v • • V • • V '9 V v •Ci • • V v .9 f\) (.).1 0 •Ci v - < • V <7 • • • V s '7 V V V v - • s - <1 • s • < s '9 • wwv... • vv 0 -\)U1 0 - N) ('4 o 0 o o o o o 0 0 o 0 0 Traffic Exposure, E o o o 0 0 0 o c) 0 01 -4) -F 1 1 1 1 1 1 1 1 1 Fri CD CD •••••••• CD 1-1 -n m o-71 1-1 CD D". < > CJ) 1-4 0z < C CD V0 111 rn Co E c,xj cj rri m 0 --i r- 0 0 Z es 1-4 1-1 0 0 0 Z Z rn CD 0 1 0 0 CD 11 CD -1- 0-4 C <1-40 rn 03 > 0 m 1-1 -TIO 0z i••-•1 .Oz Z mi••••1 0 > 41rn C") 0 OOUDJDO 0*••, • • 4 • • S.1 •••4 REVISION NO. DATE #1031'08d A110 rn (f) 0) 00 • BY REVISION NO. DATE BY CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS WORKSHEET FOR EDGE CONDITION TREATMENT TYPES DIM NNW NEN EMI MINN 410.0140014.00 CITY OF CORPUS CHRISTI •TEXAS Department of Engineering Services SIMNIDN3 m 1 4. „4.4404"%•WVIN.h. < • CO• . . • .),I)) IzO ) .•• "• ....„ I--- • `s. 0•0 ....1. 2 •• crk i •...-7,,,i, \J °11,1 T111 00 d ) .. . (A, z f Q. • = .....4 ,,,, : tni • --I 4 (1,/4.; • . Z .-• co .. 't .• • • > • • ';'. ..ar lcitd9 * .9" kkti&thwoo" ON 1031'08d SINVINSNO0 "ON 133HS SIN111717SNO0 03 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-PLAN-TRAFFIC-CON.DWG: ra. H -o m z 0 m r- O > --0 O > Z m < 0 0 m zm m O 0 M > 0 K-2 0 1- > 0 Ti ),• > %.1 < "13 M m 0 z m 73 () -A ln c_ 2 7J rn () 74 00 0 13 730 ni 0 • z O Eh c z m O 0 0 >;O.- -Im-< 73 0 -0 » C) <-1> m r— • co w m > > z w r— m 0 > 0 m m m 0 r- 011ektd 3111)01030 O 00300?. Z 0 0 C * > 0 13 =, > • ±0m0 O 2 -0 0 Fill • 7-3 )QQ0 C 0 > M • -8°K°3 • 73 2 0 O • r.) !z.:2 ° z m 0 cn m z m r, > 0 m 0) M > r < -10 m 73 0 > > r- 0 G) 7J 0 m z 0 z c_ O El z m 0 0 0 m w 0 z > r • > m1 m 73 0 c O z 7-1 0 r- r - m tx, (i) 0 5> 0 m 73 0 0 co (/) c - i 0 > 2 r - c) co m 0 > ° m M cn • :9 5 0 z m 0 < z m > m 0 m c z Om :1 m m m z m >z 0-1 c > > r- z O c > m 0 Z-1 (i) c — 0 m z 0) 05 > 0 Z C 073 O < o z r • rri -0 mmr- • < • m m r - m -10 2 u) 0 r= -ej 0 m z 7J M M O m C > M Z m - zc- -.ini m cn 0 m m > r- -I z 0 —1 m ci? z H 0 0 z30 0 0z 0 z 0) AnyIna a 3dAl 0 r -- z Z 0 z 3003 03N3>101H1 V 3dAl 0 0 m wr- rn rn 73r - z 0 z en X c z 0 73 0 r - m C13010d1\113?:1 3dAl 01 0. 73 H 0 w 0 m Z > W > 30 Z C --i 0 0 —I m 0 z > c_ I— 0 (i) 51, -0 X mm 730 -1) m m z w (j) O m c > r7373- > m O Q: c• 0 Z > (/) -< O 0 0 O — < Z M 0 w • m 0 22 0 Rx) 0 73 co 03 03 m > O 0 z coc 00 rno > z x• m • - Nr O E -10) O -1 10 03 7J M 0 5. 0 o m -0 -4> mw O 1- mM cn 5 5 m 73 M -0 m• m 0 0 -n U) >m -i 0 r- 0 z w 0-I m O m X m O >73 Z < -100 c m FZI -n 13 0 m 7J o m O m 0 70 -u • w 7a > 0 z>< O I_ in m -o (1) 73 730 M • M C 3:1 m -13 m m -n m m -173 z 0 > 1) P m GROOVE MUST BE FORMED BY SAWING. SHADED AREA IS JOINT SEALANT. z 0 m 9) 0 0 30 0 z 0 c_ z m 0 r- rn r - T/4 1 1/4"± MIN. 0.) REVISION NO. #103PaYdA1/0 m 0 03 DATE cf) rn co BY CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS PAVING DETAILS P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_PAVG.DWG: 001:1 .H3NOVEI ..8/9 H T REVISION NO. UMW MOM MEI WNW MEI - DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY rn z rn m 'ON 103POYd SINVITISNO0 ON 133HS SINVINSNOO GATE: FILE: DISCLAIMER: The use of this standard Is governed by the "Texas Engineering Practice Aot". No warranty of any kind is Inde by TxDOT for any purpose whatsoever. TxDOT assumes no res ns i b i i i ty far the aonver s l on of this standard to other formats or for incorrect results or doges resulting from its use. Shoulder Shoulder - Work Area Shoulder Shoulder 30' Min. Work Area 150' Min. -9, C S iwc-1 = o o m 0 - 3 0 - — 0 --1< ....- 0. E F' N cr a. 0- = 00 —.c * < 0 0 .-. — ...-. ,,..1. 0 0 -. z- 0 - '0ft? 0 .-1- - 0 c 0 Shoulder "4-0 0 0 0 "1"0 0 '0 0 tai ' 9 0 _ 1 1)0 n m 49- a yr 00 -� 0• ucl F 2-,00) 94.00.30)9.0)0 --» 3 50 Oi - g m rrl rZLI cD Right-of-way Line 0..** o y id.rr * I**r c: o v 3 = 8- 0 ilD 0? 0 -F cn ' x 0. ;D 'D LM } . 7 A13 1Y .. 0 0 n — -, -'F 0� cti• .0-- 2 0 -m 0.SI * a al = 0 K gi +oro Son la ..... — 07 y0/� 0 Yj 0) 0) Q-+0) 0 rc? C • X940_ 0 0 =* REVISION NO. DATE #103'Ofld A1/0 m 0 CO03 ON 0NIA4VSC 4m/0031 Z 00 N CO BY REVISION NO. CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS TRAFFIC CONTROL PLAN TCP (1-1)-98 r I — r NNW DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY .. 1! O [y lam' 01 0 tt t 71 •IN, 0 t.fl 44Ita 0 LAI Lai t tt . 0 o a 1"-'' tpQ tF CA r- 11 0 til iv i 00 C + ' tit 0: 01 0 0 ( 1 01 (310�y 0 0• N.) t (11 N.) + (71c t rt Ci �. flw 0 W1) - j MInI 1 De& b e a 'c per Lengths -4 --,1 0 "*,i ...' (1 ' a1 al 0 Cil (XI O tJl . 0l 0 .!S► ID 0"1 N) (.0 01 "'. D . -4 0 • CO O --.1 CO 0 0 0 en 0) 0 Ci 0 t31 .t C to I' 0 tv -1:t%CXR tri -- Cet .., co -4 • O_ 01 to Cr, 0 J to tit 0 01 .b. 0 tit c.a C Suggested Max E mum SpaCIno of Oevlcue 4.- -t3 0 -4 cm ..... Cal 0 Cil %11 1w+ N) O tit ; C ....... -' 0 0 0 .b. I) C tri 4,.0 CD — Q 03 0 0 0 -4 0 0 - Cis 0 til - 03 0 00: _ 4 0. e 0 0 t71 0 C7 -1,:b 0 0 _ V r 0 _ N) .ls 0 _ --J. CTI 0 .".'a r 0 -F x I ,c = co co 0 u1 T. K rn �� R7 N 11 n uo 3 N'< v (D N -s '0 n O • • V �. 8O n) t<(1) 0 3 .p -1 6,X 01 tri 0 ON103POJd SINVI711SN00 ON133HS SINVI7fSNOO P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-PLAN-TRAFFIC-CON.DWG: DATE: FILE: OISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxOOT for any purpose whatsoever. TxO T asses no respond.1 b 1 1 1 ty for the o ver- s l on of this standard to other formats or for incorrect results or damages re u I t i ng from its us ♦ 3X-1 0 o 0 Shoulder z Shoulder si ■ vk Area 30' Min. f 0 01E01r r0 cr -0 - .+ '1 0N. o s �"° T T tD- CD --- g o o. cam'O. w "4 c00 0 7- --5 c 0 0 3 0 c OP* rnm C GI 00 -1Iv rn r 0 r CO mx m m 0 tv t 0 0 Shoulder 40.444.1.0 'A •r .• n f s 4� Shoulder a V7 m m 00 0 0 .rte 0 1 /3 L 30' Min. X/2 a PI CO 0 m 0 0 >C PI IV 0 m (nJ 1 IV m >C 0 m 1 0 CO m w 0 Shoulder 41.44.4414.4 0 101411.001.1110 -h ?0 0 -f ko opt 0 -f 0)i 7 C0 < < �0 ►may ...w — 0 V0 I O 437 ^F --� 0 to • /r E 0_ 0 '4: o i1 • Ji -+ 0 � = i - 1T 0 0 99 9 9 —I *) P 0 H *** * Osrr +w ice+ * **lab * i*.* ▪ * * Vim+ ► V 0)1,0 14.0 CO 1 LTt ,is m 1 0 0 0 0 CD Ir a zt -;"1 eS co 111 -n 44.4 1.71 1 • Jab ati i..d • i wj1o. ��} L'4lf l..4tYt 32. -4 X 0 01 Co -4 7...R ^wr . a.,• 1.4 Ln X e. m 0 07 o -f - 0 7 a�1 m • rn 0 rl 8� 0 Cr 4.4 A 2 `1 • • CD m 0 8 -+ 0 o (J -4, 0a .��► • *+ O . 0 (0 0 0 o 0 0 40 0' Q 0 0 1.0• 0 ADA 0 • Of -of-way L E ne LAI 1.\ 0 .v o4� 1 sE 0 f r -F 0 0 �.�y ur 0 4.$ 0 t 07 a cr 0 fp • 0 0 C, 0 V' T 0 Q • 0. -. 0 as • 0 0 —. o 0 0 -+ 0. -fi 0 ♦ ..+. -+ y1 o o� • o 0 0 m a g - no c� a x ▪ 13 ( 0I. e� rY 0 P d 01 etN —4 r*7 0 plods 8 0 0 4t 8 t.71 7:31 Ln 0 (71 1f ! 0 • -N t71 . -N 0 (.A2 . iji (JJ 0 . 68 a, iit 78 e r 0til'.. _4 C 'C Cr, to0 V CTI 04 (Y8 to10(.71 L%, 0 — 0 Fj. t tri N) ` 0 F0i . _ to 0 g_.. - o . ,1 • M E n imean °ee l rab Ee *'aper Lengths * -�! ` al o en of f(711 0 .tl. � : tri, ) 7 � to E N) (Jt "" • ; U1 _ fp • 0 0 (ms% ) 0 0 0;0 • . -s ro 0itit - 1 - - CXR t' Offset • - C7 C5'1 to ( 0 (31 to cn 0 .t. of 0 I W I Cr' c.a 0. Suggested Max h mun Spacing of Device c -4 i.1 i tA 0 C1 t71 N.) 0 7771717,0 (1 0 - '+ c IN 0 0 a N) tt1; 0 t - 0 c o` 0 0 p -moi. o` ` 0 E o : tit • - -4* . CD ' 0 0 • .w.wilwwlMnnwF -4 0 0 ` V.i 0 0 ` M+rw+..+w. 01 0 0 ii 0 0 N.. 0:0.0, i as& ` . -► Cr8 w.r N 0; ` MI n I f1Ln Sion Spacing X D 1 stance 0 ID 0 0 Alp cr a —4 4.4 4.4 0 lel sa REVISION NO. DATE #103'OSdA1/O CO 'ON ON/MVY0ON003N BY nn CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS 00 TRAFFIC CONTROL PLAN TCP (2-1)-98 REVISION NO. 111111111111111, 111111111111 1111111111/ DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY CO ▪ cri ii32 -n 01 LA (0 rn 414 : rn megiVVINNNIII tt ON103/'0Sd S1Nb'1717SN00 ON133HS S1NV17/1SN00 DATE: FILE: OISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act" No warranty of any kind Is made by TxOOT for any purpose whatsoever. TxOOT assumes no responsibllity for the conver- sion of this standard to other formats or for incorrect results or damages resulting from its use. • g -boa -4 -0 -. 3" 3* •••4 -+0 I'D 0 0 0 -0 C =‘43 til o,0 -10j --I 0 0 .... --4 E 0. 24. ' .1 CI -"N* 7t" 0 IE 3 --* --•E 0 ...... '4" g o a o< ow. S 5 9- 3 0 a 40 -4 0 E < O ..... 0 ...... -4 0. - ..-. ••••••• .4. 0 CD --• 3" CD 1101°. It. tr ta at -+ 07• 4 -I 0 to....n. • n 0 CD 0 0 '1 2 '2 n -t 0- '4g rn -I a -F. -a 0 .44 • a -I • VI IV 0 ....... V r - E ,; 5 t, cn a --I 3 -+0 8CI 0 0 1011 0 CL 3 r0 -- (n0 -I -1 Cf/ * 0) *-4 --4 s p. s. 4.1 < ....... ....... 0N i ..... , . ....... •-I- -, -0 0 1 O < .....• 3 rn -1 S 5 a - cp a , 0 . ... ...... -- 0 sE < 0 = i'4 0 --. 0-... --• CI o a - - -. .4. 0 ID _.4 NI " ' ,.... JP. )". CT tr° 46. = (0?) a IV 41- al "C"; 21-- q0 ....., tra .4- 0(0 0 0 n 0 3 ..0 • 13 CC 0 CI --. ID r- -3-0 .... 0 ID -4 Cn trl 01 0 .: 1- Eito t:,il a -.-.) (A 01 --;) .0 7iFil c t 11 0 e -rt 0 ro - 0 (.71 00000001 [ [. C.Y1 0 Lrl al C> 010 CFI -1.-8 5* n -4 -.4 --4 --• 0 cm . cr) tri 0 ul 01 0 -b to Ln soimmin 0 0 0 Q. 4-. 0. 0 --ni -4, -- n o 0 O o0 -I 30.1 ' ...... -. o to -+000 -41-- -- 21 ...1.. 4 !:. il _ _ - - 4.4 4.4 - a --4 40 0 CD 0) 0. -1 C 0. 0. 0 07 0 CI 1, ""' 07CD 0 --4) -4< -I- m - < < • --0.003 .4) 0 0 S 0 = m I 0 tit 01 DT CT -ts < -,.• tdc -I- 1.4 13 ID •-•• a) 01 -- 4 -+00- 0 -.. - 0 ...... .... , ..„ . .......-. .. -. _ . 0 9 -4 0 2 - Po fl -:. 0. 0) -07 3 0/ 0 0-I n 0 SI i° VD) 3..4. in -11. 0 0 -. a) 0 gL, --1 .-4- -.-.• 0 :::CT 2 1 9 =•= . 00'ti' - -4 111 4.* m D" ...-. .4 C .vm .4 ..... = 0 0 N 0 ID 0' 80 = 9- 3 0 i- (9 ' -- 9 g E 7- s 51 5 N 0. 0 0 of a. 0 0 CD 0 '1 0 070' R. ...,43. 4. 44 43 -1- a.-- -. -11- -- tr -- 08 -01 .74- ° m • ID07-3) a -11- -F, ....., ..... a 0 m 0 54 g 8- -, .- . g -...1 g m x.... 0, ;I- <. 1 a . to a G -- r- 0 -1 to 4 r- 434C 91: 030C2.00 t;) -n 0 g- -1.• m at a z- --c -1 -, -I- -1 3 -.I a. 07 0 0 0 0 0 0 -1 0) 0 -3- ( 3" < -• 0 "D "0 -15 -4. Et -4.. 0 . g , FP ZIS 03 s g 9 4 g E 0 '13 9 = _ 8 0 a a 4-1 - IS .?' -#, 0. --4 40 c - -4- tr, 4, 1319 9° a • 0 - 0 - cr .0 a cr rT.1 ID -4- -4- 9 21. 43 F,,, . z- 0 -.4, -4. ,...,. _ ....4 0 0 0 3- -4 0 CD 0 "Cl 0 0 O . CD al -4 tO -1 1-W -•J 0 4.--* 0 0 0 tfl ...... -I- S 4.1 0) 8 --0 - -4 a 9 o- 0 0' 07 0 0 ,-.1- -rI 4- 0 45 4 -1 q < 0) 6 r) ri cl."+. 0 '1 • . ...... -.. 9 '9 0 0 co 1-4 0) I- -4 • 0 0 -I- 0 ..... o 0 n 9 ..‹ to 9 -. 0. 0 -a a 0 --.. 0 0 t4 -c 1:. .9D up 0 07 0 -I C A -14 ,, D. a, ..< 00n05. +, -.1 (:7 (0 O 0) a - cr D -. 0 a 00. -1. 0 0 ...... g 2.13 -4 8 -1 ..+ a V 2 11. ::r 21,--01 (.... ...f 1--j-090 0.0 3- 0 0 0 0 0 0 3 00 4 0. 0 :r 01 0 0 . F 5 0 (0 E 0 0) -I) C0 4.-4 -1 4 (17 "0 C CY' 3" O 'IS 0. 9 0 1 1 (010 tr '1O vo C 3:1 = 0 - to a a-- -1- 0000 1 , 0 0P1 (00 -F0 m 0 sc a, .ID to 0 REVISION NO. DATE BY 0 trl 01 0 to (Y1 tri C) ..b. (71 ..b. 0 - (A 01 toi 0 Posted Speed*1 r- it til t 11 0 e -rt 0 ro - 0 (.71 00000001 0 C.Y1 0 Lrl al C> 010 CFI -1.-8 5* Miniriun Deafrobie 'Taper Lengths -4 -.4 --4 --• 0 cm a) 01 0 cr) tri 0 ul 01 0 -b to Ln ro t.0 01 r N) 01 - ..11 a) -h. - c71 S - - -f , co -t.coN)cy, 0000000°10%- -...I --.1 a) al 0.1. , (-71 (.,,, rso rto IN --.. co -4 0 Cri Ul al 0 (.71 Cri VI 0 Its CFI -ta 0 CA (Y1 (A g 0 .2 "" 4... -ta. 0 ... 1 , ...... -4 Ul ....... (..4 0 .. I ......... 0) Ul .6.e IV 0 ... i o••••,A. Ul 0 4 Iv w.. -A, --• C) 0 0 ... 1 I_ ..... ..... .1:. N.,) 0 (.71 tri 0 ... 1 .oro.... -• 0 L 801-1001 --40) 0 I 417) 0 . 0 -64 1 orrj g CI 01 4 ... fisted ing of Device 0, 0 0 "`"4 0:0 0 CP 0 Ul -b. 0 0:N) 0 00 LA 1 N) -b• 0 1 --.` al 0 i IA 0 ai c 1 --4.• m N) -+ ta 0 9xE (1 - Z et REVISION NO. DATE BY #1031'OYd A110 m 0 0) CO ON ONIA4V80 0610938 0 co CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS TRAFFIC CONTROL PLAN TCP (2-2)-03 MEI, MIMI NNW IIIIIIIIIIII NNW MEI 4•01014010%.00 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ,>p•.....m 1 6.,*.7.11...„..v1)) 6< * '•.-7 I ------zi (5.: ,\ _, M . •A i PZ:rri 0)N.,,f ::p , ,- Z -P -r- . • 0 co ....a. SG:•,) - (4 > Z •• 4° A 1 • /77 .•••.-4:1 ('4;-. Z . . k. 1/4. ‘",„>LA.ii.*'. .'•11.. "Prgif 4141" ON 193fOrYd SINV1717SN ON 133HS MVO, P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-PLAN-TRAFFIC-CON.DWG: DATE: F I LE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- sion of this standard to other formats or for incorrect results or damages resulting from its use. N O 0 C.v)Z -• -• o 7 0 D m 0 -(0 0 O 0 0 -1) -1- 00 07 0 -- o 00 N, rn -4 m cdn SNI 038 ON I 3b32MS Eo N O m x -4 -0 om/') NO PASSING ZONE F m N O N r m m >< Q C:) Q -1>. N m = Cr) 0 0 SIE C) C) v -F 0 a O -4)-1 3 < o c�( o O ry0 'O 0 0 0 0 --O�C+0<o••a 0 XI cn (D -- vom-ci, --oc0< 00 0 - N ? '0i V (D 0 0 1, C 0 -• U) 0 CD 0 0 ? ,DO _ -t•• -I O• N 1 0 -• aM°0-eve?(DD o cn 0 V 0 U) 0 0 _. �o-F0`O-C•-•0C�O -F 0 0= 0 (0 0- N -+ 0 a0 CD 0. (0 � •00 0 0'0 Cr CI) CD v '<< • CD mon O -0+, -+0 ? 0 ? -• 0) < 0 0 33.+ 0 a -+ - -05 0 1 0 0 CDN 0 0 0. = 0 -•ca -• -+-FC > D 0 ? -• 0 -i- 0 a 0 T) 0 -1• -+ ?-• aCD co v -• -s X - -+ 0c0�0-+Cfl0-+m C Co N 0. t0J) 0 0 0 C •' 0 a -F 0 CD C N) 0 0- 0 -h Q o.( ? ? n`-•0 CC 0' n -4- 0 0 0 0 CD - m- -• ?00- 0)< <0 C • -+ CT -• CD CT - 0 C 0 0 --h - CDD. 0 0 0 - -- 0 CT CT 'i 7 N 'i i 7 (D 0) 0 (DV- 0*0+-F -- -r- V -• 'S 0 CD 00T -v---• a?a0 ---0 D N 0 0 (D cT ---a0 aCD(0 -• 0- -i, -+ °0 0 co N 0 E 7 CD _ 0 0- CD 0 •0 0 V 0? 0 0- C -F c0 CD a 0 < -1- _. -0 0 O a am?O < -F0 0 • O 0 -+ 0 - 0 -00 0 N a o CT 0 7 CD "-4- 0 �• 0. 0 0 0. _ 0 • 0 0 N CD o7- -hh0Ca0 - -F 7 CT C -F 0 0 -• << 0 0 0 -F a -1- -1 -+ ? -• ? CT m=o0 0. N 0 a 0 0 VI 0 --i a •0 0 0 0 x CT 0 0• -h 0 0 -+ 0 0 a 0 0 1 N 1 0 -4T -1- 0 a 0 -f• 0) 0 -5 0 -b 0 0 .0 0 0 -i- 0 0 0. 0 0 a CO o -5 0C)m 0-- 0 '0 0 -t- << (D 0 -4)0 0 N 0 OF 0 o 0 a a 0 a 0 -• Z 0 0 a 0O.-vvmcX100 - > 7 O -4 V CT --4) X 0N X c0) 0 0) -Ole o --4 -3 0" ? X = -. CD -+ -1- 0. (D 0 r-+ c0 0 v t0_mQ. o - vmiomv N 0-4 N 'O < 0 0 0 N 0 CD X o? O 0 0 CCD c) 0 0 • 00n ,ECD M-.0 C7"CDDN CD o m = -F u' 0 : o "1 (n 0.V 0 0 CD o�(n �a _ 0 4-_ 0 0 0 co 0 0 a 0 0 -F 0 0 CI * 0) 0 g=" =" -+ -4- -• _. 0ioC_="I ?i0(Dn N C O. 0. CO -h 0 NN M. 0- C3' -•?0 "0D 0 -• 0 CD ? C 0 CD/) 0 CD -F CD 0 0 -� -I- v) " O • O. • ? o 6* -1 ? N 0 0 = 07 SONI)IJdw 1N3H3Add - o >< r 3 0 o X00-0. 0) w --I X v) 0 0 C)? -m0 -t (0 0) P1 C) -• -0 0 0 0 N = 3> 0 < 0 O o 0 0.(J) -•PC 0 - 0 171 (0 r 1 a 0 o a(niy�,� CI �(n�• 0 o Co -•--imN (D -4- ? r 0 0 -I- -• F-• 0 1 ? 0 0 0 0• C (0 0 0 = O. 00aa0 C_0 0 cf. a C -+ 0 0 0 V c - -• 1 x 0-.000o to -5 .CS a m CD 0 -• m 0 '0 -+ a v 0 0a *0ma 0 (0 1) ? o f m 0. -+ U) O -+ ? -O-F- --0 �-• m0 0 a --I 0 CO tO --j N SNOISIA38 0 x 0 1661 uOJD c r' N _ r• I rit C) 100X1 IOU! :X3 `(0 co SNOI1Va3d0 ONIOtlJaf1S 0 1 1OLLNO3 ) 0c) -218 0 2 0 � 0 ,54 j 0 a m X X X r - m (o 0) 0 0 0 C a CT 0 1 0 0 0 0 a 0 0 a• 0 FIR c) o 0 O 0. CT 0 0 0 -+ 0 a 0 -+ 0 0 0 0 a -+ ? 0 0 0 0 0 cccr n0 0 0 -0 CT 0 2> O -F (1)?N -4- 0" N 0 -• -1-Co CD a 0" = 0 0 0. o CD =00a O X(D CD -h -1 0 0 0 X 0 _. 0 -(0 �m- N r CD m V)o 0 � Co • -+ • k'< 07)0 ©N 0'0 00-+0 -• 0 0 0 -�- v -• 0 r k< 0 -• (?D 0 -1- ? 0 0 0 0 -+- 7 0 -F 0 Q (00 0 N9IS .,13AV89 3S001. m (-) -4 °c 0 O 0 0 0 f3 0N 0 0 0 0 CD 7 0 N 0 CD 0 ‘.c 0" 0 C100-10-•-• " O- c /< O 0 .� i' --4- > .0 0 "0 < 0 .s! 0 _.CD _"1 0 0. -h•• -F0 -. ?=-t-0 (1)0077? -1-0 0. 00 - O. 0`o 0 0 '00) 0 0 _ O m ' L7 z 5 -+ tG -bo O. 0 -CO N -+ 0 -I- "I CD -0.0.. c" -• • m -m 0) 0 a .3. 0 tO 0 O. _- -+ 1 _• °, _0ao?00=. ? 0 -4- 0 0 CD 0 0 c0 CD !n Cr A- Cr •• O rn 'CO -+co 7.) CO -h -0o`0<<_ goo 0 < -F CD 0 0 0. = 0 0 CD 000(0 -+a0 X o ago -+ V -• 0 M 'U 0 -#- -s av+a�c 0 ° _. 0 0 cna� 0 X -• COO O. Z CT 0 --I- 0 0° 0 --F -04, = 0 a O -4) ( `05 00 n m -• 0• m 00. -•m0m ?-Xm4m „0 77 000 - 0>< CD Ct. V) o Cir- -4- mm171 0 "U Cn ( N -• -' -F - c0 CI >=�vv 0. 0. XJ0 0 0 --+C)? -i - "O*o O. 0. m N C "0 'CI) 0 1 0. <O :7 01 •0 -4-:mc40C - c y 0 t 0.0.CD _. 0m0-�+ (!0) 0 (DSD 0 00. C ° m -1- -+ V CD 1a• ? 0 0 0 ? _° 0 : a r m C7 e4, -4 m a -tet 0 x► m <4, -4 1,74 � m :39ySfl 1V3IdAl 0 0. 0. 0 -4- 0 0 0 CD 0 0 0 -f 0 0 -4- (1) +0 5• 0 -1 ? 0 0 0 0 0 -+ 0 a 0 c 0 0 0 0 -+ ? 0 -+- 0. 0 0 0 0 0 0 0. -4- 0 F0 t0 -•0 0 `0 0 0 0 a 3 0 0 0 of 0 o © c -F a00 _. amcn � 0 -h -• -F 0 '1 • * 0 70 0. 0 C 0 0 0 o 0 C- 0 -l- l -a••a •• -. 0 0" -F 0 0 0 0 c_ a 0- 0 0 0 0 a 0 -+ m 0 0 ? 0 -h -+ ? m 0 0 7 0 0 0 a C 0 -F 0 0 3> V) cn 0 S3NOZ ONISSVd-ON Pup X X OF-+ (0 0 0 C m 7 7• CD m v � 0 0 0 0 r11 C T� CDD N171 0 230 -A 2 m 0 °- C) 0 CO o N o n -+ 0 -1- ( 0 0 v 0 -4.. 0 -1- 0 0 0 -F 0 0" -4- CD 7 0 0 0 -4- CD +0 00 o PI T1 0.0c0 -FO -F0 • ' = --I 0 ?0 (D UO) (OD 3000 o -+- Co 7 0 -- 0 0) 0 0 --h 0 0 't "'i 0 0 0 0 0 CT 0 -0o m� o'0-�0i-=- ��• a05 CO0 0 0 N CD CO X =-F„ -FF0+0 C 0. -1- CI 7 acT0 n 00<-. g c0 831N33 ON.. 0) --1 PI v) /-0 c) CT 0 -b c to ? 0 a a m 0 0 -+ 0 a 0 0 a 0 0 -f 0 O. CT -4- CD -4- -5 0 --1, -b 0 0 0 -1- 7 0 a 0 0 0 0. 0 0. 0 a 0 -1- ? 0 0 CD 0 -1- - 1- O C 00 7 V : a 0 0 .A 0 0 -• 0 0. 'Vm 00 0 N CD to C a Co -F 0 0 0 '^F C 0 (1) 00. 0 0. a 0 0 00cc 5 Win. -+C 0 0 -4, _. _. 7-(0 X cD 0 0. 0 0 00 CD CD -n "0 m -• -1 --4 cn 0 ?C N0 n X00VIX00 V) : 0 -. C ow. 0 0 0 -i ' '-N- ♦v 00 ds--X-"5(Vm -• 0 -1' -10 0) .a0? 0m wa)�CA3 1O 4♦0 CD°'• wom00n CA N-F -4 -. .0 1,► -s w Non 3 -4. --I 3 0.3 0 1101110110N 4.4 0 a t1 .0 =i-1) 0 0 Oa K 0 m -1• 0 0 0'a C -01- 0 O.g Q X • OMNI S310N 1V83N3O c_ 0 V m 0 D Z 0 C) SN 13V32f1S C -I v -o m = v'i) 0 O r --- m r x T7-1 cn O o-7 OD OD (7 C: -1- -7 GO Q 0 C) �G tQ spoa9 I .1-uPd cid 0. 0 0 0 0' 0 c0 0 0. 0 0 a --, 0 0 0 0 0 N 0 0 0 -5 0 0 '0 0 -F 0 -4 a -0 0 0 -h 0 x Q 0 -b 0 0 -+ 0 i 00 0. 0 0 0 7 -4- 0 F0 0" 0 0 0 0 0. -F 0 (1) -F 0 0 CD a '-5 < -0 M O 0 -+ 0 -f, 7" X CT 0 0 0 -5 0 0" -b 0 CD -4- 0 <' CD 0 a 7 a ? Co M 0 .A. m o -s CD 0 0 0 o. 0 Lc 0 a -0 0 -5 0 -h 0 CT CD i 1 0 --1 -h CI) - 0 -+ < i 0 N 7 00 0. 0 << sgD4. JONJDW ao 0 (0 0 C a aD r 0 m0. '1CD 0. I 1 1 %N I NM NO I IDMISNO3 Gel Z FOR USE WITH REGULATORY SIGNS ONLY 0 0 0 m. oo. c 0. 1 i i Owar3 -5 - CmXX' 0 0 -4, • ao co r o CD 7nto 0.a> to co m onca a i t co co ? 0 0 m -7" 0 -h • CO waor 0 o 7--0 a> i a C 0. 1 1 O CO CO o o (0 ?' T 0 -b ow ow 0r - i0 0 O 0'1 a I i 1 O cA w oCD 23 0 -h • N X o CO 7 W _ w RR FEFfl Lp-ru k 0 _ C7 N_ [Full @7D IP -rd 00 k )k)( )k )k >k >I " C7 W C) (JJ n 00 N k * ** >I C7 0 0 zz :t7 0 C; n REVISION NO. DATE BY REVISION NO. DATE BY #1O3'OYd A1/O m 0 CO ON ONIA4VW CYO03S Z m 1 V co CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS TRAFFIC CONTROL DETAILS FOR SURFACING OPERATIONS IIIIIW UMW CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 00 M hz (1) �� C1N 0 (c N"di Z ro-x Nm � 03 =� 71N , "11 p`X 01 crio O 0N103faid SJNd17fSNO0 ON133HS SLNV17fSN P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-PLAN-TRAFFIC-CON.DWG: n D r m z m 1 1 i 0 m x mX 0O-1 X C x 2 23m —IO �A� 0m OZrrn . Z Z Z X > 0 �mc �r' Cm—I my< °>O --im zZN m w ao • tV m -< D O —1 rn aVO�I 3OV1NO2:1& REVISION NO. DATE BY #1 3POSdA1I m CO N N co CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS DEMOLITION PLAN P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036—PLAN—GRADE.DWG: 1111111111,UMW— =V SEIM %.0041010041100. CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services Co COCo -v m LriM m 3� N c' m.^';1 a-0 to "' n O t•Q • V zo3 orD O N N ▪ �X .a N 01 o� 00 m Z z rn m D r derielegWVINNI • '0'm ®�_ of N yI ON ON133HS SJNV17/7Sto ti 1 1 1 1 Co V Q) (J1 D D n D D K D D m H w m x n K D D r ? Zo m -i zm K OvoO 0O-♦nmmoCNo>DOmz20ox zzDc44 omDmmrmoOmomMH-{rnDxo-n-—m m7311W0rmmmMn00O �oxmZmm p m DDrD "=mOmmoxrZmOpznmmCT30o0 Mm mrDDpp 2rD-I00 ZD0OH DO< vm DO O m Dx D m m n m r DD n x m D D D 0 m O x m c o < O m 0< w m z H�orm,zOpTl O .. 0 x m wmm>z D m A D r r 0 D= x O-immigmnmyp�rm r 0 Z D C' p r O Z K> r mrrnOmz•<mHm_ v D. O T< x O D D 7 m omz.w n(n z mD.200 Dm Ov nano r 0> >ZzO(n737) r0 m D m o 0= m x 0" m -I O y m D D < r C cn m m m r D w r m r 0 cn D m 0z DSDmDmm zn r (n 0 — m 0 x r Z y 00 D ‹0 O o y 110 m< mm<Dm Kxm v2 mE00>5 X> -,-I0 0 m r 110 D m r A 2r, - Ha rrC 2 0 <m* m 0m r-nOrrrcnm -oim A W 0 z 0 z D z m m 0 D rx m m r z comDcnCm>0 m Z0C*wHOm �7 z x zWZx°'�=�" v x m m CD O m m wC C o. mK A O m< m K n 0 cOZ-COO mMcmz -10 -(n>0z,Ox Dzzmzzmx�Dm >r _ w>mD-I On Z 0 0 z m m n(n-j�m m Z x x m D m n m i -o o n w 0mz„> > moz vo0 m m (=conic),cn momxx< D D m Z 0 0 (nmz. Dm 0 zcn Oo 0 73 x m • Z c(n *m x TDI- xm X x �0Dv� m 0cn o o 0 m 0 CO w m INSTALLED IN ACCORDANCE WITH A Co c<rm>wnrzwm2n*n 207m�Tz=100=2=z (n m m n m m z O m -T 0 4 o c x r z m r 0>-1°-4 0 -n m x03 or<Hrzil zov0 7J oD2?wnmmz1011 5 0 Z O o r r H Z< 2 r-1 r K mtOOm<o o-011 m m o 0 m Z O T Z m D TImzmZCCDn(�i�OK-1m D W z m w 0 m 0 z z m 0 m x m m m* 0 m m P 8 -10 0 O_0jr0=�ao m m�RD00or-Dccm D >omw zw�Z-DI-H0 0 0�nxm 0_,mwsTzp�_INimomopwo_1_zcz0 oOw O ( Om(mnO$ZcZAA "5Om0m-1-10D>Xzzp mWO= O=0wmo 00 mZ(n0 -< r.H Hi ozp_mop z OD -1,-* _ m mOym1 Xnx 0 0 nm10C m CO 2 ODO7033n-1 -1 0 D cnomiOOz cn z 0 CONSTRUCTION SEQUENCE FOR TRAFFIC CONTROL: W N - 0»-1xmo2ogo xmxmxp OHO D- m 0 m z= z= z W x O z O D v D x D u{Omz'U).m0 m0m>O mxm�Ocnz`�)�P 2-O-1DOrr-xr wrOmrnOw m m =-In�0--DZ m.73 4 z 0 m m. M m _ n-2mxO 0 m m M D z x 0 cw 1 0 z ND�m-O-1r r r D-Im Z x= W w- Z m m m mzm>m - O-O_m5I_1-10 0) -1 0 D x D O x c2» -CO) -HH D ZH-ox O D m x n mZ m xiinc< m 2 0 x (oD O n 2 -000x .-o �D�xw• 0OD No00M r Axrr0 0 iWmmrTi z 0 m n io D 0 0 t < c O m ve0<0 OxOCrx DHMDH xxmzx -<mcoom 0) co 2 0 -I z 0 z 0 U) TRAFFIC CONTROL NOTES: J Th OV02i H313141R13d ThOd2lIV 0 0 0 0 0 1 0 0 om 0(7 Z -i 02 O o N0 -IC C D m x w D r (nm2 1 ma w I I (0W D mm r 0 Cn N -1 53 m to M0 T 1100 � 1 00 _Azo D N r 0 2 (n A r 0r 0> m o mm 0 0 110 mzyo "-‘1=Z Z 0-4m 0) I') - Am1m m m 1 1 m-1wx 0-730 Omx-1 (npmm o>x-1 z � Z X Omen CC D c Z mTz0 w v 073-0 0 m o D zmzc m x 2 H x D 0 0 c-IDO 1 r0 O m Z -1 m 01>, Zm_D Omr m m 0 D< D r� 0) xv mm m mO n m z vO) mx w z D D 0 r H mmcn0 11x0 xcmz w-oT TO N moJ m om m>>m DHoD r n - x mom m 2 D m m wm• >z D D co < D o m D v m 0d - A -co Z 1 1 0 mzo^2 - .J Ul -1 w ? oommr WMf(n D co 6 M r bmc G7 rm 00 xo Mi mm -< 00 Z i (n mN M U) >m m m� cco-43 -0 0 mrm -2-i mzwcnK 11 11 m 0 ""oZC 0-4 coo -AAM O w D Z 03> w m e m D mmm �.0 O D 0 mxo m--1 m mn OH i m z (n 2 s -s O `'a s r co=mer QDcnm Nmcn 3 rn O D Co N M D DO cm WO 10 Mm mm -1< x " O Z • • • • mD(zi) jrK " m r z� nHm ;m5D �m:< cox. 0 O oz 00 m m 27 TRAVEL WAY (2 LANES) (p 28 27 0) 25 24 W 22 i 20 GO 0) V W 01 14 13 N O Co V W 01 a Co N -4. 'D 0 Z 2 COORDINATE TABLE 17175268.40 17175263.25 17175258.08 17175266.93 17175293.13 17175287.26 17175273.21 17175271.35 17175255.97 17175256.96 17175263.64 17175316.29 17175316.47 1 V - V 01 co J w 0 17175355.87 17175355.68 17175345.88 J V i -4 (n - 0) co 0) 17175319.08 V ...1 V cCJ1 a rn N 17175346.22 17175314.19 17175313.88 17175295.39 17175295.83 17175360.60 17175339.12 17175367.34 17175358.46 NORTHING 1308702.01 1308752.35 1308802.54 1308876.05 1308606.15 1308623.17 1308669.36 1308678.13 1308828.09 1308839.08 1308863.77 1308812.00 1308808.25 1308843.42 1308842.96 1308847.97 1308848.11 1308848.95 1308853.95 1308853.42 1308858.39 1308859.10 1308848.55 1308846.60 1308841.61 1308609.96 1308665.98 1308572.77 W 0 Co Co N_ 01 EASTING EOP EOP EOP STRIPING STRIPING EOP EOP EOP EOP EOP EOP EOP EX BARRIER EOP EOP EOP EOP EOP EOP EOP EOP EOP EOP EOP EOP END OF PROPOSED BARRIER END OF PROPOSED BARRIER 1 EOP EOP DESCRIPTION REVISION NO DATE #193/'0Sd AID m 0 a 0 w rn rn W CO BY CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS MALSR STA. 12 SITE IMPROVEMENTS \\KSA-MCK-SERVERI\PROJECTS\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS \CRP036-PLAN-SITE-IMPR. DWG: e>2 m 0 (n DSD rmrr- w D A x - m -1C01- MO D<mO Km D0 -i m D r N D Z < 0 m> rmr r N -IN nm mco m -< X 0 00 0 Z 00 --1 M -i m (aNnos 1SV3) VV AMH (nA m co v x mx D 70 F m 20 mc -10 811 O III I ""m> 0 COW -4 -I ( c0 co Zr o m W W D mDo mm _110 m7IF m rea D-0 073 00 X13 O 0 0 D m Ho m 0) w D m> AVM dO 1HDI2i lOOXI M011 OI IdVa1 dO N0I103UCI EXISTING CONCRETE PAVEMENT PROPOSED CONCRETE PAVEMENT 1N3W3AVd dO 30a3 0 (VOV) 30N3d 0NIISIX3 r G) m z0 1333 NI 31VDS DIHdVdO N 0 N 0 0 Z+ REVISION NO. DATE BY wW CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services z m m r r CONSULTANTS PROJECT NO.. ON133HS SINV17I7SNOO 01 CO 01 'moi 01 0) 01 01 01 4. 01 CA 01 ) au 01 0 .P CO 4. 03 -P -.1 4. 0) .P 01 .P 4 •P 0) .A N 4 — 4. 0 () (0 CO 00 Cr.) -4 CO 0) CEJ 01 C .P C) O) W N W - 03 O POINT NO. COORDINATE TABLE 17175538.70 17175541.85 17175543.24 17175544.34 17175545.37 17175570.05 17175564.90 17175558.29 17175556.52 17175546.80 17175544.85 17175541.70 v ^J 01 01 4. -' c ) 17175538.34 17175535.48 17175532.61 17175529.75 17175532.20 17175532.71 17175535.85 17175538.50 17175526.95 17175537.83 17175532.79 -J 01 W - 17175526.74 -v 01 01 01 0) 17175560.35 17175541.20 NORTHING 1309184.73 co o (0 - 3 CO o O 03 01 CO 0 CO 01 C) 1308916.55 W 0 00. -4 00) 1309037.90 8 0 (0 _ 0) W 0 0 00) CO W 0 CO 0) - W 0 _ 0000 1309184.88 1309195.02 1309204.01 W 0 (0 0) _Z ) 1309202.23 co 0 CO O- 01 1309193.41 1309184.42 co 0 (0� _ -1 Ccn co 0 CO 0)(0 0)0 (0 co 0 CO 0) CD � 1308890.54 GJ 0 030 01 00) 1308895.66 W 0 co 03 c co co 1308738.81 1308738.89 1308739.93 mm GO -I 0 m 0 13 m 0 'D m 0 D m 0 D m 0 -o m 00 'D m 'D m 0 -D m 0 •D m 0 'D m 0 -D m 0 -0 m 0 'D m 0 'D m 0 '0 m 0 -D m 0 'D m 0 •u m 0 -v m 0 -D m 0 'D m 0 'D m 0 -D m 0 'D m 0 -D m 0 'D m 0 -D m 0 'D m 0 -D DESCRIPTION 000 D m m-i� zz�O< -IOQ0 pm0 X=Dr- -1rTIr`D 0< D D (/)Dnm -DC y --e --I-I DX0 US D M �Zr 0 D mD •IE > Om 0m mm Z � D0 r 0 0 0 m DKDDm--ioom=C)ED z-rz0)OmX>OCr ZNUJ- DDDOmZ 0m0�y �,m. 00 0-n D D r 0 o m m m x m C 3 -o xim > r- w(/) mu) <rz DZ urm00z0mz0 v—g0m Si (q� mODMZDOz1 D G7 -i D 1 C 0 )3730=-13m .0.) w — <pp1JD<D0- 0 C)mo-n00�m�00 z Or774tX ri� XIm 0) ¼#0-40 .>z) rm -Irm0_.I<-.iCr D n0 -ISD -p> r -IC<-•tmcmzE ao O. m>o0—IZm� m 0z0 • 0'��r> V) Z - C 0 c0 > -I >5 xi 0Z�'mD mN ' G}0O>rv0r 011 m mHmrm�X >Z 0 c >=mmyUDi< zu 0 • =r 0mK rn HD 0 <yp0�m -Dr D z mn�omm� Om m DO r�r ;61 rm r• D -Icn CO 0) 00) 01 0) N 0) 01 POINT NO. COORDINATE TABLE 17175302.66 17175299.54 17175572.88 17175558.01 17175550.29 17175560.46 17175561.59 17175563.04 17175535.48 17175538.15 Z 0 7 -I 1 z 0 1308802.68 1308799.82 1308870.25 1308918.56 o oo to CD 1308924.22 0 co o 9) IV o co o e2 1309203.12 1309194.48 y cn 0 0 "D 0 -0 0 D 0 "D 0 -D 0 .D 0 'D 0 -D 0 'D 0 "D DESCRIPTION *rm>(00rztn-v20*0 0-0 • wx=-mn0) C OD mm-ZI=-Zf mo- 0 z"i Q-Inmc=rzm-r-0o0 m O_zrr--nIrz�_ZQO-1Q ZZmCm =0-• 00 '7z O 00rm <-r Ox0r-�CZmzr--ioo rn m - o(Ow�zm0m0 ODc U) O m0I xZO11:1; zm o0 T v0 xm0coo--1m�cn5=0 So7Jmm53>IDzOnX z 73 0 mD0DnrzCwO >ZIXi-im=Orn -_ DDmnW'=0jD-•0 D �-=IOI O0 r0ocn_C- C-Nr0- G x0m -1�r�0XmZ 'mC0 0OHZ_I mvm 'DOmmzHOcZZ - .4.O> IOO �ODZ0O -I H :j0wz 010pz x • Imr-mem 0z0 O� 0-=D00 m m0 0zZCz to j 0 --I-z�m0_�'i m z >mc° > 0 c 0 t0/) Z curl °m0 xi � °o*m O �, O Z �m=0 z Z G7 z 0 -�1 m Y.? (aNno IS3M REVISION NO. DATE BY REVISION NO. DATE BY #10310Nd Al /0 m CO "P -tom ON NIM ONIMPIG 0003Y N op CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS MALSR STA. 14 SITE IMPROVEMENTS 11111111111111 111111MB 11111111W NEM MI MIN \/144./4000. CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services Co oo m ,Tri cn �_ 11 N ..1:.....<N 't up.,, zs co stan, O N ,C Z 3 �n 2 N 71 6'x cn 0 atn CD o O ON 103108d SINVI7ISNOO ON133HS S1NV17/ISNOO P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-PLAN-SITE-IMPR.DWG: REVISION NO. #1o3rosd Alla m 0 0 REVISION NO. Z rn 01 co CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS MALSR JOINT LAYOUT PLAN N IIIIMIN MEW MIMI __ CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ON10310Yd S'NV17!) ON133HS S1Nb'17/7 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-PLAN_JOINT.DWG: 0 0 Fri- 0 Omg0_,- z Z g > m o --4 m>omF w (.4) 0 -0 -0 -n m > > F r- r• --i >< x cn m in -01r- M > 0 m 0 -1>0 -I > X :1: 0 C) > -I 8' ' c) c)019, m -A e M c; n.) z =Ci 0 0 " m 0 iej WCflrj c X m 0 --i 0 0 0 O3M-000 >co>00 CO —I 70 0 (1) --i 0 7:1 M m > E > 0 0 g -76) >:, -2 0 w > c m z > I.. 0r- - r- r 0 95 rn co 20 co _c 00m -4 0 r1.1 z c z0 9) 0 o m (i) > r- — co w m 00Z m 0 m 0 z z 0 m0 m M w > -Ic r- 0 > m 0 < m > m m z 22J0 5; C-5 - r- r - X rri 0-n 0 0 c -Icz z e -- M 4' 0 CCI o ozm z 1 > 00 > Z w r- rn 1\) 0 0m w > z w 0 --I 0 M CO 0 -130 0 > z m 30 aNncmo ONI1S1X3 0D m > < > m F m z m m --6 mm 0-> b z m 0 •Z -D 0 > 0 m >xmo of) w or) > 0 r- 0 01 0 0 LI) Z m 0m vi m 0 m z o M 0 -i FF1 C co Z 0 2 0 -.1 ....., 0 -0 z 0 0 rn m-0 0m 2 0 o? > x 0 m 0 Fn- z >- m 0 r- 70 0 r7g 0 M > -.1 z 2 -0 m m 0 -n (i) X -no F/3 m 70 —I Z 0 -- 0 M M 0 0 73 mo M --I Z M 00 M —I WD > 7J _0 7J > z0 0> -n 0 -I C 0 Z 0 Z >0 —1 7J 0 Z m-1 310N 33S r>T<' rc1 2 > 4> > X I-0 0 > m m 0z to 0 -n cm 0 •=8' X X K 65 0 m -A m ZZ 0 -IG) m rn z 0 -4 m m 0 c m z - 0 > z >-4D —I co 70 0 0 0 Z 13 m 0 0 w m 0 2 0 0 > m 0 CU -7 m 0 > m -0 II 0)0m -n 0 m c X Z0) 0-1 > ---1 - 0 0 03 z> -130 ffi m > 0z z 0 n M z0 0 --I mm 0 71 F/3 —4 z 0 REVISION NO. DATE BY #10310(Yd AllO m 'ON ONIA4M' 0003(1/ rn CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS MALSR STATION 12 TYPICAL CROSS SECTIONS 00 co 0-1 > w zr- m 0 0 r70-8' 0 > w m co 0 0 —I z rn z .71 (i) > w r- m 00 0 z 0 N) w z c w m z > 0 ra" z Om z -o rn< m x m Z-4 -I 2.0 co > 0 r- > > > z 0 >40 m c Z4:;: c-1 M m G) 0 (I) CO --I m m 0 1 0 c Ffi Z - 0 > Z > -I -0 0 0 0 z -0 0 0 w m 0 2 0 > 1/4 , 0 co 0 m > Z 0 -rt > ETI (/) M w 7J >cm 03 M 0 0 70 < 0)0 > m > M Z cf) > m -0 > r- 5> > r- 0 * m z X11c C) CI 0 0c> Z 0 M > m .4. 0 z c) 1N3VI3Mid 00d .9 3avHsens C13Z1118V1S 31/111 0-'FFi c Z 0 2 0 > --I 0 0 0 -0 Z 0 0 0 m)m C° 0 0 >00 0 Fn- z m 0 7J 0 m > m 0 m c X z 0-1 5 G) z 70 0 xi m > 0 z 2 0 CO T >0 0 —Wm 3. 7:7 > Z 0 > Cf) 0 -4 c0 Z 0 Z >0 --I 0 z REVISION NO. MIMI MIMI 11111111111 MUM %001%010%100" DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY N.193f0Yd SINVINSNO0 1133HS SINVI7/7SNO0 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036—DTLS_PAVG.DWG: w m z w m o 0 --i > r- Z GO w M 0 a) m —rn z 0 m 0 0 m cf) 1N31A13Mid 313210N00 ..9 11Id 03310Vd1/1100 11 O --I c m z • > Z > ID -I 03 000 (• 7) O 0 w 2 0 m c• ?) > -m -o m w 73 m , • z (5 0 c co 3:1 • > 0 m O M Cr) 01 • > 0 r- It 0 O 2 T. < • z m O _n m o@ m a, z 3civoans CI3Z1118V1S 31A11-1 ..8 Gri WD 13 > X O --I X 0 o -<X 70 D m.-0 Ffi < 6-) K > " Z 0 m r- 70 rn 0> Z 0 m X -n -I z 2 in 0 -1 O -i, ---1 c 0 m 70 0 70 0 Z Z 0> 0 O M m 0 -I x m -im .---z. m 0 Z m Z -I t...) 0 0 m m -i 310N 33S M M --I X 0 -< Amy m K 13 2 > 4> > 73 r" 0 CO --1 -13 0 70 7J M > C m 0 0 m cm 0 X K (I) 0 m m .mi ZZ 0 -I 0 w c co > O 0 w • N O M mom 71 fl30 Z --I -n mm 0 m 0 C X Zm (7) 0-1 >, z 0 xi O t, 73 Fri m • > > Z Z 0 -n O -I m C co Z 0 2 0 -0 ..... 0 0 0 Z 0 0 O m (J) 3:9 0 3:1 > 73 0 G) Ph ZE m300 0 m7:3 -.4 m Cfl REVISION NO. DATE BY cn 30 m m c-0-< 0 om m 4> co m z (1) 0m-1 111 m z M Z 13 0 13 C > Z c0 r- O > 70 > 7:1m5 o3 O FF1 0 0 ZXImZ O m 0 0 Fri 2 -1 0 2 > O 0m0 m 0 m 0 0 > 01) Zco M C1) > 0 0 00 Z 0 -n (1) c z m m m O CO m < 3 0 > m c 03 z r- > 0 mz >0)0 x O c30 0 0 ix -0 z 0 m-:1- g Om> m • -I m -I' 0— 0 > > r- > w - r- cn co O r - o z m O (,) m > -1 co rn - r - r11 < 0 m C Z -I 0 CONCRETE BARRIER AND FOUNDATION I 0 z 0 w m —I 0 r— 0 c z 0m m F-1 c) r - W w X o OC) 0 -I O - Z O m m -I 1\) m 3-3 1117z s&ve 17# 02 cA2 M CO m O >x c z 0 O r-fi 0 > z -1 0 - > m 0 z Z0 m 0 17:r1". 04 (7) m z Z (0 0) 0 c!, , 13 0ri C > O -i_cFmc)OmF O 0mWD_IK0-0 -17J1-0> >FX m 0 ° O 0 Z ---I "0 >< -I rTicsm rcrji *09<3orrrni4 g - z o m -n m -173mT--1>Om WI -< E; E: • E: n c (0) 2 2 0 m (:) — 7-1 F13. -7j -1 0 m m O °3>X017.1* C > - • - -i 0 (r53 (4) -0 :=1 cmi CI-71Pw0-1 mox (7) 0 -18 -1 0 C rc•))331) 30 0 0 m REVISION NO. DATE BY #193Pald Alla (i) co CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS MALSR STATION 14 TYPICAL CROSS SECTIONS 111111111111 11•1111 NMI MI MEE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services ni z rn rn ON 1031061d SINVINSNO0 ON ,133HS SINVINSNO0 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\O 1 SHEET SETS\CRP036-DTLS_PAVG.DWG: m 0 A --I cn0 w O > z pj 0 70 mm O m z aa 0 10 >zm. n 0 > �m-I m 03 m 2.00' 0to > m--� nr- m> 0 0 rrlm Z H cn NOIS I3OJd 0 m �o mZ m --I D 0 _O X O= m r 0 Z z m-� O 0 0) z 0 -v O 0 z 0 CCIA LOGO AVAILABLE ELECTRONICALLY UPON CONTRACTOR REQUEST. ENGINEER'S LOGO AVAILABLE ELECTRONICALLY UPON CONTRACTOR REQUEST. ALL FONTS ARE ARIAL EXCEPT WHERE NOTED ON THE DRAWING. Z -�-II <_ w 7) m O0= �--1i 1 zw < r _X =I -n wM > =som mD = Kp ZO m_0 Or O -mm -0 Omm (liz 0 70 m z 00 - Z -I r- 0 Orm m Z CD 03 >CZm -1 moZ n H K `'0 o0 5',.., -I D 0 v) o zn m z -1O BACKGROUND SHALL BE SHERWIN WILLIAMS SW1004- PURE WHITE. 0 m m O 03 cmc • 7)13 D ? OO�O - Z Z Z -r)mm • 0 _pN O 0c m c aNOWd?idO :1X1 3aino 1:IO1O3 0001 V100 S1SOd 0-,8X„ lX„ -fr REVISION NO. DATE BY aNnemo 1VJniVN 1SIX3 01 W 01 0 0 S 13INION3 0001 01.0V II NO3 1 C Z 0 0m 0 7J 0 O O 7 W ��, m Z G) m NZ ZD o.4. coD O 30 m• co mD z a i z VN aNI IIS z r -0 O v9 w Ia,I c,I l'‘) � ,I N 01 01 W N REVISION NO. DATE BY #133aid x(1/9 m �P Z N 00 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS MISCELLANEOUS DETAILS P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_PAVG.DWG: 1111111111111, I OM/ M CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services Co W u, -D = . rn .o m N 1 3 N� x N 0. co. - 0 N goN� Z 3 '� 9 N cc, -n a. x CVT) N O O t4 01 0 0 rn Z m m ON 1,9310:/d S1NV17/ISN+ ON133HS SINVI VISM DISCLAIMER: DATE: FILE: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- sion of this standard to other formats or for incorrect results or damages resulting from its use. (xxxx-x)es(x)xxxxx u X.010' 00071 -v O _. -p 00 P• P P•, e • o • P. 4 P 4 P P ARGE v • v • • • V• •4•• • • P. • .P P.o • .P•• . •P. .• • P v P� 'P .•v •v - P • , • 4 P 0 --h \ " • • P , • CO ) N� •: ,v•4P4o P• 5. 0 co 0 Cn 0 . 'o • • v . 'P •v •v •• 0 • 0_ CD o••' •a 4• 3 0 0 0- - 0 c 0 - CD 0 CD 0 CD 03 0 0 3 v- . 3. CD {D 3 C 5' 0 3 -h 0 -h 0 3 3 CD 0 C) CD r-� CD C) O C, i 0. 3. CO c J. r+- -. a3 3 3 0 CD 3 0 0- 0 W CCD CD DO.. 0 CD 5• C DC C DC 0 cn•cpr+- o O cn - S CD IV 0 0 CO CD 0 P• • P. p P.9 a , P • •' P. • • a • • • P• •P , V. • • , •• . • 4 P 4 P , P• • •v P. , v V o • V P. •P • • P • P. • • • X CSD 0 CD CD 0 (D 3 N Or+ (D c -5- m•-0. C 0 o �D 0.. cn 5 fD 0 O•fD c3o 3 a. -00• •+ O C N (1)0 �,, C 0 C •t3 `� -CD CCD 0 O G CD rn 0 I — X 0 1;1 i O 0 0) O. . 0_ r=-1- (D -. 0 = Y 5•c0 z 0 'G, _ --0(0 0 C -h O 0_ x cs) > N• l? 0 ° 0. � � CI). � to 0" C < CD CT .-0 •J r+ s v 0 N 9 01 M0 ,..r-0. 0 > (n 5' 0 Q Cl_ CD rn �- CD 3 cn 3 6-0- -. O CD C) �)1 (-' D g (D 0- = " CC �. s 0 �� .. 0-o =(0 o o cD3 0 Cp o 0 tT ' t0 0 0 ' = 0_ CD E CD N' (O O 00 N 2 0 L N O O 0 z -1 g z 0 z 9 0 0 2 z O O 0 00 0 (1) V J z m cJ) 0 0 n 0 CD 0 0• (1) 0 <• tn. 0 r+ 3 CD r -I- 0 —h -H 0 0 0 0 Cf) 3- _ 0 (D 0_ io v. (D `< O NON - X m" 0 3 rcco -e- �• -v 0 CD CD CD D 3 N -a 5'• > 01 .{�.Cf10_0 3 CA IIioNoc 0-0_• o 6 0 r+ CD -s CO 0_ t -4 - CD 0 0_ CO 0 3 - CD CT 0 n 0 3 0 1 CD CD 0 0 0 0 0 3 CO (n' 0 -+, Jll WSSV NOS Dd WS A X X X X X X N (/) a o X X X X X V N (' Cn 0 C = 0 -Oi, 0 'r1 0 O 0_ 0 -0 r0,-. N 0 0 = CD 0) CD CD CD 5' (D alaaou03 V SSDIO o svC,4 0_ 0 X < -P 0 0 n CD 0.. 0 0• CD CD 0 3 N 0- , - • 0 o ••�.., • 9 v ' � O. • e ,• P P •'P' •Q • 4 P 4 P • P• •• •P •• •v4••V , v•P•P •••v ••V • . •P P• • v • • P• . v v . ' • • • • . P. • p►4 P. • P.P PO' • •P4 P,• P,P P.• •.•. •'p4 P • . . •• e P•: P ••" • -•• •• •44 v • P 4• • • D. • 4 P A pr • P P,• o.ev. • .D ••v .v • Q P•p • 4 P. • • v • ' • P- 4 P••P •P•e •••. • • P P 4 • P •• P• • P.. • • e • • , P. • ' P v -v• v, o • • 4 P A . P . -v . _ • • • '•. v • • P••v • •• •• p.,. • V p D • • • v• v • 4 P •, P ID • '0 • q9 • • • , P 4 % v ,v ,v e. • • ", P. • v, • • ,•P4 P• • P•P P.••• • • • P• P• e• • 0 N CO o 0 0 um0 3D " (n NCD _p=.- CSD .p N (o - 0_ (1) !n' 0 .CD M 0 > =N 5• 01 CP CA 0 0 0_ v•• , • • .• •4 P 4 p,• .• . •• • v P• • , •v .v •• •Po .• • • • • • V. • • P•p D,• v •,•4 P• • P • • • P pP• ••, • • ••P •• • 9 • •Q, •• 9 4P4 P P 4 P 4 P • •••• • v P''•,e •• '• • • v •v • •y • *V •v • 4• • 4 P•P P••., •,•P4 P• • P,P P•• • P P • .. _ . • P • P• • • • _ tV (/ 0 (n > 0 0 ^C7"vv 0 0 = c0' CCDD CO + r 0 r-1- 0) :'f-- c CD CDC 0_� 0 rn t0 -v SD r+ 3 3 v -co cn ( 0 a,0) 0_ 0 -0- N CD -0 CO 3o (5' _. C cn :. 3 `o o 0 o 0 0 3 FA; 0 O C CT (0 CDcn - = * 0- CD o CD 3 rn 0 () (1, 3 (0 c up' -o_ CD 0 0 5'(0. o N 5' a 0 (D 0 o 3 'D 0 0=- CD N 0 0 r+ CD rn _ 0 3 N (D 3 co. 0 0 (n' 0 0- 0 N 3 - CD (D 0_ 0 0 -h 0 3- 0 3- 0 0 r -r 0 3 0 -h (0 0 -0` cn -0Z.• 0 CD v- CD 0 3- - N cD 0. ri- c0 -3 CD 0 0 Q CD -41 3 rn a) O 1 0 0' 0 c 0 0 v- 0 -v c 3 _ 0_ -h CD 0 0 v -h CD r -t- 0 0 r4- 0 0 0. tO CD 0 -h 3 - CD r+ 0 rn0 CI'i ;P C•0 C 0 0 �- r-t v' 5 0 0c : 3 3 CD to 0 � 0 c (ocr v- -v' D O 0 3 5- m 5 • c O W . -r O CD �c a 3 CD - 0 00 CD r';` 0 0 0 0 3 0 '=� 0 3 et - 0. 0_ Cr) 0 0 c Ca' 0 et - d N 1 o �• N _ to 0 ,n -i - a 0_ CD CD CT r+ C0 0 rn O 3• 0 _ C-4 N O C z- o rte-+ rr 0 O c -0 3- 0 o rn�0 3-r 0 I t0 0-i CD cL.O O < 0D 3 N 0 = 3 =• '0 0 '< �- a CD n CD O 3 CD -3 CD r'+' -h 0 0 -1 `< CD 3 3 5-5 O O Cr C d CD C-'< Cm Cr 0 •(0 -D 5 5. CD 0oa) r�- o C C) N N 0 0 -� rn o rn co 3- 0 _ O Cr! v: 0 0 a �n 3- 0 3 0_ X' 5' 5' 0 v- et- 0 0 a = CD0 0 0 5• 0 3- 0 0) 0 O• 0 N 3- 0 c0 1 0 c X� 0 0 0 Cr CD 0 0 3 r -r 3 - CD 0 0 3 0 CD 0 0 0.. 0 CO 0 0 - CD 0 0 0 r -4 - CD 0 0 3 0 0 CD r -r 0 0 0 et- 0 - 0 +0 -0 (0 •••I -a v- 0 r+ 0 CD 0 0 -h 0 0 0 0 t--1- CD +0 0 (n 3- 0 3 N 0 O: 0 0 0 - CO r+- O v- rn 3 x' CD 0_ 0 -v 0 0 Cr 0 c� 0 c 0 0_ Cr cn c 0 N 5' 0 0_ 0 0 -v v 0 cD -h 0 a 0 0 CD 3 0 0 c _ CD CD a CO r+ 5' CD O Sro- c!) 3- 0 0 CD 3- 0 rn 0 CD 0_ a rn 0_ 0 3 5' 3 3 0 -h 00 0 3- CD 0 0 O 3 0_ 0 0 3 C 381103008d A-181N3SSd ;P C4 (n C V) rn 0 C. CD G) 0 * 0 CD et- O C 0 c Pa =- r -a—"0)4. C 3' 0 o 0 ::: N.) � CD 0 _, N n O O�- :, ®ci3.000;C too Cn (n 3IDo -v-v 3 0 _ 0(DCSD-1C -. -,= 3 o ;v. -P..5:: ; >'c :-..• r+ `O = 0 12(b c o- c0 v- _ 0 ,-p 0 3 3 0 0 0 0 0 0.,. 0 �. CD C� D 0 `•.•� 0 a) �. 0 9.C(ii<•N.oto = 0 C,4 N 0_ _ cc it O rn 3• v N 0• X- 0 v" s X r*: 3 * = CD = CD CD m cn o0 ° lg. 3a)� -v * s rs,_ rt- 5. 3- CD V> r+ o - 0 0 3 0 0 i-.-1-)' = o Q CD -1-h co o 0 0 3 0 CD t0• N -' C 0 0 C)0 O° O -3 -hC40 CD 0 N a• O O o N O cn (n 0' 0 • -P o co m- -v 0 0 0 O. 0_ 0" - CD X -0 av cn 5' CD 0 0_ 0 N C CD 0 3 =. c -0 0 - C 0 0 c (n (IDD -73 rt CD (0 ' CDO *J0 0 lig UO3 (1) 0 O V 0 C a)CD �� OP" 0)CD - 0 _ O c0 3• • cn CD 5 (0 10 o �rn 0 N d ', >0 boo CDV—'J3 8 C) O (�D 5' r+ CD 1 00 - (DCD taD 0- tn. 0; (D v-1- C) 0 0 3 3 0 CDID v - C 3 CD 0 N 3 CDD r0 -a "0. 3- 0 CD O � 5' c to Q• CD r- 00 CD Q CD (1 0 CT CD 0 c 0 r -t- 0 CD CD CO -1 0 r -r CD sJaan43DJnuaua 771 -e-+- 0 •. CD 0 <,� 0 - r+ X 0 CD 0 0 L0 rn o 0- CD C CT CD 0 CD CD 0 (n (A CD -O CD 00 (l1 CD (1) 0 0 CD CD CD 0 -h _i to * 0• C. CD 0 C7_ 0 O CD n r+ 3 G? O 0 C 0 CIS < 0 r4- 0�0 01 •rn 3000 0 = _ 3 ccnn 3' (1) rn 3 3 3 = tD 5. �• c0oo3.3• O 0 = c c oa®33 >_u0 CDS, CL cD• cn 0 O 3' N 0 -, y—rn -' kccoo (0 tO0 >� CJI 3 CD CD 0 0 (0 = CD om� o � 0 5' c�0 0 D 0 0 N N 00 bo • — (0 Ivo (D r+ O _. (D N. 00 s � at- 00 o•cs 00 CA `o C4 > 00) 01 CA 00 0 CD 0 0 CD CD cD "..i 0' () -0 O CD < 0_ CD C • CD 0 CO CD CD 0 0 S CD 0 C° 0- cD 0 0- r ID C CD 0 -Cr _ cn 'v =" I CD >> - -1 ) CD rn � r+ CDO 0 r* o 0 Cr 5• v) 5? `-- E o A -v 0 CD 00 C/) CD 0 3 CD 0. 0 0 P1 • _y2 O * -4 �00 * co 9, "R- 0- �*)o'L0•ton CD c O Cr. ID 0 5-t0 0 0 c O- LD_ o to 0- O- n `E CX! O n -e- -0 0 `1 CDCD01 — 0 3 0 r cn' (n 0 co 0 to < 0 Qu>O CD 0 0- 0 rn 0_ CD 0_ 0 (0 0 CD — 0 O 0; opo 3 O 1 3 40 r-1- 0 3- CD 0 0 5' c0 0 CD 0 i 0 0 0 3 0 0 rt 0 3 0_ 0 -3 0_ 0 CD 0 3 c 0 0 N 7 JO uonDaol pUD :S310N 1d2:13N3O iV1flONVftLL V VV W J r11 1 O z V0J zz 30 3 ^m res/ 30 m m 7 REVISION NO. DATE #1O3'OYd A1/O m 0 4 0) COco izzo 1 Z�, ,'y • BY REVISION NO. DATE BY CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS SIGN MOUNTING DETAILS SMD(SLIP-1)-08 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services m 3 O 3 03 00 V V 3 N N `.< n N D N et) Vx e 0 0 D r >> att40* xx.767.7277.*_ •)) osC m r'Z 00= '4'mi m'•• (A) > :'myi f(. . '' Z atm ` J S4 °/. *4".7%,... FR . *- 0N103/'OYd SINV1711SN00 ON133HS SINVI7()SN00 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-SIGN-MOUNT-DETAILS.DWG: DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- sion of this standard to other formats or for incorrect results or damages resulting from its use. 1 V CD 73 uCt 0 0 CD - (D 3 -0 0 • "-I- F) 0 0) 04 04 0 o 0) N/ N. 5 o 0 5° 0 o_ 0 CD 0 -• 1 CD C. CD 3 CD 0 (I) 0 0 0) 0) 0 0 =-• CD CD 0 -1 0 0 - CD 0 CD 0- 00 05 (.0 0 -h 0 0_ 0 0 CD 0. CD 0 CD 3 CD o 0 0 r -h - CD 0 Cr (D -h CD CD 0 -h 0 -0 0 CD 0 CD V) 0 -3 C ac CD CD 3 • cr, CD 5- 0. pn CD 0- 0 0 CD =•• 5- i u). :u (J1 D • (f) CD 0 X" • -0 * el- 0 (J =••• > -0 --1 0 CD 0 ••+: 0 0 o cn CD 0 0 0 -h 0 O. 0 Cb e-4- = 0 CD 0 = = CD CD cit 3 CD 0 - CD -0 =•• 0 0 CD O. 5 r -h- 0 (0. 0 0 CD 0 CD 0. CD 0 0 C) CD CD 0 CD 0_ 0 CD -0. -5 (D cn 0 o o CD 0 CD 00 00) -0 (1) -I =- 0 0 0 CD 0 0- -3. CD puo uollopj CT CD co CD CL. 0 0- c 0 0 SM RD SGN ASSM TY S80(1)XX(U-1EXT) -:"". - -1' I II I /I4,_111 ) - - \l / WASSV NOS ad WS (d)XX(Z)XXXXX (?) 3 CD 0. CCI CD 0 CT CD CD 0 CD 0 0 0100. 11 7z) C) 0 Fri et- ="' 0 (b 0) 0 CT CD N.) c.0 0 0 CD -h 0 0 C) 0 0 co, P. CD (s) 0 0 0 0- 0 0_ CO cD (D (0 CD CD r -4 - CD 3 5-* 3 co CD CD 3 CD 0 00 J 1 : 1 1 3 0 cr CD 3 0 C:1 0 CD 0. 3 0 0 CD 0. 4-0 -0 * =". (j4 ,-4- < ;7.,-.. >. 0= Cl. -5* 0 -t5 = 0 -3 CA ° 00. -C3•C2 tb°- a) 0 CD CD 0 CD CD 3 co '° - 2"-°, 2:5 : 0 r-. Ci ---i(4 "0 0 04>< a CD (D 1/4 .p > 8- 0 g .< •t7 ):. -4 7-r- 6•4 6" m_c tv-'' 71 = 0,--... -.40- ta -. 0 un .A0 Li- ......... 0. w . .. 7. co ......, (a • i _ = t7+-• .(-13 =. CD CD 0_ ID cJ CD (I) (/) --• CD 0 0 0 0 3 o tv to 0) c) so z m co 0 z 0 z c-. N) 0 F kJ 0 CD (f) m CD 0 71 : c•D 0 00 7:1 CI) 0 cn r -t- 0 co. -I, I I I I I I I .1 ! I I I I 3 0 0. co CD 1 1 1 1 1 1 1 1 I DI 0 CI) SM RD SGN ASSM TY XXXXX(1)XX(U) SM RD SGN ASSM TY XXXXX(1)XX(U) 7.• .11••• 11 1 1 1I 1I\4. 11- - I+ 111 CO 04 CO (0 04 04 - rat 00 11 / Iu • I 1 3 1.12 #/ft Wing Channel r (/) CD CD CD 0 t.0 0 a> o CD < 0 -* 5 - a_ 'JP > z -1 0 CD o a. 0 * O (4 = • CD CD' CD (.0 V N.) C.) a) 0 CD 0 , < 0 0 r -t- ° (/) • 1.1 • 01 CD k 0 5 0- cn =" CD -3 CD (0 0 cn CD 1 P1 -o 0 (/) Warning -- ‘ i ,- -. ...3. / - 1 i / 11 , .... ..... ...) aa r II 1 I ...._ IX ‘ X XIIIIIIIIIIIIIIII II 0 11 \ -..., 1.... .... .. lllll ...... IIIIIIIIIIIII I I I I I 1 ...1•-• - ..... ,, Al _. XXX 1 (/) CD CD CD 0 t.0 0 a> o CD < 0 -* 5 - a_ 'JP > z -1 0 CD o a. 0 * O (4 = • CD CD' CD (.0 V N.) C.) a) 0 CD 0 , < 0 0 r -t- ° (/) • 1.1 • 01 CD k 0 5 0- cn =" CD -3 CD (0 0 cn CD 1 P1 -o 0 (/) Warning -- ‘ i / 141 t I I • 48x60—inch signs 48x48—inch signs (diamond or square) 48x60—inch signs 36x48, 48x36, and 48x48—inch signs I I 60—inch YIELD sign (R1-2) I I TY 10BWG(1)XX(T) I / c.n 23) ----. x 1 TY S80(1)XX(T) TY 1 OBWG(1)XX(T) XXIMIIIIIIIIIII.IIIIIIIIINX1111 TY 10BWG(1)XX(T) TY 10BWG(1)XX(P—BM) (/) CD CD CD 0 t.0 0 a> o CD < 0 -* 5 - a_ 'JP > z -1 0 CD o a. 0 * O (4 = • CD CD' CD (.0 V N.) C.) a) 0 CD 0 , < 0 0 r -t- ° (/) • 1.1 • 01 CD k 0 5 0- cn =" CD -3 CD (0 0 cn CD 1 P1 -o 0 (/) Warning Regulatory 1 SIGN DESCRIPTION 1 REQUIRED SUPPORT Large Arrow sign (W1-6 & W1-7) 48—inch School X—ing sign (S2-1) 48—inch Advance School X—ing sign (51-1) 48x60—inch signs 48x48—inch signs (diamond or square) 48x60—inch signs 36x48, 48x36, and 48x48—inch signs 48x16—inch ONE—WAY sign (R6-1) 60—inch YIELD sign (R1-2) 48—inch STOP sign (R1-1) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) c.n 23) ----. x c.) co * 0 x TY S80(1)XX(T) TY 1 OBWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P—BM) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P—BM) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P—BM) k SUPPORT REVISION NO. DATE #103POYd A110 BY N) 00 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS SIGN MOUNTING DETAILS SMD(SLIP-2)-08 a="1.- > * * ""." - CD 04 0 0 _CD - 3 co (/) co Natt 13 S CD -t 1/40' x P. (xi ° 0 4-4 5 <0 CO OCDO. • = C N > 0 is< CD plowe 0 CD 0 0 t7 CD CD O 0 0 CD 0. 0 CD 0 - CD • bad --8 r -t - p 00 CD X 0_ CD SM RD SGN ASSM TY XXXXX(1)XX(P) VISSV NOS ad MS IAISSV NOS ad WS (vie—d)xx(i)xxxxx t • • / • • / / • / it _ • _ _ 4.• 1+ • • \ . . \ 1 ) / . ' 1 • - 1 1' . 1 ,` / 1 1 , • I/ 1 I I \ I 11 I • I 1,, 1 I I / • / \ • 1 • II 1 • 1 • • t \ .. ,ll rm_ 0 > -0 0 R° II 11 m tv11 lii 0400 04 1 • 5- - < • 0 9._ it-„- "0 CD CD 0 a). o a, 0 cD a) a, (0 (0 ts" 0 CD (14 00- 3 o0 --0q N.) g - • X _t, 0 (.,4 C1-1.] =. 0 < CD CD 0 0_ M- CD ‘.< • 0) = > CD Cpx (1) -1 C7 V) CD CD CD O. CD • • • / I • / • • =...< (1) --' - -P1-4--' / r- 0 \ i 0 -Et 0 1 0 ••••-• •"" ' • • CD (D 0_ 1 I (D CD I•7 I C rn X e-4- 0. CD 0- 5 0. 0 (D 0 3 an 7.11' I 1 LI -.0 0 \ U) -0 0 ts- 0 CCDC7 CT 0 CD U) 0 (D g 0 CD (00 -C3CD N.)C19 ...***•°1 0 X e) (O> 00r =. SP.Sji 21 CO° C43- 49 -C--::(1) C>;.)Cd4 -"c: C9) *•-.1 CD rt- 0 0 77 CD •0 Po :P. SA _VA -0 0- --a, V 0 0) -- 0 M uCt -1 0 CA ci; 7-1 03 5; P;i1, 0 cji-h > (./) 01 C o 0 ° o_ a. 0 ZS 7- --h x 0 =-• 0 c cp 0 30 9_ cr cn s> NI4In 74:5 3: 74:0-.2. En- a) 0(0 3 0 * 71-9 -• 5. c)=-. P -..1 5*- 5."- 5. u) -g 0- A-00.03 0.50=--000- 3 „ oo ="" 3 N M '-- • X < ^I Ca X NJ =- • 70 • - -5 0 =003==0 eL r ! -4 • 0 ,..f. cD• a) 0 -5-• 0 O. -nCD0 CD CD ts) =• - CD 0 0 - -0 CD 0 e -f- W =•• e -t- = U) 0 = (C2 rC D 413. 5: ug.);•7)-% 71- 70 5E° w 0 ° 0' rt. 0 - e -t- c ' 0_ („D • 0- c -0 u). 0 Fp' t.o c4 Z. (1) q _1 . .. g . . . . c, : u 30 8 §5,. i i ao aja: (4 o: c az . I. 0::: I-jrca °.215, - toa ; i i_ Ca g"ffClas :a .5.1,_ ,c1U). Cii .......,41 8 .. •-l- r-1- -•-o*-0 0 _, ,., 5. cr; •-. -.1 o 0 -0 -1:9:' a-: (/) a. 9, = c, c) a, - -7 ,a 0 c.rt at co = - CD 14 0 CI; °CDC -7,..• 6:11 00"' Cit : CI- 772 45= CCL -I a C7 e71=a4l- 53C S: :) -::(:;C :: ) rC9 u) i c°a0 I4) 0 = . - 1- a ) w 0 - 5 > m- rn*=,„„ CD CT 0.nc0-17(90 as- 0 e, a 0 0 0 = = m- 1-2 D -o 3 0 -- cn 1 -4- - m-, = D-. 0 1 x- 2 u).4 0 al- :8 ;71+- g. M 3 63 0) Cs t9 r -t- -• CO ciCr W tC7 -... r -t- ..... (7,- 0-73 = -, 3 = -, ' - .- 7D m • ) - PI)) CD -8 = - 0 a) . a) 0 co cb 0 co a = .., 5-0 0 cp .0 c 0 .:,-1- CD" 3 =a. ,•.-"I% - wx ..-- "04 > 2 -,-1.° a) `.‹CD 09 sjo a) "" cc))) kJ_ a--, 00„0g;:,..0• (f) x . cm O a. 9) ofh 0.-5; 0:< ,.....r., .-- c,_ ! , : (DI ! ,„, _,0 cet, .3; - ,.... - CP cr cD Ct. 0 0 C cD 0- u) = .. ..... 0 ,,. -.1 ;:4;: CD= m..,-,- ...i_C2 2 0.0 -6-4- '80 ..,.....<*•<CD 8: --' ° ° '-s- = -18 0_ ,-," = = cn w m a) cr 5- =•• 0 -1-1 c -)a)",„0-, •w=a) n, -1 D. - ,.., 0 0 CD -21.10 Cct --‘01- -0 21. 0 --. il - - 3 --- 0 WI iv e, CD 0 3 4.• CD -rt..1.0 CD ...„,.- -{ r -t: CD = a 0 * 0 = -0 04 -- a)25 5 31:::: ic, ... : : & ro : ; i; ) .p.(DC: 1 - cl:. ccl u: : 3 0... - = - - 0 Ri• :A* CD CD ...7 (.0 = r-1- . = 0.. a, = 0 eN o- -0 I tt CD O P = CD ‘‘‘ C:-1- a. V9 ,2 0.9 -0 = ,-+- - 0 co r -e- --• 0 = = c, = 0 - uP a , 0 0 cD 0 0 (/) 04 04 (/) -rt 0) :S1.0N 1Vd3N30 REVISION NO. DATE BY 11111111111111 11111111/ ISM IN/ MIN %11111"/1110"110. CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services rn CI) rn rn 4444,%,.•••••" ON103POW SMV1717SNO0 ON 133HS S1NV.1717SNO0 P:\PROJECTS\0RP036\00.07 CAD\02 PROJECT\30 SHEETS\01. SHEET SETS\CRP036-SIGN-MOUNT-DETAILS.DWG: DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conver- sion of this standard to other formats or for incorrect results or darages resulting from its use. cncinedix3 -- N) CTI LOCI) 0 CD C 0 o r1 < 0?. 2.. gi; 61; rCDI )( 5 - 0_ 'P CD CA -I 0 W 1,3 0 CD 00 - CD 3 + C0 0 CD W CD CD CD rrl V) X C7 C CD N) 0- -h -44 3 o • 0 -"I a a * -0 CL 0- r-1- -.(D CD CO 0. 0 - m 0 Q. 0 cp 0 r -4 - CI CO --h CD CD (i) K 0) 0 00 rri z to 0 --1 c._ 1s3 CD 1•.) 0 c z 4 Pt, 2 0 0 0 -10 9 0 TIA\GULAR SLIPBASE SYSTEVI 0 (1) m (f) (1) -es 0 0CD 00 .70 CD rt 5. CD (i) r -i- 0 u).. 0 M 0 0 e -t- 0 1 >K >I 1 c0 =.01 C") CD 0 CD C CD x 0 o > 0- 01 (/) 00 - x N -I Ul M 0 =- o_ * 9_ * -0 > 0 CD Co4 w -1 0 rca x 1.0 c• 00 -0 CD -0 0- 0 0 CD r -f - CD r+ (1) 3 a) o 0 0 Q. a -0 0 1 0 CI? CD ta C7 a. 0 0 0 3 I a I • I I ,0 1 1 1 1 LCD N,) CD 0 r-I- cD 0 Ci• 5 CO CD CD (5* -0 * a 5.: co et fa. 0 (0 e -4 - co 0 " -0 CD 0 cD X. g 0 CD 0 CD CD SM RD SGN ASSM TY S80(2)XX(P—EXAL) 0 ,3 SM RD SGN ASSM TY XXXXX(1)XX(U— XX) 1•1 0 0 CD 8 l!D490 aas n = V FPO aes = 0 0 3 -c 00 3o ..--... o se+ -.1 o e-+. ch o.. C00 ,r4- cb c, r -t- (3=,C/) ri- 0_ (/) m- -4, CA 0 0- K C, CD CD X -6-1 -Ai C7 0 Cl. : Cn co •-•.• 0 rsa 3 * 0 .....44 0 .-1 a cr) C7 3 0 -10 . ces --. a) = ..-1- cn c:) 41- --I 0 110111M 1 2,-- M -,-7+: 0 M 1 I L 1 >0 C/) = CD CL 04 z -0 CD (J) '.... c") g4 > F.- .0 op r -F 5a. c.,,, 0 0 cr c 0 = e -i- o: 3 < r4. ci A-- 0 -- • 0 a, ___., * . 3 izi co a 9) '4'' M 5 ..p., 0 ci)= = c rn ,--i- - --a. 0 ..., - = -• 10 ... N 0 CD -3 Ct. Warning Regulatory NOIldlelOS30 NO IS REQUIRED SUPPORT Large Arrow sign (W1-6 & W1-7) 48—inch School X—ing sign (S2-1) 48—inch Advance School X—ing sign (S1-1) 48x60—inch signs [ 48x48—inch signs (diamond or square) 48x60—inch signs 36x48, 48x36, and 48x48—inch signs 48x16—inch ONE—WAY sign (R6-1) 60—inch YIELD sign (R1-2) 48—inch STOP sign (R1-1) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY S80(1)XX(T) TY 10BWG(1)XX(T) TY S80(1)XX(T) TY 10BWG(1)XX(T) TY 10BWG(1)XX(T) TY 108WG(1 )XX(P—BM) TY 10BWG(1)XX(T) TY 108WG(1 )XX(P—BM) TY 10BWG(1)XX(T) TY 10BWG(1)XX(P—BM) SUPPORT LI LrjI 2, 0 CD r -i- • A 1 01 r •411111--- 01 5' CD en a o CD 0 0 CD CT CD CL CD ta. CO Cr CO ct, 0 0 CD CD 0 0 "*.: c0 CD m ,-.- ... .. CD CL * (3.4 3 c "--.1 CD 0 cn c 0- Lca `•...„ cn .r..- h< ......... cr> M"" 0 (0 :3 0 0 - 10 ' -" = "4, =. 0 0 =. -, 0 r -o- 0) 0 Po 9) 5-n N) 1.•) .--1-:7.01,:="r4" Ow. ,....8cs. (1)0:_he - ":: -0= c 2:. : Dxr 1 - 1:::: l• ! -c Din u):0 80 7 ,2c5D alac :::: wc oc." 7: ..32:1 97, 7. : :::„ u .;,... . (Tai ::: , I, . ;( . . -0 :01 2 1:::_. ."=( ' 'cc :cr: :tic , ( DCCS;c 0".DID. .. . i . • o I•3 .-4; -0 ....-- , co '-' g3-1% ca ci < ° .-4-="elas cb : -4 (1:-+. CO !-.1. 1.3".3• ": 7:1 74- = -' . (119- C : : 1 -:. :. o 3 : "6 .- a_:-,0--:+. :7)1 )0:co 0,-- .. RI: :0 2: lo. .7,, ___:, _. CD : : 2. crn 0-5. al "P c jiju35- :-1- 53* _cit)" c.: 2 t; 5 0 = a) 0 m- c,) cn * 2 RI. Cli.... :D.: = „...: ca. .;,_ , v).....„ =...... ei. : : r -i- c:i l.....zit:::0*-10-. w ,-4-0: -1 -4'0: -°. 5,4* al --cl -;-1- Pe- m- 0 EDI CL = ,Zy =.- el - CO co = °B-* 51- CU) C/ -075 C:17;DC) I-41 -e17) (1) ;" cl :41, d ' '' D i -7, - 0" --.1 51.4. zr.' 33c ! :7._,3< 0 a. cc)* = 0 -0 cr. : ,..4.C1) ,C..3„_, !-I : .;-- .070 :0 ::::. _5: 06- CD ° -1 p; -0 cn 8 7r -l- cog =-. = cn -, cr -0 3 54 0 CD 0 cnCT : : -. 0 „., ...10 =...•••••• co =0 ..A. .b.. s .., c =.., _.. .....e, 01- i ,.... a 09, .....,.-.. .-.5 --1 - = = -0 -_,42-1 0.-°54 -EcD-1 CI : „-i ID x - (I)-1 'Cl: ‘-<.. :c : ca.lif. a:Ecomcli (.....:. .lic)c. „as° zi.i (41::7"-- :::- :::: ,..". v) = 0 _._ . et pa)CD (DV) 0 ..,(D° "'""1 r.,..0 CO CI_ -1 = ....•.-4- = 0 0 co" cr * 7.4* CD = = 23 CD 0- 5' CD 3>r.s.`"1- -; _-0 CD 5 '-:". CD m- cn 52. . 5 c) ic-7)' Cl. u). CD P . ..2_,.........,91."- -n 3-6 co = 3 "1 -6' a. 9 : 0. c 0- -- 0_ -- 71. 0 ID r. en tO m 09 A -z° ..1 417 =CD .7 7CID'is .-d :.• CD --te um; CI CD CI- CDC -PC1) 8- CL -0CD Ulim 2" r4- 0- • et -.0., CD 0 -" I .--i- -a 0 r -t- 01 co -0 ="' = CT - 0 C) , 7.,-• c =°). N) _. * CD. op ) - CD s-. `-. cf) . -R- --i • 4'4- ,-1 M -- C") = * -. = ..... - 0 0 0 C, NI in = ca. a --, o - a) ct = 0 ..). a) (a 0 cn 5-. 3 o CD ,-i- = 0- Ul c t 52 , ‘ < . 0 - .0 CD CD = CD 0 ..< 4.0 - Si) u) ri- CD 2 0 = --c 2. = Fl- 0 O 0 = -0 co a cn cr 'V 0 ° ....• = as a = o * * a - CD < co CT CD -I = . r-rq=1 a co D04 0 t -s- OR. X "P".. C CD 0) ct) x 0 CD 1 (l) 0 03 0 (/) 0 00 0 12:10dc111S NOIS 1•3 011.1.111, 04 (1) -71 CA 0) ValV NOIS XV :SaLON 1V83N30 REVISION NO. DATE BY REVISION NO. DATE BY #103POYd Alla ON ONIMVYG 0800111 co CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS SIGN MOUNTING DETAILS SMD(SLIP-3)-08 MIMI/ MINIM WNW NMI MIMI MI= 3usolosoloNsiso CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services S'8131\11DN3 offs.,67.6.7.74NNNIt * t .c..p,lz>?..., -..,-,.< • ..*:•...61;,,N) --',.. 00 s•-• : • •-•1' .....c... " ...-or 0 : 0 --• e's I Z : m op ‘.f = --'" : 0 , , 111 f T\ •.. 0.) > : -i : r77,1 2 ..6 Z • *.e - Q %••••4 „, Z.••• co ... Ilitkii91..#4.k. •tef "ON10310Yd SINVIMSNOO 'ON 133HS SIM/17175'NX P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-SIGN-MOUNT-DETAILS.DWG: DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texos Engineering Practice Act". No warranty of any Kind is mode by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion of this standard to other formots or for incorrect results or damages resulting from its use. > c 11-1 rn ct ti) -10 rn ru" (1) z 1-1-1 0 0 z (n M3IA NV1d L•J 400. Zs C rn z - C m rn c ▪ (i) ▪ 10-1 0 z w rt w r- (-) 0 z M3IA 311308d M31A NV1d D• 0. M z - o 8" See shoulder width table rT1 O 0. < 0 (Dm (D 0 3 -4) 1) 0 -n >1 rn rwn ZD 00 r - z 1-1 -0 z M3IA NV1d 3 M 0 O. = t0 0 70 -4 0 -* - 3 -a D (71 = (Sed!..4S alciwn8) 0 zm "t) z C P10 c 0 M z P-1 0 0 z M3IA 311308d O. 0. O -. 3 0) * 0 - 0. m 0 0 -4)‘< (n< 70 O n c 0. sxoN „ 8/s 11 • N.) ✓ m (DO. M Z 0 3 (D * 8" 1 6" ANOVA... See shoulder , width table rn o < o (D(D 3 O 0 3 -1, Lc SNOISIA3e1 CDX £1O? J@q000 -n 7 0) Cl c.0 0 0 z 0 cn rn c_ 0 °ON 133HS 0 0 0 z 01 00 • 0 X 00 0) CD O 7 - 0 a 3 c - t1 -+ O 0 D O 0 3 07 3 40a 0 0 0 10 -I- "e 0 D -a, ** 0 EQUAL TO OR LESS THAN 2 FEET SHOULDER WIDTH TABLE 0 M 01 0 GREATER THAN 2 FEET LESS THAN 4 FEET 0 -4- ._• 0'0 0 0 ' 01 1\) (....4 Opt i or(1)R62,4, 5 EQUAL TO OR GREATER THAN 4 FEET 0 • • 0 -4 0 O. --• CA t33 (D Z -4- -0 0 co 0 z : J- onoan x0 -1 0 a --+ 0 0 O (D D-• 0(D -3 (D 0 O. - 7 --* -13 0-4) -. "0. V-1 <3 DI C < < 0 - o -F. 1 -II O. 0 --" (I) 1 0.-' 3 * < 0) D -+ 0 0 000(D - -41 ('D • m (1) <--4) 0 0 3 3 -41 0- - -0-‹ 3 0 - - O 3 00)000 (D O. C3 3 0 ..i. a: Co. i com 0 - - 0 O. M M 0 C D a M D 0 C C (D M 3 0 -i--+ -4. D O. 0 -+ 7 ....• O < 0 eD (1) 0 7< 0.-. JD -i-(D OD(D D '1 -- - - M O - 0 - 0 0 -. 0 D - -4 40 a n - - (1:0 -+ - D 1i0 -1- -4) 0 7 - - 0 0 -13 -I. m 7 --4- 0 0400 3' 3 * 40 a 0 (D 9 -8 0_4 oc (D2a 0 3 3 , m.41, 7(D 8-4 M -4- -1 M 3 -I) -I- 0 - -41 (D ?) C 0 C 0 '0 -• 0 • 0 *" (A 3 0 0 0 3 -4 7- 7 D 0 O 0 0 0O' - (D Iv - (D M 0 0 (1) - 0 00 O • * M 0 4) 0 n o c -+ to cr -+ c C (D - el 0-4. : -m 0 - 0 0) - 0 -4- -4- m - -4- 0 -+ a D -4) 7 -4- -+ D 0 0 a o * -+ to 0 m 0 --1 -+ - 3 0 - 7 0 0 - 0 0 .....• 0 0 0 a 0 O. 3 V n 7 n M -+ a - a) --i a 0 000 00.0000 O 40 0 M -4- 7 .0 a 7 m M 7 3 C 0 -. 0 C "V 0 0 (D 0 -0. 0 0 0 -+0- -. 0 C O. - et) tO -4-0) ...• O (0 7 0 3 3 6° 3 - (D-1 (11 t< 0.- 4fi -- O - C - 0 40 DOD 3 3 (0 - Cr ....• 0D 7 030 (D(D-3-0 0.-+ 33-03 a co 0 ' 0 * -+-+O-+00 O -4--' -• 0. Cr 0 *0 -- O 0 * -- 70 -4-(DM D 7DOM 70 0 0 • DO (X)0. M -4- D a 00 -41 7 -+00 0 (D 0 - - -4) --4- 7 - -4- -4.00 0 (1; 7-4 (3 D CI M 3' -. 0) ui 7 a-10 c-im Co O (0 3 0 0 0 (D 0 0 V)0 0 0 O. -+ 00 -4 7 -+0. 1 * C7 0 (1) 4-. Cr -+ --t- -4 -4 ....•.1:. :c --ao - c 0-0- noo op.4 -+o 0 O -+ -000 ODO OZ -4-700 -+ - 3 -+ 0 7 000 0)D * 0 M 0 0' O. - 0 a 0 3 0 -4- 0.0) 0 4- 0 3 0 -4- C * 0 0 7 - D O. -+ OD -+ k.c 0 7 D0. 0 (PCI) 3 -F) -• 7 C 0 M - 0'J 0 -0 -+0' M - M M O 0-3 C "1 0 0 O -4- -11 0 a 0 -4) (1) • D O. cp 0 0 • 0 0. C O 0C3 M -+0 - 000 (DD O 00 0) 0 -4) 3 '1 -4) 0 ID --ke • x -1-0.0000 a 0 C 3 O 0(1) 3 as • 9. a) -4- C --41 Z D O 0 0 40 O - 3 -+-+ 0 C - 41 7 0 M M -4) 3 • -0 (DD O 0 0 1 D -+') 7 0 - < -'- O 0(0- O -4- g-1 -1- - < O -00 1- O a an -4. -•0 -4- O -'-" 3 -4- 0 0) c -4 a) • 3 -4 O. -• ,••• • • • 0 WHEN INSTALLING RAISED OR PROFILE EDGELINE RUMBLE STRIPS: r) 0 z p-4 z r- rn c, 0 -0 0 z (..A1 1 4‘) 0 Ix • N.) + O :70-4 • - M O. O. 0 30 * 0 -.3 a -+0 3 o -4)%4 • < on o C'< 0. (0 M3IA NV1d Po 4" 4 0 M 1 n. -41 See shoulder width toble rn • a < 0 (0 3g o --4) -+ 3 -0 0 z co -4 P1 - DZ C P10 C LI) 0 3: Z 1-1 r"'" r- rn V NO I id0 M3IA 311308d • 0 • 00 re) • M3IA NV -1d on -4 O (1 04o z - o -+3 O 0 (0.4 - 4.. 16" Mi .40-40-4 Min. 2° Min, from edge of pavement See shoulder width table 0 > 0 0 - 0 -1 C7 0 7 0 7 c'l 0 --1 m c 7 4,4 co 00 • -*-+.303 caco '4oc 000.1 --Fo a o - -1 - 3C3D m33 0- eD n< O 0-+-'D40 7 0700 000 40 - -4 0 -'0 -+ 0 0 7 10 0 -. 0 - 0 - - 0 0 - eD '1 0 7 V 3 O (0 0 < 0 a) a m a a) - - a 3 a) a. M M 0 0 0 -1- 0 (1) 0 0 (0 3 - 3 C a 0 -4. 3 * 0 0 0 '1 7 0 0 -4) O. ....• -+ -4- M 0 -4- 0 0 ''.1.. .4 4. 0 0-4. 03 0 O 'l 0 0 0"< 1 1-f - 0 7 - 0 3 3 -4) i -+ - -1 0 (D 0). 0 - -. 3 M -. 0 7 O. 0 00 .4. 3t. is. s .8,* --0 .-E.0 0 -F1/4 -.0 --1 0 0. --I --s 003 (DM()) 00340 (07- 7 0 0 - 0 7 - 3' -1 7 0 0 0 M 0-' -4 -. 7 -. 0 -+ 0 0 0 0 0 0) M ..... • we .../. 3 M 0 00. 3 t< > 7 0-4-3 -433- (D 40 0 0 k< a 0 (I) -E. 00 0 - 0 7 40 0 D 0 0 0 0 CI 7 a a 03 C -1-o- c0-10 0 O D - -4- 0-' 0 - - - -. 0 - 0 - (1) 30 407 3 3 a 0 7 0 O -I 0 3 -. a 0 -. 0 3 0 D 0 -. -4 C M 3 3 0 C 3 0 0 3 03-+0' 030 373 O. 40-0-.0-00 3CO0 0-4- * -4- 0 a to o• (D 3 -+ C 4- - 0 3 - * a a) 3 - (00 O > 0 - CI 0 0 -. -40 - a 0 M 7 M - 7 0. 0 0 0 0 - t< a 0 0 - -4- M (0 3 0 _. -.0 O < 4) 3 -0 0 -41 a < 30 a) cr 0 30 - - -4- 0 0 - 7 M(1)II- 0 0 -4- (00 - 0 --4- 7 0 - 4- (D M LAI D 0 0 - - D-+ -1 - O 0' 0 -4) N - a • 0 -+00 0 - -h -* -I -. Cr -1 (1:4 -4- (1) 0 0 co 0 4- 7 0 -4-000 C0 M ,-.< --1 30 - 7 0 (D 0 0 0300 30 7 40 C 0 -+ 3-' 7 -4 0. -0-+ 0 - -4 0 0 3 -41 0 - 3-13 -.- 0 -0 3 (ii 0 0 0 -4) < -4.000 .100 (D 0 - a M < 0 0 0-. 0n - n -, a a 0 - 030 0330 0vorib 1-.b.- mca-4oa-0 0 n°'- CO 0 30‘< 000.0 a-0 0 0- -+ a. +0040- m a*00 3Oa 3 mw3m-4-a0.3- 0304,0 acom M-0 004-(D <M0-.0010 '33- -.0 0-•< 0(P0 0<30 (0- -m1.. - 00033 0--00 X () 4D D 0 -7 - - O. D V C M -41 7 * "7 O. (ID k .1 MO - 1 41 0 0 4- Ms 0 0 7 - - 7 0 a -1 -.0 -+ - m o -n a • 00 0 M 0 0 03-1 03 0.1 ....• -+ * - -4.- 00 3 0 m 0 0 * a' - (0 3 - 7 (D • 3:7 --4. -'03 3 O -4- 7 .4 C 0 - 0 -4- -30.0 3 0 7 0 a 0 3 000 O < 0 a 0' -I- 0. 0 10 0 3' 3(D 0 0 - 7 70 • "1 0) 3 -. 0) 0 - 0 40 40 ' - 0 .0 C - 0 0 0-' 400 3' 7 -* C-. a fi F) C - 0 m -D 0 0 7 0 O. . M ‘.< • • (D (1) • 0 3 . M 3 - 4- Jap nous C3 0 m < g m O 30 -. -. O -. 3 p o 3D 3000 O 3 %.< C7 (D 0 0 3 O. -+40. O 1 C T) 3 .10 O - < M a 0 Cr 7 -4- -+0 3. ID -4-4- ' 3- O 0 -4 -1 -.0 O 3 0 0'D 00 M 0 O 0 -+3 -'0. 0 30 X P1 z INSTALL 1 NG MILLED DEPRESSION EDGELINE 33 03 r- rin .4 "El 0 00 • -4 0 O 0 • M M -4- O. 7 40 (0 - -4- _. 0 30' ID C C• 7' 3m • - - 0 (0* • -4) -4- -1 "I • -0 a O 0 3 MI.W. • 3 WM • 3 40 0 ....• 0 3 0 3 0 ID 0 3 0 c coNaC O 0 0 -4. - OC 7 0 (D - 'V - 03 70 - 3 - 0.0' - - '0 0 7 * 3 D 7 O. 0(0 4.0 40 0 (1) O 3 0001 00 "00 a C -+ -4) 0 0 03 * O "1 - 3 < C7 -• -• 300 --'0- -+0 0.- --'ID a col 3-- 0 7 000000 7 m -+ O (00-, .0 a 0-1 o c • 00 -- (D0 3 0 -+-1 O 0 30- 3 00 -) 0-5 3 - () -0 '1 O < 0 -1 m eD 0 0 00 -4) a -+ < M -1 0 (D M 3 30-1 0-'30 0.0 40-' 0 41 O 030- • M 0 O. -4- 7 ....• 00 (00 33 '03-+0-40 -+.10:70. -+ O -' < 0 - o (03 073 -4)3 3- (0330 0 O 3 0.003 .- 340 -+0 -. - • 00 0 O. D 3 a -4 - o o o .0 7 3 c c m - a (03 -100.+ .10 -I 0 - a (1:4 O -' O. • 0 0 40 0 ID - 3 0-+0 00 C3< 00 O 3 a 3 0 M * ID < 10 0033 a - 3 70 3 0 • 0 ?) 3 33 -+0. S310141 1Y13N30 REVISION NO. #103POYd A11,9 ON ONI44VY0 0/003Y DATE ci) rn 00 BY REVISION NO. DATE BY CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS RUMBLE STRIP DETAILS 11111111111/ MINN CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 03 m 3 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_BARRIER.DWG: 41.1111111111111111111111111111111111111/ ON 103119Yd SINV171)SNO9 ONJ33HS'SINVI711SNO0 DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion of this standard to other formats or for incorrect results or damages resulting from its use. 2'- 3" 10 - D31 Horiz. (WWR) Equal No. Spaces (Typ) L -+ 0 r) > ,--. * 4 7 CP 0_ 0(D.00 a) 3 ...... .... ...... -4.) CA. CT 30. >0 0- - - -+0 tfl "1 O 7 3 0 O. -4 100 0 K (D 7 0 * 3 o 0. - 4 - 3-• > a) 0 0 0 3 -I 1 7 a 3 (1) (1) L00 (1) 0 0 -.I - O CT -+0 ° a as << o 3 -.0 0 O -4) 0 0(0 0. -+ -+3 30 - 7 7 O a) 0 03 _. D ....• (1) 30 -I M D 7 0. '"‹ a) -+3--+ 0 O tO 0 - 0. CT -'7 - 10 -+30 0 7 a) -- 0 -.0 O 03 0 3C -s t0 3 o-+ * "0 k0 --. 0 - 00 7 W 7 (D (1) --I- a) CD • -cr -. 00 * 0. 4 -+3 - -. 0 7 -1 3 3 O 03 -1- 3 4 00 (fl(fl * a) CD 7 - * 3 0 O 0 7) (1 0 - 3 /1. - 0 u) - -ts. 7 0 a -b-- 0 03 0 03 - O • 0 - -+0 -+3 00. Cr o CI 0 0 (11) -1- a) 0 -+ o X 7 13.0 3 O CD -0 3 -< -1, O 0 -4- a a) (.1) I 0 -+3. 7 0.33 3.0 3 0.- 0 (1) (..,1/41 -+ -1 = 0 --1- 3 rn 4.-< D -0 0. '.00 0 - -+ 3>< a) 0 a) 0 - 7 . . 4.1...1,9W90-10J-u!e8 LI) 0 70 N) O 0 0 - < 3 CD tO -4- 7 0 O 0 O * E7 O X) * * DCD 0. (c) -+ 0 -b 0 73 c'D CO D 0 -4) to ("D 3 JJ 0 (1) (.44 (1)3 .+ 3.0 7 7 < 00 -• 00 a as o 33 0-0 0 3 CD 7 1(D O a) 0 < < -4- -4- 7 O. 0 -0-1,3 -4) O. 0 - 03. (1) a) 0 ---4 7 ° 3.00. a) 0 P "I 7 30 O 0 7C) 1.1) (1) 0- 7 n 0 0 -1 - I> - D D tO 7 0 3. --4- • 4 I0 O CD X --4) X 4 (1) O 3.3 -00. -0 0.0 3.0 O CP-.< 7 0 o - * -+0. O (1) 0 0 1 C)(D -. 00 o -+ -00 CT (0 4 O 3 0 -0 D D O 4 7 -4) -0 V 0 X 01 0 3 0) 02 4spoead SNOISI ABH 0 X 0 CD CD CD cr 0 CD CD 0 0 0 0 0 V) 0 0 0 0 (J") 0. 0) 0 CLD 2",•- 0 !e'Z' OD 2' 0 0 * o -1 3. (D01 .0 7 .< c0) 0 -- CD X 0. 52- 0 (-1) rp ca.cTi o 0 0, 0. ,----0*A'a CI) C- •-•• 0 - CP X (f) -91 D 0 0. X X (..,1 z c (I) -4 0 OA nb3 M (1) 0 c 3 -1 (1) 1\,) 0 .0 C C D (D (D0. 7 (1) 0 0 (1) 3-' co # O 01 7 0 >0 3-') O 0 7 7 O 3 S CD (1) 0. appid uo!.1.oeuud3 ad!d uo!.t.oeuuop 3• -4 33. a) 7 O 0 -4-0 -0. O 0 33 00 -o P O 3 CO 0 7 0 a .1 - 7 D (,) -4, -0 o O 2. cc) 0 3 4 a (5) a O -I -10 -41 O x c_ ° 0 - - O D r-- rt) . 0 (1) 0 m 3-0 ‚.00)3 Cl C -- (1) -4- O 0 J C tO -+3. a CDa • 00 1rn • (1) 0 E. • 0. 0 .71 a 7 - 0 7 - NI (1) -+ a umoLis aq Adjacent Barrier Segments 11v130 NOLLV11VISNI add U0!4-09UU00 0 - -. -1- 7 _• --r1 • 0 0 C O 0 7 a) - 0 00-1 3 0 - 0 • j- - (1) 7 t's< a (D 0 .0 .0 2 0 t•D C m- O -1 7 (1(1) 03.0C 30-0 O 0 CD O ._"5 • 0- 0 (f) - cf) (• c) ° cr -4- <"-- - (1) 33 N ct, ?'ci "0 • * -4 (1) 0 0 7 7 3 0 7 330 C") 000 O 0 7 CI 3 -4- 0) CD 3 O. O 0 9° O D N) 0 - -0 a o Z D ‚0C-. a) -1- -0 �4N -I- 3.0 D O CT 7 -4 0 (D 0 7 -4- ‘‹ a) -4-00. " • D C O 0.00 IC) CT 4 (1) O 3. 7 7 CD 0 7 30 -•000 O 0-3 D " 0 a) -530 a) 0 4 -4- -1- • 0 01) 4 X •0 -1- O 0 O 3 O. (.9 r- rn 0 z * (D e% C- C) z no-aAoai 4-no-aAoei 2'- 0" 1 _plo-ampal aaddn CT 0) 0 0 (1) 0) 0 C7 -I- - ;C) = 0 > 0 CD > - 7 0) 7 D 7 C L.< 7 - a) 0 -6 - u) L.< - C1 0 0) 0 0 0 7 (1) -6 (.0 0 --+ - u) - - C C C - -11 -+ -+0 - CD -0 -4- - • - 7 --F co - 0 7 a) -• 7 < 7 0 000 -+ 0 -• 7 0 CD 3 3 O. 0 --1- -I 3 0 (DC7 3 (7(0 CI 4.0 - 3 -6 CD -4- 0) 3 o) 3 0 0 (0 0 0 -6 3 -0 cs) N 0" - 0 9 rn (n 0 - 0 0 -4, O (/) cr) -+ -+ """ . tip 0 0 cn - 7 --4) tO a) --- 0 3 a m 3 - -4) - D - 0 7 -4- 3 3 0 0 7 0 - 3 30 c(:) 0 0) -+00 0 - -4- - -+ '0 7 0 0 7 cn < 0) 0 - u) 0 -4- -+ -+ -4) * : 0.4. mu) 07 C -F ' (1)<- 6:17 enj" mu 03 04.7 t-03- *7 OCT CCD (1)7 07-+ OCT cr a) (1) -.3 3- 0 4 - CI (1) C 00) "1 0 0 - 7 0 D * CI 7 0. X 0 7 7 - 3 --0 -1 . -+, -4) 0 (1) 0 3 -- 7 - a) 30) -- 0 0) 0 3 0(1 0-- -4- 00-5 C 0 a) -+ 3 7 0 C7 7 0-4) 7 0 0 CY (1) 7 c1 (0 7 0 0 00 0 (/) * --0 7 w * a 01 '0 (n 3 -- 3 00 0 0 0 03-0 (1 (1) 3 3 C 0 I-0 0 -1 -- C 0 - 0 -I- -I- -- "0 -4) (1 -6. ,-.<3 2 .9., O -5 x - -- -41 7 0-- (1) j' 0 --4- 0 7 33 j - <• O- 000(0 3 -- x 0 0-- -4- •-.. 0 D 7 7 (/)3 * 3 0 - 00 40 a w 7 - O 0 w -4- * 7 (03 -4") 7 1;) 0 7 7' 0. ' -- --0 0 -1- -f- .7 3 -+ 0 3 -1 ... - 0 0 0 0 cri 3 - < (0 -+ - 3--00 (D -- 7 w 0 0 - -- -4) - 30 CD 0 -4- 3 00 - 0- cn 3 CTOOCT -F 0 _.D O -- 0 0 0 -+ 0 (D CI a) 7 D • .0 7 3'.0 CD 0 -- (c) -- --C 0 -4) 7 0 7 -+ O -4--- D 7 - ...t. - m ...... c - 3.'1 0. 0 0 ..IN. < 0. 0 0) (D 3 7 (.)) 0 D a0 2. N m a p 0 m CO 0 CO 7 7 7 ..0 C C 7 7 CD a) 3(1 -o (1) 11 c_0 00) -0 D -+3 . ‘•< DEFORMED BAR ANCHOR DETAILS NO1133NNO3 2:Odd() uoi.I.oauuoD 1 0 3 0 -4- D - • '0 7 CD 7 .00 c.0 -• c 7-- • 1 (10 • (• -D c.... • r- - D * -+0 - -5 (1) (1) (1) 3 0 NO1133NNO3 83M01 3- -D -50 0 w 0 (0 tC2)- 0 # - CO 0 D 0 -4 e4-0ld u0H-oauva3 0 (1 'O 0 -4 0 I I L --4 9 0 0 3 (2) 4-U9W90-104U!9-1 0 7 c_ 0 4 0 0 X ,06666,, rasserk 0 3 0 3 N) 0 -+0 --3) 0 (.+4 --i c< 0 10 7 (1) X aas c'D e 3 -4) 0 0 3 (1) -f) 0 -0 ®V 0 co Li 0N N CD -0 0 . # 0 0 3 C_ 7 0 co # rt.) 0 cyl 0 0 -h -4) 0 7 0. (1) -4- 0) • 0) 0 -F a 0 (-1) X 0 cs) (A 01 (A •-", le) 0 i .0 ul - -0 Na 0 = 0 --- 0 = 3'1 0 ‹ -1,400 0 0" 7 a m 00 x 0 7 (..A1 -1 000• 0 0 • ?.‹ 3-00 o) ‚05 M ▪ 0 C01((C01))1) 03 3 3 -4- 3 U") (T) 3 0 (0 -4- (A. O > "I) 0 * 0 • - 7 7 7 0 m 00 3 4 00 CL'1 .0 O -0 0 (00 7 O 7 - 0)C O 0 (1) 0(0 0) 0.0 (00' 0 0(1 < ‚1-4- W 7 3 -0 7 Q. 0. 45 -- 7 co --0 00 00 C • -- 7 OCT 7 u) -I -4) 30 CD C7 •-• - -4) 7 30 CD 00 0 7 CI 3 '7 -4-4") c0 3 0-4- 0 0. 33 -4- 00) 40 0 -3)0) (D a) (1) 3.3- >5 C.4= 0 CP O - (Y) -• 0-4- - 045 > 30 0--+ '0 cn 0 C1 01(0 O 0 3 < -. (I) -f) 3 -4- _ -. 0 • 3 0' c 0 3 0 REVISION NO. DATE BY #1031'alid A110 cr) CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 0.) ACCESS SAFETY AND SITE IMPROVEMENTS CONC SAFETY BARRIER (F -SHAPE) PRECAST BARRIER (TYPE 03 I) I 5" 1 - 4" (tir (l 03 0 cv - r% S3ION 11/83N39 C 0D (1) cn -3)03 a) 7 CD CI 0 3 D -+▪ 3 • - V) 0 = O -.3 a) 2-+ . 0 3 C7 -0 • C 0 OD -- 0) 7 a) = 7 3 (1)0 0 7 ID 4 (M* <- 00- C * 0 a) 0) - 30 (0 a) 0. 33 •- -+ C) w > 0 - '0 -+ O ▪ "1• "5 - 3 0 C CI) *0 C 10 "0 • - 7 a) 0 -4- 7 3 30 O -41 ‘..< 3-0 O 5 a 0 94.9Jouo0 O �-4) O - 0 7 O 310 O 0 3 - D - O. D -----4- 300 tO D > - 0)00 - • (1) 3-0) 0c - 0 - '0 0 4:7 -1 ("D 0 Q. 7 C CD (1)0 -+ 0 a pasn .1.ou s v) 0 (1) (0 (1 zE. o 0_4 0 0 c 3 co a) 0- 0 (r) " 1 1 ' 1 1 88 8 18 3 1 3 1 1 1 1 1 1 1 1 1 11 0 o I . o 3 1 o 4 8 4 8 0 1 1 311 1 8 k t `616 MI AO OR MI ol 81 rr - T T I 1 1 1 1 I 1 1 1 1 1 1 1 83 8 I 1 1 1 18 8 1 1 18 8 1 1 3 1 I II II It I 38 1 I I I I I 1 I 1 1 I I 1 I 1 I 11 I I 1 1 I 1 1 I 1 1 1 I I I I I 1 1 1 I 1 1 1 1 1 1 1 1 1 I 1 I 1 1I I 1 1 I I 1 1 1 1 1 r 1 I I IN • In c") 0 8/' -1- (jl--. # 4:0 - 0 7 CO CCD 0 .C) C -5--- • N) 0. •7'-.< ;0 X 7 C._ (0 0 33 •-4) 4- 0 1(") O 0 O 3 33 OD CD 30 *-+ O 0 • D --+ 0 3 0 V) la f- a) 0 9. 3 7 0 -6 • -F 7 O i.(J53 - 0 (0 zoo0 -t) O < - (---) -0 (1) ° a) -• - 0 a) 1") (1) 0 3 0 3 -0 (1) 0 0 0 -F 0 7 0 0 0 1+ 7" 0 32" 22" O 7 03 7 0 0 <5 0 O 00 - 0 7 :0 O (0 o -.7 C 00) CD 3 7 ° -41 0 0 - 7 - REVISION NO. mom sow MEI NM 1111111/ 1111111101 %11110%1/411000 DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY 00 oo 03 m T1 r•-) ▪ tia 3 X CD ,l'o/ • (-Ca En r, ▪ rD -n • atUQ' • 2 0 • ",/ sc.D Z3 61 k m f); (7) rn z rn m ON 10.708d SINV1717SNO0 ON 133119 SINV.1717SNO0 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_BARRIER.DWG: DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act No warranty of any Kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion of this standard to other formats or for incorrect results or damages resulting from its use. 0 0 7,1 (--) 0 0 z z > m r) 0 < 0 SNOISIA3d -10qUiepea loaxig >NJ D (0 x (DN cr, •••=1,1111?1 (-) —o • D O 00 -4- 0 rn 0 3 UO!-1-99UU03 °ON 1.33HS C) JJ A-- 0 rn 0 z z m mz —1 0 z See Manufacturer's shop draw i ng for add t ono! 0. -+ 0 (1) C- 0 0 0 - o m co 0 (..)4 0 0 13N30d r- 0 0 z0 rn z P1 1109-Noino 0 ao *ea I I 1 1 1 1 1 1 1 1 1 1 1 1 1 11 1 1 1 1 1 --h O 0 7 CD (1) -.3 --h O 0 7 0 O -4- • C 3 7 CD D 32 1 2 " 8 icy) CY 0 7 r\.) a) 0 10 X -+) C 0 00 000— 0 31 --I- 0 7 0 0 0 .--. 0 -•c_ 33C)0 3 0 0 -+ 4 3 0 7 — 0 0 330'0 X D m 3 0 - < 0 0 0 0 -+ + -4- 0 0 --- Or 70 a) a) 0 — < 0 a) I CD - 3 0 a) 0 0-tI — 0 0 — -+ 3 3 (0 - -. C a) - 0 • L< -I- CY U) a) 3 -4) D -I- 7 7 CY k< a) 0 -÷ 7 0 a) '-‹ (0 0 0 0) -0 0 M '<0 -1 7 4 -11 0 0 a) coo 70 o'< ° C 0 0 — 0 (00) a) 3 — 1 0 CD --. 0 X-• Cf) "' 4 .--. 00 3 -11 0 0 t 00 7 -+ 3 0 -. 3 7 tn 0 7 1 --. 3-0003 a) 7 0 D 3 0 a) 0 C 0.. a) Q-4- a) --‘ 0 --F cn --F 7 0 0 ** 0 4 0 (1) .--. 0 -. 4 3-4 00 a 003-* OD0 0 0 O 0 3 0 -1Q 3 3 D'< C 4 3 (DC " -+3 U) 0 0 7 -+0) 00 0.-+0000 04 —1 0 7 (D 3 0 3 10 3 70 0 -* • 0 0 C — 4 -0. 0 a) 0 3 0) 0 () 1•.) (r) (0 3 3 a) -+ 3 3 -a .., ---- 0 tO 3 0) 0) 0 ,...........1 0 '-‹ 0 (J) — (1) ▪ 0 0 .b:. 00 -• "0 7 _ "0 7 CO 0 300 0 0 7 a) -4 0 -4- X C • a -+ 0 U.I 01 1 01 -41S 3 0- --. -• 0 D (.A1 1 O 7 0 ..t. o ... 0. CD 01 AJo4e!JdoJd 0 suo; 4.oeuuo3 co ft) dn_t_ii 4.s 0 3 C") 0 33 0 0 30 • • • IDUOiflPIDD JO J bu!mo-Ip dogs 0 (I) .11N-N3ino. \N, iloa-Noino • O 0 • NO I 1VA313 iwor ONIMOHS M3IA NOI103NNO0 .11.11052111111011181014111. % eAaa S and .2'/L /10IMINIONIOMPla 4' as 1_sope_ici 0 0 1+ r.) 1\) 0 = - -4- r- O 7 D 0 0 0 ° -0 0 (/) 0 M 0 r\-) O 7 CP 7 C) ots4 - O. = a O. cp 0.. > C • -+ X • cri D 4 (0 o 1:0 O --D a 0 c m M 7 D 0 a REVISION NO. DATE BY CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS N.) CONC SAFETY BARRIER (F -SHAPE) PRECAST BARRIER (TYPE Co I) II P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_BARRIER.DWG: REVISION NO. MEI MIME MIMI MI= MI MI= 1400010004000. DATE CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services BY SI:1331\10N] 'ON 1931'0d SINV1717SNO0 0111133HS SINV1717SNOO DATE: FILE: DL1S sseuo CT 0 Co) SNOISIA38 NOI1VA313 8661 Lon_qad $00 -n Libp'sou.t.op@J 0 z -H 0 z rri c_ 0 CO °ON 133HS 0 0 x. 0 D K CD 39" R 0 (i) OE= aCtIE =40 IN= L. 1:4=243 tii=2:39 (ICZM Compacted Mater a I 14" Minimum SO- (N) .131t38 (OS C 10V38 M088VN) >cJJ J0 00) TCD 0 7 0 7 0 0 7 0 co 0 X ON1980S9V 0 7 P1 P1 0 " N.) z 0 m a a )1330 390189 0 P1 0 rrir- (-) 3 07 (-) 0 0 7 30 -4- 0 0 3 -41 0 7 0 0 7 -o r-- U") ("D c sa () CD 0:3 0 0 DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act No warranty of any Kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibili-ty for the conversion of this standard to other formats or for incorrect results or damages resulting from its use. Varies 30" Thru 36" -1- -1- 0 0 0 0 CY -1 (0 () . 0 1.< - -4- - • CO 0 D 0 0 a 7 7 7 -1 - CI 7 It 1 0 < 7 0 0 (0 D- A 11 -, > CO -30 0 0 0) CD 0 7 0 (11 P-1 0 0 (1) cn Cr x 0 --' CO 00 0 ox X r\) CO c5") o = D x c) 0-) z 830N I 1A3 < 0 c< - ° -0 - C -4) 0 --0 — 7 0 - .33 -(0 (J) :IP L<0 (1)0 -1- -1 20 -0 - O3 0 ox iv co 00 33 3 x 0 0) a REVISION NO. DATE BY 0 L< — 0 0. J0 0-1 0 7.) (to 0 op 0 7 r al=31) i 01 to 01 10 01 (*) c) 0 pau D4..uoo 03 0 0 7 c -0 7 CD 7 0 0 -4) C D -h - - 0 -1- a - -b 0 0)-'— '00 cro 0cl-+ - -1 ° 0 -1- .---. 0 013 0- - 0 0 0 0 0 (1) 0K 0 0 A - • ' >•— [LEEWEIGHT OVERALL LENGTH FETT77 SPEED DESIGN DATA REACT REACT REACT REACT REACT REACT REACT REACT 350.4-B 350.4-S 350.6-B 350.6-S 350.9-B 350.9-S 350 HS -B 350 HS -S N1/4) 01 00 0 — CY - Ul CA I 45 MPH F'\) C1J -N 0 — Cr (A 1 . (-0 7 - 45 MPH CA CAI ...1: 0 _ 0- N) . Usi 55 MPH 0 0 _ CY 0 LO 1 (0 .: 55 MPH ..1. CAI 0 - CT a CAI 0 , 1 CNI : 65 MPH ..!,> 0 -.1 0 _ 00 1 (-0 Ul K -0 ..b. 01 ro.) 0 .._ CT a CA1 0 ,. 1 (A : 70 MPH 1\.) CO 0 _ Cr OD - 1 L.0 - 70 MPH (51 re) -I -+ CI -1 7 7 or 00 0130 -b 7 X 30-' 3 rri00)3 > 0) 0) 7 C) C - -4- -b 00 0 0 0) 0 - C ‘-‹ -+00 C-+ -+ 7 1-1 0 0 3 7 D 7 -+ ro 03- C 7) 0 — m> c-) D- 7 CT -40 00 — 3 0 013 CO X ID *cT 00 20 3 c x 3 — -01 3 (r) 130 0* -+ 7 0 0-b 2- 7 -.< 0 0 lj 3 (1) 13 0 0 30 0" 7 -0 01 - X 0- 0 0 ‘" 7 - 3 0 (1)0 cf) -. 00 1* 3< -+ 0* 00 1) 3- -'0. 00 3 0 tDr 0.) a- 0) 0 (1) CO 7 00 - 3* -+0) 0 0 0 -4- 0 •••• 0 1. //1 11 -, 1\3 > -0 7 a -1 (..)1/41 -00T13- 01 0 -- (1) irl 0 *033 a 0 CD 0 0 0 -+ 0 U) 0*0 - cn o 0 \0 0 -h 00 130 03 D 0 --+ 0.13 0 a 7 CD 0 0 CT 7 0 O. -00 0 0 -4- 7 70 CTD 7 701-11 (i) -h 0 0.> C0 —(1) 00) — - 3 (fla 0 00 0 CD 0 CA -1 D -+ 'JO ....epom a rDU014-jPIDD -10d D 0- -+ 3-0 -0 (1) 00003 -b Co 0 0 a 0 00 0 -+ 7 C) 0 7 -+ 7 0 - 013- * 13 -.0 c o- 00 C1J 330 0 -1- 313 * (0 ,0 -+ 0 0 ° 3-0 (1) 0 0_ 00 - - - a < - 0 0) 7 D . 0 7 - < CI N 000 (0 a -0 0 -0 0 Co 0 x a) 0 -+ a) - 0 -F 01 -+ 00 37- 0 00) 00 0- M 7 < ••••••••• 00 0 0 0 7 0 -h0 0 7 - O. 3 -I- 0 3 3 7 0 U) (D 7 -E. 7 7 0 D 0 7 a 3 o) cs") 0 rn 30 (0 cT 0 13 -4- 0 (f) 3 0 S31ON 1‘183N39 #103POYd REVISION NO. DATE BY Id /0 co CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 01 ACCESS SAFETY AND SITE IMPROVEMENTS REUSABLE ENERGY ABSORBING CRASH TERMINAL (NARROW REACT 350) I 11111•11111 1111111111111 MIMI MIMI MI MEI %.100kim00101a009 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services rn z rn rn MV4 'IS** < ?•*11) Are": ' ps • A fZ:m \,.‘ •• 0 > • CP OD • Z ,d r • • 6 Vi;••• tka gar • /77 40 01 V 103POYd SINV1717SNO0 ON 133HS SINV1717SNO0 P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_BARRIER.DWG: DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever® TxDOT assumes no responsibility for the conversion of this standard to other formats or for incorrect results or damages resulting from its use. -n 0 z z n 0 -o z 5/8" Screw Pin Anchor Shackles oJ r -- Pi SNOIS I AB?:3 9661 fUDnJclei r ubp'sou.ppeJ z (f, rn C) 0 ON 133HS 0 0 z C3 cD 7Z 0 0 (OSE 1.0V38 M082:1\IN) r) P1 0 CD P-1 C) --1 0 z0 z 0 0 r- 0 ON I 980S9V r-- rn P1 3" x 3" Lo - C 3" x 5" CHANNEL STAKE (FOR USE W/ASPHALT PAVEMENT) I I z 31\11d d0FONV 0 rn 1-4 r- 2 NOTIVA313 I I 4 1/4 m 0 z -H 03NIVINO3 J13S oJ C) -o 0 zr- o rn 11--4 r- Cl3NIVINO3 J13S oJ (-) 0 z z rn 0 rnr- 71 (A71\10 dn-Novo 03NIVINOD 1 3" rn cr) rn -n CF) IDGUID4.UO3 OD 0 0 2 0 0 tF; cr Cs% Varies 0 CD— or CD CD a -T-1 D 0 (03 D (f) -+0 7 -+ 0 0)3 ••••••• N O — .4, -i- (D< (1) (133 Ca) (F) (F) P1 r- -n 03NIVINO3 (A1NO dil-)3VE1 Z C co z m co 7) 730 (i) IN) 01 --J 1 01 01 -C) 0 (13 0. 4 0 0) 13 0 (13 ci (0 (130 4 0 a CT -+ 0 0 0 (13 (i) 0 (-) 0 CT (13 (0 (13 Varies REVISION NO. DATE BY 7 0 M D O 3 H-0 O -+ D 0 0 O 0 < 7 — 7 0 (1)13 (13• — --0 O -1 :3-13 --- -4- 0 -b -4) • 0 rn r) 0 z P1 0 6" Approx. ;13 z 0 z C) O 0 30 • < 0 -4- 0 7 OD (1303 -n 0 zr- mop z> c-) (J) —1P1 1> (-) -T1 0 C (/) -H 0 U) P1r- -n n 0 z 1' z CD CD 0 z r- m P1 m @.) (€) C.) (F: 42" 0 0 0 0 0 0 47 /2 '1 6 ' , 1 NJ .• 1 1 , 0 1 . 0 0 8 I i 0 c) r- 0 D (0 CD-± D 0 7 OD 0 3 28' 0 0 asn Joj) 4.1SUD-14. U 0 (SUOI4DO!IddID 0 31Vld NOI1ISNVJ1 r\) 20 1/2 " 0 : (13 0 REVISION NO. DATE BY #103POYd A110 m co ON 5NIkIKI0 010038 cf.) rn co1 0) CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 18 MALSR STATION 12 AND 14 ACCESS SAFETY AND SITE IMPROVEMENTS REUSABLE ENERGY ABSORBING CRASH TERMINAL (NARROW REACT 350) II NNW/ MIMI NNW MOM MINI WM %00%110011000 CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 3 O . • o z 3 Si33NIDN3 m 1 .0.416,16 0... :7:141 • • 4.1* 0„.... , ... t. . , • , 4-8. , .....0),), -„, : cj - 1 • eZ:rn op oi I f>:Z ..4. r- -. a-, - -id /77 i 1, • o '--iri 0'... Z V4, .. 4,. %Po"' /., t • > tt it? ,..:., if,40:7P ...co ... ON 10.3119tid SIM/17175'NX 133HS S1NV1717SNOO P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_BARRIER.DWG: PROTECT EXISTING FENCE ___ ------------ ___.____ ____ Al I I i P 111 WA 1 BrA PrA rd 01 rd + + "A i 0 liPe filrio _,_+. 4 g i : ++ + _±_, ++yrs � ._ .,rd + + ++ .�� ., +++++++++++ . . . • • . . . . , . . . + 4. + + + + + + + + + + + + + . ++++++++++++++++++++++++++++++++++++++++++++++++ INSTALL 520 S.Y. OF SOD FRONTAGE ROAD (WEST BOUND) STA 14 MALSR SITE AREA HWY 44 EXIT RAMP (WEST BOUND) INSTALL 15 L.F. OF SILT FENCE INSTALL SILT FENCE AROUND SLOPED HEADWALL N \ \ +++++ +++++++++++++++++ +++++++++++++++++++-+ +--1, + • ++ + ++++++++++++++++++++ ++++++++++++++++++++ • ++++++++++++++++++++ + + + + + + + + + + ++ �+ + + ++++++ �-+-++ ++++++ +++ ++++++++++++++++++++++++++++ ++ +++++++++ + +++++++++++++++++ + + + + +: + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ++ +4.1L++ + + + + + + + +. + + + +. + + + + + + + + + + #�+- + + + ++ + + + + + .ice +-i + . + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + 4 '+- + + + + + + + + + +. + + + . + + + + + + + + + + + _+ +++_+ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + s -+ --+_/ + ++ + + + + + + + + + + + + + + + + + -+:14- + + + + + + + + + + + +"r 4.-•1• .3�++ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + +'-ter- +-_.t + + + + + + + + + + + +. + + + + + + + + + + + + + + + + + + + + + + HWY 44 (WEST BOUND) INSTALL 15 L.F. OF SILT FENCE - / / / / / J CONSULTANTS SHEET NO 27 CONSULTANTS PROJECT NO. CRP.036 '.•P-�E �F Tr1%1 D ♦ *• *, s \ •VIVEK KHANNA SEAL: v.9s 118483 c°,,��• ‘'CENSti����.i tt sSi 1�.._�N KSA, ENGINEERS 8875 Synergy Dr. McKinney, Texas 75070 T.972-542-2995 F.972-542-6750 www.ksaeng.com TBPE Firm Registration No. F-1356 [01 SF Sr ■ II - + + + + + + + + +=� +++++++++-�+ + + + + + . + + + + + + + + + + + + + + + + + + + + + + + + - + + + + + + + + + 4--+ . _,j_ + + + + + + + + + + ++- + + + + + + + + + + + +_ + + t + + + + +�� + t t + + ++++++ t+ t - +++++++++++++++++ + + + + t+ + t t t + + t + t +-� *'-+---.I- +++-*+ +++++-+�- +++++ • + ++ -- ++++ ++++ ++++++-*++� -39--- +++++++ ++++++ ++++++ ++++ + + t++++ ++t ++++t++t++++ +- -- + + + + + + + + + + +-+_ + + + + + + + + + +-+:=+ + +-+ + + + + + + + + + + + + + + + + + + + + + + + + + + + + +,...+ }+++++t+ ++ + ++ ++++++++--+�- 471 +• ++-+ - -t t-+ +t++ +++; -38- +++''-�- +++++++++++ +- +_+ + ++++++++-+--�-+_+t+++ ++++++++++ +-+��+ �- --- - INSTALL 252 L.F. OF SILT FENCE EX FENCE (DO NOT DISTURB) ------------ + ++ - \i INSTALL 322 L.F. OF SILT FENCE -------------- PROTECT EXISTING FENCE HWY 44 (EAST BOUND) STA 12 MALSR SITE AREA FRONTAGE ROAD ++++++,.,.T, +-,.-+-+4+++++++++ 4 + +++++++++++++ + + + + + + + + + + + + + + + 4 + ++++++++++++++ -+"'*- i---+_..� + + + + + + +. + + 4 + + + + + + - -+--. �+ ++ + + • + + + + + + + + + + + .F+"4- -L_+ + + + 1 + + + + + + + + + + + + + + + + + + + + + + +++++++++++ - -+-- ++-+++++ + +++++++++_•-�- • + + + + + + + + + + + +++++++++++ •-�--•+_.�± ++++++ + ++++++++-+-�- + + + + + + + + + + + + +++++++++ . ++++++++++ + +-4,--.+._�+++++ + ++++GIS -+--+_f+ +++++++++++ + + + + + + + + + + + ++++++++++ +• ++++++++++ + ++++t+++++ • ++++++++++ + +++++++++++++++ +++++++++++++++++ ++++++++++ +++ + +++++++++++++++++ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + ++++ + + + + + +++++ + + + + + + + + + + + + + + + + + + + + + + + + +++++++++t + +++++++++ +++++++++ }++++++++ + +--+ - +- +-+ -+- INSTALL 246 S.Y. OF SOD CONTRACTOR • - FROM EAST TO WEST ACCROSS DRIVE WITH NO PONDING ON EITHER SIDE r• GRADE WITH 4:1 MAX SLOPE ++_++++++++++++++++++++t+ +++++++ +++tt�++*_+ ++++++++++-+-tet_+++ +++++++ + tt++tt, +t++++++++++++++ +.+,++++t+t tt+ - tt• t--++-t+_$--37- SF` ++++++t+++++++++-,...�,.++++++t +t++++ +*+_+_+ t ++t t++++++t t+++++t+++ =+ + + + + + + + + + + + + + + + "*-+ �,.-+ .t,,, + + + + t + + + + +-+ + + + + + + + + + + + - --- 0 ----IT,-+=,..t++++++++++++++++t++++++++++tt++++ + + + + """.r.,,;,-+.� ++ =. -I- ++++++ + + + + t + + + +tom+ --+ ++++++++++++++++++++ + +++ + +++ + - - -36- -- S --'.... +.,,.,., -+t+t++t++++tt+t+++++++++++ +++t+++ ++++-F + 4- + + + ++ + +. +. + + t + + +. t+ + ++ttt++t.++tt++t t+++++t++t+tt+t++-F+t++ti 0 f --_t + + + + + + + + + + +' + + + + + +7+ + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + + S� t+0---+-+++ + + t + + + + + + + + + + + + + + + + + + + + + + +...i.. ++ .i. ++ + + +- +. +- ++ ++ + ++ +. ++ ++ -_ +++ + + + + + + + + + + + + + + + + + + + + + + +++++++++++++++++++++-F++++++++++++++++++7+7+++++++++++ -�. _+ ++-c4,.+ t +. t + + + + + + + + + + + + + + + + + Tl - +++++++++++++++++++++++++++++++ - --- ---+_ + + + + + + + + + + + + + + + + +. + ++++++++++ + + + + �„r+ + +++++ +++++++++++++++++++ ++++++++++ _- -- o--__.+++++++++++++++++++++++++++++++++ --+++++++++++++++++++++++++-F+++++++++++++++++++ �.-�.r..t„ t t + t t t t+++ - - - SF+_ + + + + t + +_..+_ NSTALL 1411 S.Y. OF SOD 0 AOA FENCE AIRPORT PERIMETER ROAD EROSION CONTROL NOTES: 1. CONTRACTOR TO STAKE STAGING STORAGE AREA AND INSTALL ROCK CONSTRUCTION ENTRANCE AS SHOWN ON SHEET #. 2. CONTRACTOR SHALL PLACE TEMP SEDIMENT CONTROL FENCE ROUND ALL STAGING AND STOCKPILE AREAS AT EXPENSE TO OWNER. EVERY SOIL DISTURBING ACTIVITY SHALL HAVE AN ACCOMPANYING EROSION CONTROL PLAN. THE SWPPP SHALL BE READY AVAILABLE FOR REVIEW BY FED, LOCAL OR STATE OFFICIALS. 4. NO SOIL DISTURBING ACTIVITY WILL OCCUR PRIOR TO IMPLEMENTATION OF THE SWPPP, EPC AND ASSOCIATED BEST MANAGEMENT PRACTICES. THE CONTRACTOR SHALL COMPLY WITH THE CITY OF CORPUS CHRISTI'S STORM WATER ORDINANCE, THE TPDES GENERAL CONSTRUCTION PERMIT TXR150000 AND ANY OTHER STATE AND /OR LOCAL REGULATIONS. THE SITE SHALL BE REVIEWED BY THE OPERATOR OR HIS REPRESENTATIVE WEEKLY, AND AFTER ANY MAJOR STORM. ADJUSTMENTS/REPAIRS TO THE EROSION CONTROL MEASURES WILL BE MADE AS NEEDED. THE CONTRACTOR SHALL NOTIFY CORPUS CHRISTI'S ECO OF ADJUSTMENTS/REPAIRS SUCH THAT THE ADJUSTMENTS/REPAIRS MAY BE INSPECTED AND APPROVED BY THE ECO. 7. CONTRACTOR SHALL VEGETATE ALL DISTURBED AREAS IMMEDIATELY UPON COMPLETION OF GRADING ACTIVITIES. AN APPROPRIATE SEED MIX SHOULD BE CONSIDERED WITH RESPECT TO THE SEASON AND THE TIMING OF THE FINAL ACCEPTANCE. A COOL SEASON SEED MIX SHOULD BE USED BETWEEN SEPTEMBER 15TH AND APRIL 15TH. FINAL ACCEPTANCE OF A SITE SHALL BE CONTINGENT UPON PERENNIAL VEGETATION BEING ESTABLISHED IN ALL DISTURBED AREAS, AND PROPER NOT SUBMITTED TO THE STATE. A COPY OF THE NOT SHALL BE PROVIDED TO THE CITY OF CORPUS CHRISTI. 8. SOD SHALL BE PLACED ALONG PROPOSED PAVEMENT EDGES 15' WIDE. REFER TO SHEET 28 FOR EROSION CONTROL DETAILS. CONTRACTOR WILL BE RESPONSIBLE FOR SECURING ALL TXDOT AND TEXAS MEXICAN RAILROAD PERMITS REQUIRED TO PERFORM THIS WORK AND TO PAY ALL FEES ASSOCIATED WITH THESE PERMITS. NO DIRECT PAYMENT WILL BE PAID FOR PERMITTING OR FEES. THE COST SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS OF THE PROJECT. 10. CONTRACTOR WILL BE RESPONSIBLE FOR PREPARING AND IMPLEMENTING A TRAFFIC CONTROL PLAN AS DESCRIBED IN SPECIFICATION S-20, AND SECURE APPROVAL FROM THE TXDOT AREA OFFICE. 11. ALL SUBGRADES ARE ASSUMED TO BE AT THEIR FINAL POSITIONS. CONTRACTOR SHALL BE RESPONSIBLE FOR CONSTRUCTING THE PAVEMENT SECTION AS SHOWN AND SHOULDERING THE PROPOSED PAVEMENT EDGES TO TRANSITION BACK TO EXISTING GRADE. ANY DAMAGE TO AREAS OUTSIDE THE PROPOSED PAVEMENT AND/OR SHOULDER AREAS SHALL BE REPAIRED BY THE CONTRACTOR AT NO DIRECT COST TO THE OWNER. 12. SEE SHEET 28 FOR EROSION CONTROL DETAILS. 13. UNLESS OTHERWISE SHOWN FINISHED PAVEMENT SURFACE SHALL FOLLOW EXISTING GRADE IN AREA AROUND MALSR STATIONS. 14. FOR TURN LANES, GRADE AS SHOWN TO PROVIDE 2% MAX CROSS SLOPE. TIE INTO EXISTING PAVEMENT WITH A 4:1 MAX SLOPE. SF LEGEND TEMPORARY SEDIMENT CONTROL FENCE -/r•-- FLOW ARROW PROPOSED CONTOUR EXISTING CONTOUR - - TXDOT RIGHT OF WAY ++++++++++++ • +++++++++++++ +++++++++++++ PROPOSED SOD PROPOSED CONCRETE PROPOSED AGGREGATE BASE GRADING NOTES: 1. IT IS THE INTENT OF THIS GRADING PLAN TO BE USED AS A GUIDE TO ENSURE THAT NO AREAS POND WATER UPON COMPLETION OF THE PROJECT. ANY PAVED AREAS OF PONDING WATER AFTER THE COMPLETION OF CONSTRUCTION SHALL BE SAWCUT AND REPAIRED TO ELIMINATE THE PONDING AREAS AT NO DIRECT PAY. 2. NO MODIFICATION TO THE QUANTITIES OR PRICE WILL BE MADE FOR DIFFERENCES BETWEEN ACTUAL QUANTITIES AND THE ENGINEER'S ESTIMATED QUANTITIES SHOWN ON THIS SHEET. QUANTITIES ARE PLAN QUANTITIES ONLY. 3. EXISTING CONTOURS INDICATE THE SURFACE OF EXISTING GROUND. 4. PROPOSED CONTOURS. INDICATE FINAL GRADES AT TOP OF THE PROPOSED FINAL GRADE (INCLUDING TOPSOIL). 5. ALL MATERIAL EXCAVATED THAT WILL BE SUITABLE FOR SELECT FILL SHALL BE STOCKPILED SEPARATELY FROM OTHER EXCAVATED MATERIALS. 6. ALL EXCESS EXCAVATION SHALL BE STOCKPILED ON-SITE AT LOCATIONS DETERMINED BY THE ENGINEER AND OWNER. 7. ALL STOCKPILED MATERIAL SHALL BE PLACED IN 8" LIFTS AND COMPACTED TO 90% OF STANDARD PROCTOR WITHIN ±2% OF OPTIMUM MOISTURE. - 8. ALL EMBANKMENT AREAS SHALL BE COMPACTED TO 95% OF MAXIMUM DENSITY WITHIN -2% TO +2% OF OPTIMUM MOISTURE. - 20' 20' GRAPHIC SCALE IN FEET 40' TEXAS POLLUTANT DISCHARGE ELIMINATION SYSTEM (TPDES) GENERAL PERMIT (GP) TXR150000 AND STORMWATER POLLUTION PREVENTION PLANS (SWP3) NOTE: PROJECTS WITH 5 ACRES OR MORE OF SOIL DISTURBANCE INCLUDING REQUIRED ASSOCIATED PSL'S PER TPDES GP TXR 150000: THE DEPARTMENT WILL FILE A NOTICE OF INTENT (NOI) AND A NOTICE OF TERMINATION (NOT) ALONG WITH OTHER REQUIREMENTS PER TPDES GP TXR 150000 AS THE ENTITY HAVING OPERATIONAL CONTROL OVER CONSTRUCTION PLANS AND SPECIFICATIONS FOR WORK SHOWN ON THE SWP3, AS PROVIDED IN THE PLANS AND SPECIFICATIONS. THE DEPARTMENT WILL BE CONSIDERED AN OPERATOR UNDER THE TPDES GP TXR150000 AND RESPONSIBLE FOR PART III, SECTION B.1. OPERATORS WITH CONTROL OVER PLANS AND SPECIFICATIONS OF THE TPDES GP TXR 150000. THE CONTRACTOR WILL BE CONSIDERED AN OPERATOR UNDER THE TPDES GP TXR .150000 AND RESPONSIBLE FOR PART III, SECTION B.2. OPERATORS WITH DAY-TO-DAY OPERATIONAL CONTROL, OF THE TPDES GP TXR 150000. IN ADDITION TO THE DEPARTMENT'S FILING, THE CONTRACTOR SHALL FILE A NOTICE OF INTENT (NOI) AND NOTICE OF TERMINATION (NOT) ALONG WITH OTHER REQUIREMENTS AS THE ENTITY OF HAVING DAY-TO-DAY OPERATIONAL CONTROL OF THE CONSTRUCTION ACTIVITIES. THIS IS IN ADDITION TO THE CONTRACTOR BEING RESPONSIBLE FOR THE TPDES GP TXR 150000 AND PART I11 SECTION B.1 AND B.2 REQUIREMENTS FOR PROJECT SPECIFIC LOCATIONS. ADHERE TO ALL REQUIREMENTS OF THE SW3P AS PROVIDED IN THE PLANS AND SPECIFICATIONS. - TPDES GENERAL PERMIT TXR150000 REQUIRES SEDIMENTATION BASINS, WHERE FEASIBLE, FOR COMMON DRAINAGE LOCATIONS THAT SERVE AN AREA OF TEN (10) OR MORE ACRES DISTURBED AT ONE TIME. THESE BASINS ARE NOT FEASIBLE ON AIRPORT PROPERTIES BECAUSE OF THEIR POTENTIAL TO ATTRACT WILDLIFE. FAA AC 150/5200-33B DISCOURAGES THE USE OF ANY LAND PRACTICES THAT CAUSE THE MOVEMENT OF HAZARDOUS WILDLIFE ONTO, INTO, OR ACROSS THE AIRPORT'S APPROACH OR DEPARTURE AIRSPACE OR AOA. IN LIEU OF SEDIMENTATION BASINS, SEDIMENTATION IS CONTROLLED THROUGH OTHER MEASURES, INCLUDING TEMPORARY SEDIMENT CONTROL FENCING, ROCK FILTER DAMS, ROCK RIPRAP, CONCRETE RIPRAP, SEEDING, SODDING, MULCHING, ETC. 0 z O w c z z W • N Q Q "ZIC CL zQ_� ® a W' ' W Q < 1- z I- - c <C CO E_ 1-- U oo W D a. Q ✓ z W U 0 z O w SHEET 27 of 28 RECORD DRAWING NO. AP -141 CITYPROJECT# El 10468 SHEET SETS\CRPO36-PLAN-GRADE.DW a) P P. w N • -100 Ow D0 0-1D wA w =00 -n0 zp m=r Kx O M Z -10 OZ 'omr 0m v nc-1 =cn 71-1 xww OD w x - Om -100 01"-i; mmcn OK0=O%o r Z Zorn O w"'m _.1 fn Cn Dm00 D mX zm <m w,xy yDO= 1)- m Z m >c( - m z z n rmmm (wo 0070 w--1Z�, *_ w00t1 m%o mO cnwm c ma -i _m -n w000 coKmm A mwc o--ImO -0 . r 0 v fc-73.p < 0�n iv_.pcn= Dxom * xmm xz=DO T.5>13 •K cnmm 'l xKoD r-mN -ZW,, r OoZ' Dc-lz 0 NO 0 m� < x)K m _fin= z -4.: N Dm=m 71 00,23-i r m �m X KR -100 m rn�_ < 0Ao nn O —®e rgo *Z 73 I��'�: n .....-: -U ,, �, \\ \- ox3 mm ill O -i -� v C) C7 -• v r r r .-iC o r >-...1 0,-4M D 0, I ---♦♦� I i( � Z \/\/ .. D m '{-� /\/\/\ --I D 0o .7-'0 cn O Z X �Z� Doo. m� zmo rcn c om o D m '♦+.�. ()Ow m v) X m O ♦e O m O ♦� V) D D r ♦ p D rDeIII r mm ♦ m Ros zw O e0 O�-o Kc *� gip;- W� �' m K x z= � m m '- _ �� mm �-I _cn =� nm z a o Z O= 0 O > O tO -G D v r ♦� 0 -I m r 1- cn Z 0 ♦♦e m P _ cn D v m = D ♦� -1_, cm� z v r G7 cmn �� _0) �N m r to V m- O N. =n z� '� . :LIIIIIi, . ; ; : III: I I_I I 111 11_11 I I_I* 1111111, III IIIII11 I I-) I I I I 11=11, III I I-1 I; III , ; ' —i i/\//\//\//\ \//\ D m -m //// / \\ \\\ \\\ \\� \\ \\\ \ :. m / / / / D K \ -n � / X � O -1n ?mDCD L �► \i D 'n C) i1 ITl ITI z ill m Z c zD '<O/\//\/\o\, Z \/\ � \/ \� \ ,//\//\//\//\//\ ,�\/\\/\\/\\/\\/\ �� \�\\�\\�\\�\\�\\ // // // // // \/\/\/\/\/\/\ ,�i\\//\\//\\/j\\/j\\/j\\ K\,\\,\\/\\,\\/\\., v\.\�,v•-,,,� (n /////�//\//\�\/ m /\/\/\/\/\/f /\//\//\//\ y/\\j/\\j/\\j/\���;; / \:, -n O Sc o N o co w y z-n z v,= r �_D DD v2 Tz I0 O O cn .x02-1 Z-1 0, -1 � D ., 0 rncn = 0,00 r <_ -< _ �,_ = to •3 -p m m O -i z O � C� � 0 -� �z _ • vw� zv -n WA' �Om �� 70 rncn nrr D� m m -ID 0vmz z-v� �v <rnvD mm -1714 D r -*0 WDA m 0 Om O� zcmi� �=x mm MO m rn Ocmi� =n O �D �p Z cn0c cn m� z� -t 0 z -I- m m ' D <v DO Oa' mo z v zm� r- oo vm Dm * -02 A =vr v xw C)z C) m 73 D z X O z Z O m70 O Ar Dr (A CA C)v K OF Z-> F- 0O O �c �0 p_ firv -m Om 0°0 v0 0 ��_ v 0 0v z x r m H _ -� mvm ooZmcn iiii v- O --1m� ��D c -nm m z m� m* -vim cn m PM _ \// //\\/\\\\\\., ....� o = m ° m 27m O0v 070 _-I o 0� m °� 02 :0:;�7 CI) ,;,{.� c m •""�° .•, > 0 .,,• ".. r -% z o:,A ••, ?i.• .114 T • 0 m :•0 70 e-,› ,,,,,,,, " .i.011, i - At x fie :• , 7• z O • °.4.1* ::, 'sa, Z ���•4, K r- ® ®4 41Str 111411 464. `101 111411 . 4 a• •ota Vik Soll , ,. l®4�4 t 111 -----Th 4.44,4 •4 ®�,,,,,®,,A •t., •t•t • tr 04111406% get to � 01 VAIIIP D 4 X ;144 'iblit ose ) �s 11' 0 K 'il istai m ltia -o ....:... ,.., A 4" I. l• m AWO Vl › top -1 • r �� 1iv „ -02 • •1a. O 02 =• K -iv %' x,`'11. ..-0,3tior. -1.11 �,o4,f Ir �a• -1 • CO =•1 O ;i-wv� It. -- o e • bit, 111 it1 01 �1 1/ j0l 404111A00411.4 a, a, a• a, k htlitlilii{I-i�,/. �,`{111601,{t {Li� 101 111944119 ,.:4 „..,,i 14. 14 14 ipat ® m oK -1 • ;Z`. % z z- -1 •o:r. z V X c 0 — 70C-1 Z mom 1„ -0c Z °°Z� _—T1I •cm N z m m X _AO :1 9) .U1 _p 0 cn c 0--1 0---1 »D0 >m =m vrz Zn mm m mD7oO GA')z �� r0 7m� mw >z noi- 073 m> 0 '"'1m� On X� xm 070 m=1 r -z Or OZ vz DC7 C3'o �x0 �p nm zC)n mX -Avg zD z0 �,, -ow �� ww �_ �. X,I- m= cm C 0 C mr yr IA �� .-_-_--"D CO -<m O = m rn® Xz my mm -X-1� Z np �W m -wm z� -O mm 7J> 0 > m> -1 �� co m x O X W N -' m -1 --1 0 C� m >*---1 0>m MOX m-Im Zz> -lcnz A=0 mrn--op X�-1 ODp CAU -_lc0 mox zD m�z W -m n= DO -I �y�' z-1 �_mr _�G0) t�� Z m -;p -IZ 0,u, zm0 c- >o 00> -15 Oc rn�m vuzi cnm m 7180 =m O �= DA 02c Tj0c �� ZW r m v m v m m -10 zy =p vz 111 in 0m rz �O, *-*' 0 m0 23 =m =C) mm �: m x X O O O Z Cn C vi — O Z IT1 X Z O m REVISION NO. DATE BY REVISION NO. DATE BY SHEET 28 of RECORD DRAWING NC AP -14' CORPUS RUNWAYI8MALSRSTATIONI2ANDI43 ACCESS CHRISTI INTERNATIONAL AIRPORT AND SITE IMPROVEMENTS" cxr13 Z m �� .54 C") x Z iii 2 70 71 ; = o rn P N 1 ' , m 6, N c, o Q .-I � �,�....vvy` 4.oft".••• OF T x91)► i• 5 - -..'.5' S' 1) • i *. `.. *,j i VIVEK KHANNA c ' 118483 :4.1 l`44, NAL ENS v%,:p)rt SEAL: CONSULTANTS SHEET NO. 28 CONSULTANTS PROJECT NO. CRP.036 Mil/ MEI C/TY OF CORPUS CHRISTI TEXAS • Department of Engineering Services EROSION CONTROL DETAILS P:\PROJECTS\CRP036\00.07 CAD\02 PROJECT\30 SHEETS\01 SHEET SETS\CRP036-DTLS_EROS.DWG: z O co O 0 r O 0 m 0) D z O D r m -n D 0 oJ CO m 0 0 m VSel 30ISNI Cv 8. ALL NUTS, BOLTS, AND WASHERS SHALL BE STAINLESS STEEL CONTRACTOR SHALL ASSIST FAA IN AIMING EACH LAMP EXISTING FOUNDTIONS SHALL NOT BE REUSED. D 0 r 0 0 CO M CO = 0 2 - .1 mC7 2 T) m C 0 1 c rn m m r -13 A < W rn w r PI• m 1 1 Cr W N 1 W dIG _OH 38 11VHS CONTRACTOR SHALL USE CORRECT MOUNTING BOLT TEMPLATES 0L9—d 11311 5-1/2" THRD 8 UNC 6" 14' (MIN) 3"+1 4 4 4 4 Q 4 HI• III 1I111IllllllllIN m O z r mc- 0 xi D e Z 1 D 0=ke Z D r in - O Z rn o 27 0 0 0 0 - m m (n rn D z n A z rn N N >0 o m O m Ar ro f =_ m O Z 0 (1) 0 r MXIME 1 2r0 r 'lm CO 0 W [D r z rn n C7 0 C X 0 C 7:1 CO Z 0 0 <*I 00 m c� D � O 1 Z 23 a Ol „9—GO8 9# z 0 N 0 r m 0 O D 7J 2J 31`dld 3519 310d -0 CN D <0� m. 0 73 cn M r0 0 1 0 Z r m mD r �D co 0c cz o wz > Z 0 11 11 11 I L 1 � El — f ---T-- 4 T I ° 1° J li 1 4 I A h 1 ---T--- T— PT4 °1 1 n 1 I,, —T—T---T— I 1 I NI 61 I TL —ar— I 14 1 -r ozccn vm M Z� � N 0r ` � rn0 10 CO D CD O M Z r Z m 0 14+24 N.) + O 10+30 8+24 rn + co MALSR STATION 3.43' W W CA W AIMING DEG. W W N W Co N ''''.I N 21.05' 18.85' Co cn 0 HEIGHT AGL CO W (0° rn cn cn cn 47.37' BEAM CENTER MSL N Co cn Co •J N W Cn ao w r (D (O 01 CO 0 0 0 —1 0 c zcO 0 • c0 ow ooa v — H1111 1111 -00 -0 m 73D v cn P1 O r m 0 31V0S ON 36" —► m II Z> • I I 000 mm (° (n C m 23 D 0 m 11`134 N011VGN(103 rn '03 80 OZ—OZOl71b' 1 0 ldld 213A00 03ZINVAIVD N ONIldl00 31810NVM3 0 xi -1 5 rn r m m Z D D r z O m m m D D r 13AV80—d 03HS1M , 0 m r u) D z C1 N m 40 n D r 31380N00 O l9—d ISd 00S5' z 0 0) 0 r m Z 0 O D rn 23 CD N W v m N O -P + V N + CO 0 + LA MALSR STATION W W CA AIMING DEG. O W a O i,, Co 'a N U, Lc) G HEIGHT AGL 48.72' Cn o 4, CA BEAM CENTER MSL 36" 23 W rn c_ 0a 0= OD Z1 COT - OC" x° 0 w O 0 N 0 c z 2 rn 0 v A 23 I wco c m mco m r D x Z r.1 X z 48" MAX 0 O D 48" REVISION NO. DATE BY ,S— 1HOI3H dVIV1 0 r 18"-- 010HS38H1 0 m N 6.625-H 7j 75 I 5 � 1 r11 1 0 k+4.5" 1 N 1 6.625 10'± ONI IM dkNV1 rC W C =N 0 c/) 27m z m 0 I Q O z (D C 0 c0= 0 0 O 23 1 WO O D � CA Co 0 W Ot CTI m z N V 00-I c0 � x co m > COM 0 Z <1 m O) N m :038111038 31 DO NOT SPLICE LIR MAST IF EXISTING CAN BE TRIMMED C mC (m X rn c- m 0 ®(72 O co r r w 0= l D_ XYZ ca m m o1 0 0 -1 r o T (0 23 ( 1 0 r D ZDU) V)m V) C7 >R. SISVIN G3Sf13d INIVd 0 v Z 0 m z O m m cn D m O OZ -011 83H10 27 Z O Z O '1l3N HM 710018 1VN 111831 ONO 'n0 DM'd Z# O m r r r m tD 0 0 O ° 70 m r r C7 0 = Z 1 r O 0 r 27 0Ad 0.17 HOS „Z teat Tea bob" Voir 1'`1' 1< •;4 een 1'�) 40, trd ,i �4 le e 'warcift 41 t .lar t, • r-41-11-11-114 141 -1 1111I - n r nr nnnnnnnnn . ntlnnnnnnn nnn ■ ■ nnnnt•• rnnnnt•. •;difflnnt lot' not • .T: ,,•: n tz t DM' 4' ›T �prr77 T1 -s w<X M ETD DOMr1 Z rr 0 n OZZ4 11 0 -1 2 0 A 01 z '03 80 OZ—OZOLNV Co -mCr! CO -I1 rn 1 = Z J n Gir=(„ O 0 m D OcZ0)x D z �0 = m 0 0 0 C m O C) zc0 2 73 v 004 ?m nnn nnn nnn nnn nnn nnn nnn nnnnt nnnnnnnnnt nnnnnnnnnt nnnnnnnni N O 0 FT. WIDE CONCRETE COLLAR AROUND PULL BOX 1 IN. GAP FILLED WITH SILICONE SEALANT - c O z -Tm O -oN C72 m O 0 50 PI A O rn r > - 0 1 0<0 0 Ui M r 0 W CD D Z r1 O 0 0 W Z m0 m 0 0 o 73 D z rc Jr r O OZ 31V3S 1011 REVISION NO. DATE BY 9P0 I. (.8 #lo3roddAl/o GD COrnrn CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17 EXTENSION, DISPLACEMENT OF RUNWAY 35, NEW CONNECTING TAXIWAYS, AND DRAINAGE IMPROVEMENTS M G20 MALS BAR 98-MG-20-BAR-MULTI-REV-3.DWG 4/25/2013 8:29:41 PM MEI war CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services co co v () m 2 g c A r- e m . z T 0 °=z 77 Z m �m co CO co n 0 XI 0 n CO A ZO n Rch o CO 0= 0 Co Co CO CO In m 7 f ▪ 12,71. < N - N O �3 pi y ;51.0 n n m j • Ouo V O NK Z 3 a -1 Nm 6,X N V H Lnolen0 D r CONSUL TANKS PROJECT NO. ON133HS SINV17179N00 CO 0 100 200 300 400 [ALS PLANE -26cf 00 L_ 1- I -25-00 SCALE IN FEET 1 IN. = 100 FI. MALSR ACCESS RD. 2..• •.2 fav i`' i` i -!{ •' -�� •�. r x w} r• a Kryf�f�• -• yf�xf :•} 40"41.0.'" i ivii `i• •K ••" + •c G ��e �rw ! .{* }..... i._.-.a..r+..i•'�f • i_.ii f_•_ __ _L .vw-.. �i�n C 2 S -. }_• • i..i •2 ISR --- P 23', 00lii -22-00 -21-00 W -19-00 .rra R;* Di Cc RAIL TA. (TYP) 5 ‘2199 -17. I 1! f m 111 11 111 111 IIII �u11� IIIll 1111 3 1 L,J 0 w I) -14 r S LJ O > LJ 00 MALS 1030 RWY 36 LOC ANT MALSR ACCESS RD. ALS PLANE 9E LE MALSR TH BAR .i s 'V •'• V ! P- 2 ,Y •{ f� ��n .vim .iii .w c., .i.. :E.. � .3 :•`.xf:. ..:J.?..f"• f • • r''i'�•JG���%.'�Ls��.��.����� rw:::4___ T 3 IA�R/�. -- -}. -4- i + R r LOCATED PE CONTRACTOR SHALL USE FINISHED GRADES TO DETERMINE MALSR MAST HEIGHTS CONTRACTOR IS RESPONSIBLE FOR BEAM CENTERS PASSING THROUGH ALS PLANE STA RWY 18 MALSR INSTALLATION SCHEDULE CONSTRUCTION GRADE CONC BEAM MAST ALS LAMP FT. ITEM ELEV. ELEV. ELEV. HEIGHT SLOPE ANGLE 10 TH 39.46 39.46 40.46 1.00 0.0000 3.10 EMT 206 MALS _ 39.46 39.46 40.46 1.00 0.0000 3.20 EMT 412 MALS 38.68 38.68 43.42 4.74 0.0192 3.26 EMT 618 MALS 37.28 37.28 47.37 10.09 0.0192 3.32 MG -20 /W/ Frangible Bolts 824 MALS 36.20 36.20 51.33 15.13 0.0192 3.27 MG -20 /W/ Frangible Bolts 1030 MALS 36.46 36.46 55.28 18.82 0.0192 3.32 MG -20 1210 MALS 39.88 39.88 58.74 18.85 0.0192 3.38 MG -20 1424 MALS 41.80 41.80 62.85 21.05 0.0192 3.43 MG -20 1644 RAIL 37.63 37.63 67.07 29.44 0.0192 6.00 MG -30 1830 RAIL 37.63 37.63 62.42 24.79 -0.0250 6.00 MG -30 2020 RAIL 37.63 37.63 57.67 20.04 -0.0250 6.00 MG -20 2210 RAIL 37.63 37.63 52.92 15.29 -0.0250 6.00 MG -20 2400 RAIL 37.63 37.63 48.17 10.54 -0.0250 6.00 MG -20 0 0 R MALS ST IMETER RD. WY 36 LOC/DME MALSR RWY 18 SHELTER PLOT 1 CO . (TYP) 4 N co 1 1 ALS PLANE -/-111 400' OF 7 8E BLAST PAD 6E 00 00 -1-00 0-)0 I+-� „• RWY18TH- 0 4.4 1 J 00 BLAST PAD 0000 8E L E 9E 7 /is C 70 o N STA 2210 A --- -0:1 STA 2020 0 oo N 6 00° STA 1644 STA 1424 STA 1210 STA 1030 STA 824 STA 618 STA 412 STA 206 STA 010 70 60 tS, s� Vo _� ------2 0 6'200° .51:00 �" ` <5'e3.0 0 sr s v i 1 l� 0 0.70 60 / / 50 Q 0 �� O. -- o i i / POWER POLES i.. ALS p CA E �_ N 192- ___ 1 0 Y1/419 0� ° _EVE 39.34 :LEV1 39.46 50 ✓/ ✓< \ TREET LIGHTS %' in o N j /. / 0 NUr 0) Ln CNNN 2 o N - 24.79' c01 AEP LOWEREL • O Lw W w (� tr 18.82' MG20 r MG20 O ci O ~_ to Vii •QS°-- •�'2v ~ rt I- 70 moo 0 w Q 210° (9 .. 40 30 \ / V\ / BORE 39.88 r BORE \ EXIS-ING GRADE 30 __ up M -`\ c0 M (0 c0 \ 2. M ND N m ") /•1 co I` re) o ap 11' 20 PROPOS D GRAPE BORE EXISTING GRADE PROPOSED GRADE 20 CO rn i< rn CN o 6 r7 .-- c0 V) Ln .6 No CO c0 r) CO 0) Ln N) r r- to N) 0) 0) in r7 u i u i r7 r7 0) N u r7 - I"- Ln M O co Ln No N- Ln M Ln Ln ND r In 6 M 0) rn u i r7 r` 4.0 <h rn in Imo) h r0 in d CO rn 0) P- d 4 03 0) - O o0 N 4 c0 in ; 0) 0) N 4 Ib a o0 r7 h co 6 4 o) 4 M O co o a0 Ln LC) r7 M ro O - CO Ln 6 r7 M LC] N 0 CO Ln In r7 M 0 vt N CO c0 lf) rn M M V- u i L() rn M f` gct V- O Ln (.(i rn M r` C in N Ln (O r7 Cr) c.0 I� (0 Ln Ln (D r7 M Ln O CO O) Ln (O r7 CO V- M - (-1 c0 IC r-) CO N N- CO LC) La N.: r') CO r-- O r) O) IC IC 4'0 (v)P0 Cr) M n N 6 00 M 0 N- co CO 6 C70 r') M N O r` O) Ln 00 M M 10 4 r 6 O r') CO V- CO r-- Ln O rn M r D CD co u -i O) r') M c CO h Ln O) r') M Op CD N Ln O rr) M 0 CO 0) '� LCl 6 NO M c0 CO U) c0 O r'7 M 0) CO CO CC) 6 N) M co h- Lri r') -2600 -25100 -24100 -23100 -22100 -21100 -20100 -19000 -18100 -17100 -161100 -151100 -14-00 -13-00 -12-00 -11 -.00 -10000 RWY 18 ALS PLANE -9000 -8E00 -7000 -6100 -5D00 -4100 -3000 -2000 -1000 0000 1100 E-12 CONSULTANTS PROJECT NO. CRP.004 CHARLES P. CROSSNO S Atil ® S 0 s���ENSF;� 1 a E N NAl a SEAL: KSA I - \GI\ -Rs 8875 Synergy Dr. McKinney, Texas 75070 T.972-542-2995 F.972-542-6750 www.ksaeng.com TBPE Firrn Registration No. 1356 IN ASSOCIATION WITH C.P. CROSSNO & ASSOCIATES CONSULTING ENGINEERS TBPE Firm Registration No. F-3348 w 0 REVISION NO Department of Engineering Services Z W 00 CL Ct 0 -J cn Q 0 Z z Ct LLI ii) Z Z I- I- x �11J =M U D 0 < U Z D W 0 2 0 J U 0 0 0 co r > z w 1- 0 0 z z 0 w SHEET 101 of 128 RECORD DRAWING NO. AP -138 CITY PROJECT # E 11046 101-RWY 17 MALSR PLANE-REV-3B.DWG 4/19/2013 5:50:06 PM 2 X 3 PULL BOX AIRCRAFT RATED 2 X 3 PULL BOX TRAFFIC RATED Cn CD CABLE TYPE — 600V USE RATED, RHH—RHW — THWN TI z 00 Fr) m _1 gN m0 2 Z w 0 m m Z _ oO 1n m z> 0 m D_2 z-0 c z-1 z DD Z z 0 O 0 mZ 0)0 O -I zm ZU) r O 0 aadno 38V8 31VOS ON 008 'OND „t/2 x 101. 38IM -rind N N O "O c0 D 0 D w r m 318V3 OMV 318V3 OMV J W W N i> \ 3 a a CO O) -4 N 0 0 CO CO 2 x 70 m N 0 O z c V J W V 4. - O) ul t0 V O N3 0 0 W 0 ED O V CO 319V0 OMV 318`3 OMV -16 (D cD W O WO CIO N N O 4s p HONa1 lofla Z 0 r 01. L-1 IN311 83d 11Id 133135 318`3 OMV 4s CO '-4 V W 319Y3 OMV 318`3 OMV 318V0 OMd 11naNOO 3Ad Ot 11 S11naNOO t NOd H3N381 S11naNO3 2 2l0d H3N381 23X Z Z x 2 0 0 7 N 0 0 Z Z 0 0 C c -1cn -1 E 24" — 10" 00 m 0 \ M =1 D M m 0 rC7 CO r 70 Jr m or c C 31VOS ON 0 dI81S ONINdVM „9 0ll-1 11311 N3d 1114 133135 If 31VOS ON HON3211 lona t 0 m 31VOS ON 01. 1-1 11311 83d 11Id 133135 m 31VOS ON 0 m 11`130 HON3211 lona 01. I.-1 11311 83d l l ld 10313S 1 0) 0 Z N D u) m= 0 P z0 0 < 0 0 0 O Mo z m0 w rn0 � O I rn� 0 O 0 z n 0 o oo 1E111_=1 I —III -111=1 'ISI -1 1 I 111-111 1-111-11-111-11. -111-11 111—III— I II 1=111-111=111 III -III—III=III—III— I I—I I 1-111=11=11 =111=111 _III—III—IV 11=u)-11 24" m0 ;% _D M 0 Mm r 0 m Jr 0 r m0 mn r 0 r r 0 r 10"—.- 1=111— El 11=11 "— - 83dd03 32JV8 d12�1S ONIN8VM „9 dIa1S ONINWM „9 z 0 0) D r m Csl 1Id130 HON3W11 1of10 01. 1-1 11311 83d 1114 133135 -III: � I11 ..111.=1 24" -10 Z ED0 0 II 111111111111 n3 38V9 DMV 0/4 # i ON09 311183H10X3 17 0 J - r 0 r 24" / 10� /\�\ I -I-1 1-1 a-11 f \ 11 1111111111111 1111111111111111111 =1 I=111=111=111=111=1 111-111-1 1-111=111-111 =1 l 1-111-111-111-1 1 —1 I 111=111= 1=111=111=111— =111-111 111-111-11=111 11 I-111=1 1=111=111- -11I-111 111-111-111- 111=111=11-111-111-111 S—I 11=�111_ I I W 11 I I I I REVISION NO. DATE BY 0 O r dI81S ONINdVM „9 dI211S ONIN2lVM „9 ONI3VdS ),HVA 0 0 0 THREE 4" BORE SCH 80 BORE—GARD NOTE: GROUND RODS SPACED AT APPROXIMATELY 90 FT. LIH Z1 I -J IIS .Z1 0 c m 0 c N 0 m D 0 O N 0 a) 618 IZ .,4 D824 220' D D Zr r 0 l CO 0 m c -D 1-> r73 *m 0 N O zN n Z= 0Q 2 'D m nO 38VS OMV 0/ '113 Nye ,0001 1210 1424 ON 00Z^ 041. co 0 PI PI no ro 3Ad Ot HOS „Z co O 1 0 0 1644 1830 2020 iI� 2210 (0 O O/ 7;O 04 2400 I 0) rn O NOTE: GROUND RODS SPACED AT APPROXIMATELY 90 440' TWO 4' BORE SCH 80 BORE—GARD nO 38VB DMV 0/L4 t-Lo L J 1@co —/+ ONI3VdS AWA 0 0 W 0 ZN 2727 -n TO m1 N J ry O cD m c z OD 00 r Wr r� m r 2 r to 1n D ? r m r 00 O P1 m Ocm r 0 mm r M me or 0 r� EXISTING ADB RAIL DOES NOT USE CONTROL CABLE. Z 0 m 83113HS 2jS1V11 O 0 0 REVISION NO. DATE BY afro I, #103108d A110 /o ZO 133149 0 CORPUS CHRISTI INTERNATIONAL AIRPORT RUNWAY 17 EXTENSION, DISPLACEMENT OF RUNWAY 35, NEW CONNECTING TAXIWAYS, AND DRAINAGE IMPROVEMENTS RWY 18 MALSR DUCT CABLE 102-RWY17-MALSR-DUCT-CABLE-REV-62.DWG 4/26/2013 11:08:33 AM CITY OF CORPUS CHRISTI TEXAS Department of Engineering Services 00 T K N 3 A ? N Up, d VI in VI 3 -n 6U D j O z 3 a O N (D pi w � a I 1 I I (1) m r CONSULTANTS PROJECT NO.. ON LBWSSJNVJ7/1SNOO 00 9101 ADDENDUM NUMBER 01 Runway 18 MALSR Station 12 and 14 Access Safety and Project Number: Project: Site Improvements (RE -BID) E11046B Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Vivek Khanna, Ph.D., P.E., KSA Engineers Addendum No. 1 Specification Section: 00 9101 Issue Date: 7/16/2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents d Addendum.r .\Q: 1.03 MODIFICATIONS TO ENGINEER'S OPINION OF PROBABLE CONSTRUCTION COST & BID FORM EXHIBIT A A. SECTION 0011 16 INVITATION TO BID — Article 1— Paragraph 1.02 DELETE: Paragraph entirety. ADD: The Engineer's Opinion of Probable Construction Cost for the Project is $337,948.50. The Project is to be substantially complete and ready for operation within 90 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. B. SECTION 00 30 01 BID FORM EXHIBIT A: DELETE: SECTION 00 30 01 BID FORM in its entirety. ADD: SECTION 00 30 01 BID FORM in its entirety (Attachment 1). END OF ADDENDUM NO. 01 Addendum No. 01 Corpus Christi Standards - Regular Projects 009101-2 REV 03-09-2015 00 30 01 BID FORM 00 30 01 BID FORM Project Name: Runway 18 MALSR Station 12 & 14 Safety and Site Improvements Project Number: E11046B Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Mobilization Designer: KSA Engineers Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization L.S. 1 $ - $ - A2 Embankment in Place C.Y. 190 $ - $ - A3 Unclassified Excavation C.Y. 10 $ - $ - A4 Sawcut at Existing Asphalt Pavement Edge L.F. 550 $ - $ - A5 8" Lime Stabilized Subgrade S.Y. 2000 $ - $ - A6 Hydrated Lime for Stabilized Subgrade Ton 41 $ - $ - A7 Remove Aggregate Base Material and Spread Along Pavement Edge S.Y. 556 $ $ A8 Furnish and Install 5" concrete Pavement (within MALSR Sites) S.Y. 1050 $ - $ - A9 Furnish and Install 6" Concrete Pavement (for Turnlanes) S.Y. 351 $ - $ - A10 Install Concrete Safety Barrier Foundation as shown and specified L.F. 300 $ $ All Remove Existing Concrete Barrier Foundation L.F. 150 $ - $ - Al2 Furnish and Install New and Salvaged Precast Concrete Barrier L.F. 300 $ - $ - A13 Relocate Salvaged REACT Barrier L.S. 1 $ - $ - A14 Install Rumble Strips L.F. 720 $ - $ - A15 Install Rock Construction Entrance EA, 1 $ - $ - A16 Install Temporary Sediment Control Fence L.F. 650 $ - $ - A17 Remove, Salvage and Reinstall Existing Road Sign EA. 5 $ - $ _ A18 Furnish and Install 4" Topsoil on Disturbed Areas L.S. 1 $ - $ - Bid Form Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements - Proj. No. E11046B ADDENDUM 1 ATTACHMENT 1 PG 1 OF 2 gage 1 of 2 REV 03-23-2015 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A19 Furnish and Install Sod as shown and specified S.Y. 2200 $ - $ - A20 Adjust Utility Box EA. 2 $ - $ - A21 Storm Water Pollution Prevention Plan (SWPPP) Document L.S. 1 $ - $ - A22 Re -Stripe Yellow Stripes on Sta 14 L.S. 1 $ - $ - A23 Barricades, Signs, and Traffic Handling L.S. 1 $ - $ - A24 Temporary Crash Barrier L.S. 1 $ - $ - SUBTOTAL PART A - GENERAL (Items Al thru A23) $ - Part I -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) 90 days 11 Install 3' Wide Concrete Flume for Station 14 L.F. 290 $ - $ - SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1 $ - BID SUMMARY TOTAL PROJECT BASE BID (PART A) SUBTOTAL PART I - ADDITIVE ALTERNATE NO. 1 TOTAL PROJECT ADDITIVE ALTERNATE NO. 1 (PART I) Contract Times Bidder agrees to reach Substantial Completion in 90 days Bidder agrees to reach Final Completion in 120 days Bid Form Runway 18 MALSR Station 12 and 14 Access Safety and Site Improvements - Proj. No. E11046E ADDENDUM 1 ATTACHMENT 1 PG 2 OF 2 Page 2 of 2 REV 03-23-2015