Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2016-278 - 5/24/2016 - Approved
• • 2016-278 5/24/16 Ord. 030870 Bay Ltd 00 52 23 AGREEMENT This Agreement,for the Project awarded on May 24,2016 , 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: International Blvd. Improvements(Bond 20121 Project No. E12137 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: UA Engineering, Inc. 820 Buffalo Street Corpus Christi,TX 78401 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 Rd.,Bldg.#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 calendar 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 210 calendar 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 Agreement 00 52 23-1 International Blvd.Improvements(Bond 2012),Project No. E12137 REV 10-13-2015 INDEXED 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 $685 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 $685 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 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 Plus Additive Alt. No. 1 $ 1,683,694.35 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. Agreement International Blvd. Improvements (Bond 2012), Project No. E12137 005223-2 REV 10-13-2015 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, Tess the total of payments previously made and Tess 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; Agreement International Blvd. Improvements (Bond 2012), Project No. E12137 005223-3 REV 10-13-2015 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. 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. Agreement International Blvd. Improvements (Bond 2012), Project No. E12137 00 52 23 - 4 REV 10-13-2015 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 ENGINEERING SERVICES; D. CITY SECRETARY for the City. Agreement International Blvd. Improvements (Bond 2012), Project No. E12137 005223-5 REV 10-13-2015 ATTEST CITY OF ti c Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: ./et L. Kellogg Assistant City Attorney Kige1/4 ATTEST (IF CORPORATION) PUS C ' ISTI J.H. Edmonds Director of Engineering Services ILLb• sY COUNCIL .. SECRETARY CONTRACTOR BerContracting, 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 Corpus Christi, TX 78409 City 361/299-3721 Phone lentzj@bayltd.com State Zip 3(-? 89-a3dLf Fax E -Mail END OF SECTION Agreement 00 52 23 - 6 International Blvd. Improvements (Bond 2012), Project No. E12137 REV 10-13-2015 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 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 Certificate Number: 2016-44305 Date Filed: 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 04/22/2016 Date Acknowledged: -ao -aol& 4 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provid a description of the goods or services to be provided under the contract. E12137 Rehabilitation of International Drive Improvements (Bond 2012) 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. �M��NH eir,�N� X # 6 AFFIDAVIT �,.` v%R r, (` �............� �F� s, I swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. i2 ��� r7s s • I 4 .4\ it ' � � 't 9l� i s r. l=. �•. M O' i n !Y 1 Ii. N'GC \A.1-000- -ip R "\%$1 AFFIX NOTARY STANNfI48 1,11,03Q4E Sworn to and subscribed before me, bythe said J " r ` & ignature of authorized agent of contracting business entity + v n , this the day of 4piti / 1( 20 ! � to certify which, witness my hand and seal of office.ZAIN • 4-.'e,Ir\-.. 34i116(6.14 i g (tina 4414"I SIgnff Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Fnrmc nrrnrirlorl hu Tov .c Cth;-,, r-,...,..,;....o,.. ww.ethi wcs.state.tx.us Version V1.0.1021 , r _ r • • I. ( • t) • �n� 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 11- r r -f Col -4 r o. 4,1:3 0' D ' (a 13 P j 1-44. (type or print name of company) on: Wednesday, November 18, 2015 at 2:00 p.m. for International Drive Improvements (Bond 2012), Project No. E12137 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 www.CivCastUSA.com. 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 - International Drive Improvements (Bond 2012), Project No. E12137 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 SECTION 00 21 13 INVITATION 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 1 11/13/2015 Bid Acknowledgement Form 00 30 00 - 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10-06-2015 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. 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 Bid Acknowledgement Form International Drive Improvements (Bond 2012), Project No. E12137 003000-2 REV 10-06-2015 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 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 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 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. Bid Acknowledgement Form International Drive Improvements (Bond 2012), Project No. E12137 003000-3 REV 1006-2015 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 180 calendar 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 210 calendar 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 In compliance with the Bid Requirements in SECTION 00 2113 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, 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. 0. SECTION 00 30 02 COMPLIANCE TO STATE LAW ON NONRESIDENT BIDDERS E. SECTION 00 30 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON -COLLUSION CERTIFICATION. 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. Bid Acknowledgement Form International Drive Improvements (Bond 2012), Project No. E12137 00 30 00 -4 REV 10-06-2015 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 theft 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. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: BERRY CONTRACTING dba BAY LTD. typed or printed full legal name of Bidder) (individual's signature) JON LENTZ (typed or printed) ESTIMATING MANAGER State of Residency: Federal Tax Id. No. Address for giving notices: Phone: 361-299-3721 (typed or printed) (individual's signature) TEXAS 74-2982901 1414 VALERO WAY CORPUS CHRISTI, TX 78409 Email: IcntzjGibayltd.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.) Bid Acknowledgement Form International Drive Improvements (Bond 2012), Project No. E12137 00 30 00 - 5 REV 10-06.2015 END OF SECTION Bid Acknowledgement Form International Drive Improvements (Bond 2012), Project No. E12137 003000-6 REV 1041S-2015 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Berry Operating Company, LLC,Mgeneral partner ofBeny Contracting, LP dba BayLtd. held ameetingday uary 2002. • special this 8 of Jan Edward A. Marin, President, presided as Chairman and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose of meeting. Mr. Martin said that with the resignation of Howard Kovar, D. W. Berry had been named interim Division Manager for the Highway Division. He further said that the purpose of this meeting was and to name the individuals authorized to act for and on behalf ofBay Ltd. Highway Division in connection with matters relating to the Texas Department of Transportation and other state, municipal, federal, quasi governmental entities and private bodies. RESOLVED, that the following named individuals be empowered to act for and on behalf of Bay Ltd. as to the making and signing of contracts, bonds, bids, offers or other anrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Bevy A. L. Berry Edward A. Martin D. E. Spangler President Vice President Vice President Vice President Vice President Vice President FURTHER RESOLVED that in the event D. W. Berry is unavailable, Mr. Jon Lentz is empowered to sign contracts, bonds, bids, offers or arrangements and revisions, changes or modifications of same as the needs of the HighwayHDivision of Bay Ltd. may require, hereby ratifying and affirming all such acts. FURTHER RESOLVED that Jon Lentz, Estimating Manager and James Wright, Administrative Manager are specifically empowered to act for and on behalf ofBay Ltd. to sign `Proposal To the Texas Department of Transportation . FURTHER RESOLVED that the Secretary -Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Approved Correct: eC‘44, Edward A. l4artin President & CEO Attest•. €:-Y DonEtta Beaty, Sec Certification of Secretary 1, DonBtla Beaty,Secretary ofBerry Operating Company, LLC certify that the above are minutes of a special meeting of the Managers of Berry Operating Company, LLC general partner of Berry Contracting, LP dba Bay Ltd. held on the date shown above and that such resolution was validly adopted at the Managers meeting at which a quorum was present and such resolutin is a continuing resolution and is presently valid and in full force and effect this the 8thday of January 2002, to which witness my hand. )0 30 01 BID FORM EXHIBIT A 00 30 01 BID FORM EXHIBIT A Project Name: International Drive Improvements [Bond 20121 Project Number: E12137 Owner: City of Corpus Christi Bidder: Berry Contracting LP - DBA BAY LTD OAR: Bonds and Mobilization, complete and in place per Lump Sum.LS Designer: UA Engineering, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General Al Bonds and Mobilization, complete and in place per Lump Sum.LS 3,143 1 $38,240.00 $ 38,240.00 A2 Storm Water Pollution Prevention Plan, complete and in place per Lump Sum. LS 1 $ 21,000.00 $ 21,000.00 A3 Traffic Control, complete and in place per Lump Sum. LS 1 $ 96,000.00 $ 96,000.00 A4 Exploratory Excavation, complete and in place per Lump Sum. LS 1 $ 8,000.00 $ 8,000.00 A5 Ozone Action Days, complete and in place per Day. DAYS 3 $ 100.00 $ 300.00 SUBTOTAL PART A - GENERAL (Items Al thru A5) $ 163,540.00 Part B - STREET IMPROVEMENTS 61 Mill 1.5" Existing HMAC, complete and in place per Square Yard. SY 11,375 $ 6.10 $ 69,387.50 B2 Full Depth Pavement Repair (Type A) (Subgrade Compaction up to Final Surface Course), complete and in place per Square Yard. SY 3,143 $ 110.00 $ 345,730.00 B3 Full Depth Pavement Repair (Type A) per Proof Rolling Operations (assume 10% of FDPR), complete and in place per Square Yard. SY 314 $ 7.70 $ 2,417.80 B4 Full Depth Pavement Repair (Type B) (Subgrade Compaction up to Final Surface Course), complete and in place per Square Yard. SY 47 $250.00 $ 11,750.00 BS Tack Coat (0.20 Gallons/SY), complete and in place per Gallon. GAL 2,275 $1.95 $ 4,436.25 B6 1.5" to 3" Type 'D' HMAC Level -Up, complete and in place per Square Yard. SY 11,375 $ 24.00 $ 273,000.00 B7 Reflective Pavement Markings TY.1 (W) (24") (SLD) (100 mil) Stop Bar, complete and in place per Linear Foot. Lf 74 $ 16.50 $ 1,221.00 B8 Reflective Pavement Markings TY.1. (Y) (4") (SLD) (100 mil), complete and in place per Linear Foot. LF 396 $ 2.60 $ 1,029.60 B9 Reflective Pavement Markings TY.1 (Y) (4") (BKN) (100 mil), complete and in place per Linear Foot. LF 50 $ 2.60 $ 130.00 IID FORM EXHIBIT A iternational Drive Improvements (Bond 2012), Project No. E12137 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 1 of 5 )0 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT B10 Reflective Pavement Markings TY.1 (W) (4") (BKN) (100 mil), complete and in place per Linear Foot. LF 960 $ 2.60 $ 2,496.00 B11 Raised Reflective Pavement Markings (TYII-A-A) Yellow, complete and in place per Each. EA 8 $ 13.75 $ 110.00 812 Raised Reflective Pavement Markings (TYI-C) White, complete and in place per Each. EA 99 $ 13.75 $ 1,361.25 B13 Raised Reflective Pavement Markings (TYII-B-B) Blue, complete and in place per Each. EA 7 $ 13.75 $ 96.25 814 Unanticipated Street Improvements Allowance (MANDATORY), complete and in place per Lump Sum. LS 1 $ 50,000.00 $ 50,000.00 SUBTOTAL PART 8 - STREET IMPROVEMENTS (Items 81 thru B14) $ 763,165.65 Part C - STORM WATER IMPROVEMENTS C1 Street Excavation for Curb, complete and in place per Square Yard. SY 3,617 $ 9.50 $ 34,361.50 C2 Ribbon Curb (Incl. Limestone Base Beneath Curb to 1' B.O.C.), complete and in place per Linear Foot. LF 8,124 $ 44.00 $ 357,456.00 C3 Remove Driveway and Culvert, complete and in place per Each. EA 3 $4,500.00 $ 13,500.00 C4 Ditch Grading, complete and in place per Linear Foot. LF 670 $ 12/5 $ 8,542.50 C5 18" Concrete S.E.T., complete and in place per Each. EA 2 $ 1,700.00 $ 3,400.00 C6 Hydroseed, complete and in place per Square Yard. SY 2,849 $ 2.30 $ 6,552.70 SUBTOTAL PART C - STORM WATER IMPROVEMENTS (C1 THRU C6) $ 423,812.70 Part D - WATER IMROVEMENTS D1 Cut and Cap Existing 6" ACP Waterline, complete and in place per Each. EA 2 $ 2,000.00 $ 4,000.00 D� Remove and Haul -Off Existing 6" ACP Waterline, complete and in place per Linear Foot. LF 10 $ 280.00 $ 2,800.00 D3 Grout Fill and Abandon -In -Place Existing 6" ACP Waterline, complete and in place per Linear Foot. LF 111 $ 52.00 $ 5,772.00 D4 Full Depth Pavement Repair (TYPE B) at Roadway Crossings, complete and in place per Square Yard. SY 53 $ 220.00 $ 11,660.00 D5 Unanticipated Utility Allowance (MANDATORY), complete and in place per Lump Sum. LS 1 $ 5,000.00 $ 5,000.00 D6 Remove and Replace Sidewalk and Curb, complete and in place per Square Foot. SF 89 $ 47.00 $ 4,183.00 SUBTOTAL PART D - WATER IMPROVEMENTS (D1 THRU D6) $ 33,415.00 Part E -WASTEWATER IMROVEMENTS El 10" SDR 26 PVC, complete and in place per Linear Foot. LF 238 $ 130.00 $ 30,940.00 E2 New 4' Diameter F/G Manhole (10' to 12'), complete and in place per Each. EA 1 $16,000.00 $ 16,000.00 DID FORM EXHIBIT A nternational Drive Improvements (Bond 2012), Project No. E12137 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 2 OF 5 Page 2 of 4 )0 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT E3 Manhole Trench Safety, complete and in place per Each. EA 1 $ 2,300.00 $ 2,300.00 E4 Trench Safety, complete and in place per Linear Foot. LF 238 $13.25 $ 3,153.50 E5 Connect to Existing Manhole, complete and in place per Each. EA 1 $ 3,000.00 $ 3,000.00 E6 Full Depth Pavement Repair (TYPE B) at Roadway Crossings, complete and in place per Square Yard. SY 13 $ 260.00 $ 3,380.00 SUBTOTAL PART E - WASTEWATER IMPROVEMENTS (El THRU E6) $ 58,773.50 Part F - OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) Fl Demolish and Haul Off Existing Concrete Foundations (2' below Natural Ground), complete and in place per Each. EA 2 1500.00 $, $ 3,000.00 F2 36" Drill Shaft Foundation (Incl. Concrete Cap), complete and in place per Vertical Foot. VF 48 $ 580.00 $ 27,840.00 F3 Relocate Existing Overhead Sign No. 1 Support, complete and in place per Each. EA 1 $ 29,500.00 S 29,500.00 F4 Replace Existing Aluminum Sign Legend Frames, complete and in place per Square Foot. SF 498 $ 48.00 $ 23,904.00 F5 Guidance Signs (Incl. Metal Pole and Screw -In Foundation), complete and in place per Each. EA 2 $ 1,200.00 $ 2,400.00 F6 Exploratory (Find Existing Circuits), complete and in place per Lump Sum. LS 1 $ 2,900.00 $ 2,900.00 F7 60 A Fused Disconnect Switch (316SS), complete and in place per Each. EA 1 $ 2,100.00 $ 2,100.00 F8 Install f#10 THHN 600 V CU Conductor, complete and in place per Linear Foot. LF 1,000 $ 2.70 $ 2,700.00 F9 Install 1 1/4" PVC Conduit, complete and in place per Linear Foot. LF 250 $ 3.40 $ 850.00 F10 Trench Backfill, complete and in place per Linear Foot. LF 250 $ 13.75 $ 3,437.50 F11 Install Pull Boxes, complete and in place per Each. EA 1 $ 2,300.00 $ 2,300.00 SUBTOTAL PART F - OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) (F1 THRU F11) S 100,931.50 Alternate No. 1 Part G - ALTERNATE NO. 1 - OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES) G1 36" Drill Shaft Foundation (Incl. Concrete Cap), complete and in place per Vertical Foot. VF 48 $ 590.00 $ 28,320.00 G2 Overhead Sign No. 5 Support, complete and in place per Each. EA 1 $65,100.00 $ 65,100.00 G3 Aluminum Sign Frame, complete and in place per Square Foot. SF 168. $ 52.00 $ 8,736.00 G4 Lighting Fixtures, complete and in place per Each. EA 4 $ 1,900.00 $ 7,600.00 G5 Exploratory (Find Existing Circuits), complete and in place per Lump Sum. LS 1 $3,600.00 $ 3,600.00 G6 60 A Fused Disconnect Switch (316SS), complete and in place per Each. EA 1 $ 2,700.00 $ 2,700.00 31D FORM EXHIBIT A nternational Drive Improvements (Bond 2012), Project No. E12137 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 3 of 5 30 30 01 BID FORM EXHIBIT A Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT G7 Install 30 AMP 3 pole lighting contractor (3165S), complete and in place per Each. EA 1 $ 5,900.00 $ 5,900.00 G8 Install #10 THHN 600 V CU Conductor, complete and in place per Linear Foot. LF 2,000 $ 3.10 $ 6,200.00 G9 Install 1 1/4" PVC Conduit, complete and in place per Linear Foot. LF 500 $ 4.20 $ 2,100.00 G10 Trench Backfill, complete and in place per Linear Foot. LF 500 $ 8.80 $ 4,400.00 G11 Install Pull Boxes, complete and in place per Each. EA 2 $ 2,700.00 $ 5,400.00 SUBTOTAL PART G - ALTERNATE NO. 1 - OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES) (G1 THRU G11) $ 140,056.00 310 FORM EXHIBIT A nternational Drive Improvements (Bond 2012), Project No. E12137 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE 4 OF 5 Page 4 of 5 30 30 01 BID FORM EXHIBIT A BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A5) $ 163,540.00 SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B14) $ ._ 763,165.65 SUBTOTAL PART C - STORMWATER IMPROVEMENTS (Items C1 thru C6) $ 423,812-70 _ SUBTOTAL PART D - WATER IMPROVEMENTS (Items 01 thru D6) $ 33,415.00 SUBTOTAL PART E - WASTEWATER IMPROVEMENTS (Items El thru E6) $ 58,773.50 SUBTOTAL PART F -OVERHEAD SIGN IMPROVEMENTS (Items F1 thru F11) $ 100,931.50 TOTAL PROJECT BASE BID (PARTS A THRU F) $ 1,543,63835 SUBTOTAL PART G - ALTERNATE NO. 1 OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES)(Items G1 thru G11) $ 140,056.00 TOTAL PROJECT ALTERNATE NO. 1 (PART G) $ 140,056.00 Contract Times Bidder agrees to reach Substantial Completion in 180 days Bidder agrees to reach Final Completion in 210 days 3ID FORM EXHIBIT A nternational Drive Improvements (Bond 2012), Project No. E12137 ADDENDUM NO. 1 ATTACHMENT NO. 1 PAGE5OF5 Page S of 5 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 Tess 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: By: Name: Title: Business address: Phone: BAY LTD. (typed or printed) (signatzfte -- attach evidence of authority to sign) JON LENTZ (typed or printed) ESTIMATING MANAGER 1414 VALERO WAY CORPUS CHRISTI, TX 78409 361-693-2100 Email: lenlzjObay1kI.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02 - 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10-13-2015 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED B'MTV-- PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 171 12, 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: BAY LTD. 9908 1414 VALERO WAY FIRM IS: 1. Corporation 4. Association • • • CITY: CORPUS CHRISTI ZIP: 78409 - 2 Partnership V. 5. Other 3. Sole Owner ❑ 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 f 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 "firth." Naive 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 "firth." 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 tie above named "firm." Nance N/A 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 1 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 prompt y submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: JON LENTZ (Type or Prim) Signature of Certifying Person: Title: ESTIMATING MANAGER DEFINITIONS Date: \ 143- 5 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. 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: International Drive Improvements (Bond 2012), Project No. E12137 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: By: Name: Title: Business address: BAY LTh. (typed or printed) (signature -- attach evidence of authority to sign) JON LENTZ (typed or printed) ESTIMATING MANAGER 1414 VALERO WAY CORPUS CHRISTI, TX 78409 Phone: 361-299-3721 Email: lentzjObaylt d.com END OF SECTION Non -Collusion Certification International Drive Improvements (Bond 2012), Project No. E12137 003006-1 10-13-2015 00 6116 PAYMENT BOND BOND NO. 929592851 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: E12137 International Blvd. Improvements (Bond 2012) Award Date of the Contract: May 24, 2016 Contract Price: 51,683,694.35 Bond Date of Bond: JUNE 6, 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 E121137 International Blvd. I mpr. 006116-1 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. Contractor . •rincipal Signature: Surety Signature: „,..„,..-< (�,�`y/ p.7j-C Name: 'i -OH 1,,Lry-1.2. Name: MA F GLEN MOORE Title:, ;,, ('s4- r., d+ i MSN. Title: AT+O"RNEY IN FACT Email Address: Ler, k. 7_3 @ o L' .e. c, aM Email Address: memoore@higginbotham. net l (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E121137 International Blvd. Impr. 006116-2 7-8-2014 00 6113 PERFORMANCE BOND BOND NO. 929592851 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: E12137 International Blvd. Improvements (Bond 2012) Award Date of the Contract: May 24.2016 Contract Price: $1,683,694.35 Bond Date of Bond: JUNE 6, 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 Telephone361-883-1711 Email Addressmemoore@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 E12137 International Blvd. Impr. 006113-1 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. Contracto a Principal Signature: Name: O r► L -e..n+2 Title: G57 -i rr.,..`1'i.j IAS,,*. Email Address: L.e." -2 ' e 1e.,,f L' -c . C 0 Surety Signature:` Name: MARY E EN MOORE Title: F-, ATTORNEY IN FACT Email Address: memoore@higginbotham.net (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond E12137 International Blvd. Impr. 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, Steve Addkison, Cathleen Hayles, Aaron J Endris, Tricia Balolong, 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 21st day of March, 2016. Continental Casualty Company National Fire Insurance Company of Hartford American Catty Company of Reading, Pennsylvania Paul T. Bruflat # Vice President State of South Dakota, County of Minnehaha, ss: On this 21st day of March, 2016, 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. My Commission Expires June 23, 2021 J. Mohr Notary Public CERTIFICATE 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 6TH day of JUNE 2016 Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secretary 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 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 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 Ike 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 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 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 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." State of Texas Claim Notice Endorsement in accordance with Section 2253.021(f) of the Texas Govemment Code and Section 53.202(8) 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 60604 Telephone: (312) 822-5000 You may also*wribs to CNA Surety at P.O. Box 1088, Houstso, Texas 77251-1068. You may contact the Texas Department of Insurance to obtain Informat5= on companies, coverages, rights of complakits at 1 400452.3439 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 c xnpany first. If the .dispute Is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POUCY: This notice Is for Information only and does not become a part or condition of the attached documents. • ACORN® �� CERTIFICATE OF LIABILITY INSURANCE DATE (MMroDIYYYY) 6/6/2016 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 Ni NAME: cole Brummett Sistrunk PHONE FAX (m. No, Fut) 361-883-1711 (A/C, No): 361-844-0101 E-MAILADDRESS. nbrummett@higginbotham.net INSURER(S) AFFORDING COVERAGE NAIC # INSURER A :ACE American Insurance Company 22667 INSURED BERRYI 3 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 D :AGCS Marine Insurance Company 22837 INSURER E : 52,000,000 INSURER F : $100,000 CERTIFICATE NUMBER: 1493787391 REVISION 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 ADDL INSD SUBR WVD POLICY NUMBER POLICY EFF (MMIDDIYYYY) POLICY EXP (MM/DDIYYYYI LIMITS A x COMMERCIAL GENERAL LIABILITY / HDOG27853602 5/20/2016 5/20/2017 ./PREMISES EACH OCCURRENCE 52,000,000 DAMAGE TO (EaENTED occurrence) $100,000 CLAIMS -MADE X OCCUR MED EXP (Any one person) S10,000 PERSONAL & ADV INJURY 52,000,000 GENERAL AGGREGATE 510,000,000 GEM. AGGREGATE POLICY OTHER: X LIMIT APPLIES JET X PER: LOC PRODUCTS - COMP/OP AGG 55,000,000 S A AUTOMOBILE X X LIABIUTY ANY AUTO ALL UTOS NED HIRED AUTOS MCS -90 - - - / SCHEDULED NON -OWNED AUTOS ISAH09042374 5/20/2016 5/20/2017 / COMBINED SINGLE LIMIT (Ea accident) 52,000,000 BODILY INJURY (Per person) S ,".- S BODILY INJURY (Per accident) PROPERTY bAMAGE (Per accident) S S B X UMBRELLA LAB EXCESS UAB X OCCUR / CLAIMS -MADE G28119641001 5/20/2016 5/20/2017 . EACH OCCURRENCE $25,000,000 AGGREGATE $25,000,000 DED X RETENT ON 5250,000 S A WORKERS COMPENSATION / EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVEYNN OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below N 1 A WLRC48605199 5/20/2016 5/20/2017. / X PER OTH- STATUTE ERAND E.L. EACH ACCIDENT S2,000,000 E.L. DISEASE - EA EMPLOYEE 52,000,000 E.L. DISEASE - POLICY LIMIT 52,000,000 C D Contractors Pollution Contractors Equipment CPL742031903 MX193045861 5/20/2016 11/1/2015 5/20/2017 11/1/2016 / Cond/Agg 525,000,000 CE - Leased/Rented 52.000,000 DESCRIPTION OF OPERATIONS I LOCATIONS I VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached 11 more space is required) See Attached... CERTIFICATE HOLDER CANCELLATION 1 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 4 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 POLICY 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, Additional Insured - Owners, Lessees or Contractors - Completed Operations CG2037 10/01, and Additional Insured -Lessor of Leased Equipment -Automatic Status When Required in Lease Agreement with You CG2034 04/13. 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. Workers 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 WC000301 (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 008. Project: E12137 International Blvd Improvements (Bond 2012) ACORD 101 (2008/01) © 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HDOG27853602 Berry GP Inc/Bay, Ltd. COMMERCIAL GENERAL LIABILITY CG20101001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - SCHEDULED PERSON OR ORGANIZATION This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of 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 II — 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. (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. CG 20 10 10 01 © ISO Properties, Inc., 2000 Page 1 of 1 0 POLICY NUMBER: HDOG27853602 Berry GP, Inc/Bay, Ltd. COMMERCIAL GENERAL LIABILITY CG20371001 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS - COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: / COMMERCIAL GENERAL LIABILITY COVERAGE PART l 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 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 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 3710 01 ©1S0 Properties, Inc., 2000 Page 1 of 1 O POLICY NUMBER: HDOG27853602 Berry GP Inc/Bay, Ltd. COMMERCIAL GENERAL LIABILITY CG 24 04 05 09 /WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS TO US This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS LIABILITY COVERAGE PART SCHEDULE Name Of Person Or Organization: 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 El NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS - Named lnsvredEndorsement Berry GP, Inc. and owned subsidiaries per Broad Form Named Insured Bay, Ltd Endorsement #LD -2X58 Number Policy Symbol - HDO Policy Number G27853602 Policy Period 05/20/2016 to 05/20/2017 Effective Date of Endorsement 05/20/2016 issued By (Name of insurance Company) ACE American Insurance Company • serf the poky number. The remainder of the Information !a to be completed only vlhen this endoreement is issued subsequent to the preparation of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, COMMERCIAL GENERAL LIABILITY COVERAGE Schedule Oroanizatiort 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 (If no Information Is filled In, the schedule shall read: "All persons or entitles 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 1V.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 Pagel oft CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Ensured and owned subsidiaries per Broad Form Named Berry GP, Inc.Endorsement Bay, Ltd. Insured Endorsement #LD2X58 remater Number Palley Symbol HDO Policy Number G27853602 Policy Period 05/20/2016 to 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued By (Name of Insurance Company) ACE American Insurance Company ...141..... t.,........-...11--.1.. 1.....,....—... ant troika, Ttend 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: 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 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1), which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing operations at such construction projects are hereinafter defined as "Your Protects"): 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 Protect 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 limits'shbwn iri'the.Dec7a'fations for Each Occurrence, Fire Damage and Medical Expense continue to ap- • ply: Htiuvbver, such limits will be subject to the Construction Protect General Aggregate Limit, as well as the ' General Aggregate Limit shown in the Declarations. B. For all sums which the insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A (SECTION 1 ), 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. LD -21732 (01/07) Copyright, insurance : 1 0 la Office, Inc., 1886 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 8 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. and owned subsidiaries per Broad Form Named Insured Endorsement #LD -2X58 i Bay, Ltd. Endorsement Number Policy Symbol HDO Polley Number G27853602 Pdllcy Period 05/20/2016 to 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued By (Name of Insurance Company) _ ACE American Insurance Company I�....1 16....-11-..-......1._� . The remainder of lite Informaion ie 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 addttiort 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 organlzatlon(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. We are not responsible for verifying any information in any Schedule, nor are we responsible for arty incorrect information that you or your representative may use. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed In the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us In providing the Schedule, or In causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative ALL -32888 (01111) Page 1 of 1 ADDITIONAL INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named InsurE and owned subsidiaries per Schedule of Named Berry GP nc. Insured Endorsement #DA -13118a (06/14) Bay. Ltd. Endorsement Number Policy Symbol ISA Policy Number H09042374 Policy Period 05/20/16 to 05/20/17 Effective Date of Endorsement 05/20/16 Issued By (Name of Insurance Company) t14 ' fl ril?ntle � t n nformation 1s to be completed only when thls endorsement Is Issued subsequent to the preparatlon 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 lnsured(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 WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured and owned subsidiaries per Schedule of Named Berry GP Inc. Insured Endorsement #DA -13118a (06/14) r Endorsement Number Po rcYSymbo ISA Policy Number H09042374 Policy Period 05/20/16to 05/20/17 Effective Date of Endorsement 05/20/16 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. 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 (06/14) Authorized Representative Page 1 of 1 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE Named Insured Berry GP, Inc. and owned subsidiaries per Schedule of Named Bay, Ltd. Insured Endorsement #DA -13118a(06/14) Endorsement Number 9 Policy Symbol ISA Policy Number H09042374 Policy Period 05/20/2016 to 05/20/2017 E 05/200/D2a01g f Endorsement Issued By (Name of Insurance Company) ACE Arnerican insurance Company • ,'rhe remainder or me Infomtatlon Is to to 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 organizations) 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, and your representative will In tum send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or In causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. ALL -32686 (01/11) Page 1 of 1 Workers' Compensation and Employers' Liability Policy Named Insured and subsidiaries as per Schedule of BERRY GP, INC. Named Insureds -Endorsement #WC999999A (10/06 P.O. 130X 4858 CORPUS CHRISTI TX 784694858 Policy Period 05/20/2016T0 05/20/2017 Endorsement Number Policy Number Symbol: WLR Number: C4 8 6 0 519 9 Issued By (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Effective Date of Endorsement 05/20/2016 Insert the policy number. The remainder of the Information Is to be completed only when thls endorsement is Issued subsequent to the preparation of the policy. 7 WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named In the Schedule. This agreement applies only to the . extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit 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' Liability Polio Named Insured Berry GP Inc, and subsidiaries per Schedule of Named Insured -Endorsement #WC999999A (10/06) Endorsement Number - Policy Number Symbol:W' Number: C48605199 Policy Perlod 05/20/2016 to 05/20/2017 TO Effective Date of Endorsement 05/20/2016 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 fumish 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 (08/14) ® Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. l Workers' Compensation and Employers' Liability Policy Named Insured and subsidiaries per Schedule of Named BERRY GP, INC. Insured -Endorsement #WC999999A (10/06) P.O. B0X4858 CORPUS CHRISTI TX 784694858 Endorsement Number Polley Number Symbol: WLR Number: 048605199 Polley Period 05/20/2016 TO 05/20/2017 Effective Date of Endorsement 05/20/2016 Issued 8y (Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert the policy number. The remainder of the information )s to be completed only when this endorsement Is issued subsequent to the preparation of the policy. _ NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. if we cancel thls 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 organizatlon(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 0b. Information that you or your representative may use. We will only be responsible for sending such notice to your representative, and your representative will in turn send the notice to the persons or organizations listed in the Schedule at least 30 days prior to the cancellation date applicable to the Policy, You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. Thls endorsement does not apply in the event that you cancel the Policy. 945 All other terms and conditions of this Policy remain unchanged. Authorized Representative WC 99 03 69 (01/11) Page 1 of 1 CONTRACT DOCUMENTS FOR CONSTRUCTION OF INTERNATIONAL DRIVE IMPROVEMENTS [Bond 2012] PROJECT NUMBER E12137 LJA ENGINEERING, Inc. BATH ENGINEERING, Inc. October 22, 2015 Record Drawing Number [ STR 905] October 22, 2015 LJA Engineering, Inc. TBPE No. F-1386 Div. 02, 03 October 22, 2015 BATH Engineering, Inc. TBPE No. F-829 Div. 16 Table of Contents 00 01 00 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 00 01 00 TABLE OF CONTENTS Note to Specifier: Section 00 52 23 “Agreement” must include a list of the Specification Sections in this Table of Contents to legally include these documents into the Contract Documents. Verify that the Table of Contents includes all Specification Sections and Appendices that are part of the Contract Documents. Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 10/06/2015) 00 30 00 Bid Acknowledgment Form (Rev 10/06/2015) 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 DELETE LINE – FORM NO LONGER APPLICABLE 00 30 05 Disclosure of Interest 00 30 06 Non‐Collusion Certification 00 45 16 Statement of Experience (Rev 10/06/2015) 00 52 23 Agreement (Rev 10/06/2015) 00 61 13 Performance Bond (Rev 10/06/2015) 00 61 16 Payment Bond (Rev 10/06/2015) 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 06/12/2015) 00 72 03 Minority / MBE / DBE Participation Policy 00 73 00 Supplementary Conditions 00 74 00 Special Conditions for Funding Agency 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 Table of Contents 00 01 00 ‐ 2 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 Division / Section Title 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 Part S Standard Specifications Division 02 Sitework 021020 Site Clearing and Stripping (S‐5) 021040 Site Grading (S‐6) 022022 Trench Safety for Excavations 022040 Street Excavations (S‐10) 022060 Channel Excavations (S‐11) 025404 Asphalt, Oils and Emulsions (S‐29) 025414 Aggregate for Surface Treatment and Seal Coats (S‐35) 025416 Seal Coat (S‐31) 026202 Hydrostatic Testing of Pressure System (S‐89) 026210 Polyvinyl Chloride Pipe (S‐83) – AWWA C900 & C905 026210 Grouting Abandoned Utility Lines (S‐3) 026402 Waterline (S‐88) 026409 Tapping Sleeves and Tapping Valves (S‐84) 026411 Gate Valves for Water Lines (S‐85) 027203 Vacuum Testing of Sanitary Sewer Manhole and Structures 027604 Disposal of Waste from Sanitary Sewer Cleaning Operations Division 03 Concrete 032020 Reinforcing Steel (S‐42) Table of Contents 00 01 00 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 Division / Section Title Division 05 Metals 055420 Frames, Grates, Rings and Covers (S‐57) Part T Technical Specifications Division 01 Electrical 16010 Electrical General Requirements 16170 Grounding and Bonding 16402 Electrical Wiring System 16490 Safety Disconnect Switches Division 02 Sitework 020300‐T Mobilization and Bonds 021080‐T Removing Old Structures (S‐55) 022020‐T Excavation and Backfill for Utilities and Sewers 022100‐T Select Material 022410‐T Storm Water Pollution Prevention 022420‐T Silt Fence 025100‐T Proof Rolling 025200‐T Subgrade Preparation 025204‐T Geogrid Reinforcement 025205‐T Removing and Replacing Pavements (S‐54) 025212‐T Limestone Base 025402‐T Planning Asphaltic Surfaces 025412‐T Prime Coat (Asphaltic Material Only) 025424‐T Hot Mix Asphalt Concrete Pavement (Class A) 025520‐T Full Depth Pavement Repair 025610‐T Concrete Curb and Gutter 025802‐T Temporary Traffic Controls During Constructions 025805‐T Abbreviated Pavement Markings (S‐101) 025807‐T Pavement Markings (S‐45) (Paint and Thermoplastic) 025814‐T Prefabricated Pavement Markings (TxDOT 668) 025816‐T Raised Pavement Markers and Traffic Buttons 025818‐T Pavement Markers (Reflectorized) (TxDOT D‐9‐4200) Table of Contents 00 01 00 ‐ 4 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 Division / Section Title 025828‐T Bituminous Adhesive for Pavement Markers (TxDOT D‐9‐6130) 026206‐T Ductile Iron Pipe and Fittings 027205‐T Glass‐Fiber Reinforced Polyester (FRP) Manholes 027602‐T Gravity Sanitary Sewers 027610‐T Televised Inspection of Conduits (S‐125) 028020‐T Seeding (S‐14) Division 03 Concrete 030020‐T Portland Cement Concrete 038000‐T Concrete Structures (S‐41) Division 16 165100 Exterior Lighting Appendix Title 1 Rock Geotechnical Report (Dated 2‐5‐14) 2 Bond 2012 Sign Detail 3 Required Submittal List 4 Submittal Transmittal Form END OF SECTION Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1 – DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2 – GENERAL NOTICE 2.01 The City of Corpus Christi, Texas (Owner) is requesting Bids for the construction of the following Project: International Drive Improvements (Bond 2012), Project No. E12137 A. The project consists of the rehabilitation of approximately 4,100 linear feet of International Drive at the Corpus Christi International Airport, including the following improvements: 1. Approximately 11,500 SY of 1.5” Mill and 1.5” to 3” Level‐up Overlay with approximately 3,500 SY of Full Depth Pavement Repair; 2. Approximately 8,124 LF of Ribbon Curb Installation; 3. Water and Wastewater Improvements; and 4. Overhead Sign Improvements. B. Alternate items include installing overhead traffic sign frame and foundations. 2.02 The Engineer’s Opinion of Probable Construction Cost for the Project is $1,116,365.00. The Project is to be substantially complete and ready for operation within 180 calendar days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. 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. Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 2 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 3.02 A non‐mandatory pre‐bid conference for the Project will be held on Tuesday, November 10, 2015 at 11:00 a.m. at the following location: City Hall Building – Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, Corpus Christi, Texas 78401 ARTICLE 4 – COPIES OF CONTRACT DOCUMENTS 4.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 4.02 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. 4.03 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 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 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. Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 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 using the Owner’s Bidding Website at www.civcastusa.com. 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. 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. 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 7 – BID SECURITY 7.01 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. 7.02 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. 7.03 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. Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 4 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 7.04 Failure to provide an acceptable Bid Security will constitute a non‐responsive Bid which will not be considered. 7.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 7.06 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. 7.07 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. 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 – DELIVERY OF BIDS 9.01 Complete and submit the Bid Form, the Bid Bond and the Bid Acknowledgement Form along with all required documents identified in the Bid Acknowledgement Form. 9.02 Bids must be received no later than 2:00 p.m. on Wednesday, November 18, 2015 to be accepted. The Bids will be publicly opened and read aloud at this time in the City Council Chambers or Staff Room, 1st floor of the City Hall Building. Bids received after this time will not be accepted. 9.03 Electronic Bids may be submitted to the CivCastUSA website at www.CivCastUSA.com. Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 5 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 9.04 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 ‐ International Drive Improvements (Bond 2012), Project No. E12137 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 10 – CONFIDENTIALITY OF BID INFORMATION 10.01 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 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. Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 ARTICLE 12 – OPENING OF BIDS 12.01 Bids will be publicly opened and read aloud at 2:00 p.m. on Wednesday, November 18, 2015, at the following location: City Hall Building ‐ City of Corpus Christi First Floor City Council Chambers or Staff Room 1201 Leopard Street Corpus Christi, Texas 78401 12.02 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 – STATEMENT OF EXPERIENCE 14.01 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 15 – EVALUATION OF BIDS 15.01 The Owner will consider the amount bid, the Bidder’s responsibilities, the Bidder’s safety record, the Bidder’s indebtedness to Owner, whether the Bidder has met the minimum specific project experience requirements. 15.02 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. 15.03 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 16 – AWARD OF CONTRACT 16.01 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 adopt the most advantageous Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 7 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 16.02 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 17 – MINORITY / MBE / DBE PARTICIPATION POLICY 17.01 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. 17.02 Minority participation goal for this Project has been established to be 45% of the Contract Price. 17.03 Minority Business Enterprise participation goal for this Project has been established to be 15% of the Contract Price. ARTICLE 18 – BONDS AND INSURANCE 18.01 Article 6 of the General Conditions and SECTION 00 72 01 INSURANCE REQUIREMENTS 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. 18.02 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. ARTICLE 19 – SIGNING OF AGREEMENT 19.01 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 20 – SALES AND USE TAXES 20.01 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. Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 8 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 20.02 It is the Owner’s intent to have this Contract qualify as a “separated contract.” ARTICLE 21 – WAGE RATES 21.01 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 22 – BIDDER’s CERTIFICATION OF NO LOBBYING 22.01 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 23 – CONFLICT OF INTEREST 23.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Code and file Form CIQ with the City of Corpus Christi City Secretary’s Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary’s website at http://www.cctexas.com/government/city‐secretary/conflict‐ disclosure/index. ARTICLE 24 ‐ REJECTION OF BID 24.01 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 Article 7. 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. 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. 24.02 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. Invitation to Bid and Instructions to Bidders 00 21 13 ‐ 9 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐6‐2015 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐06‐2015 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 _______________________________________________ (type or print name of company) on: Wednesday, November 18, 2015 at 2:00 p.m. for International Drive Improvements (Bond 2012), Project No. E12137 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 www.CivCastUSA.com. 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 ‐ International Drive Improvements (Bond 2012), Project No. E12137 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 SECTION 00 21 13 INVITATION 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐06‐2015 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. 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 Bid Acknowledgement Form 00 30 00 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐06‐2015 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 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 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 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. Bid Acknowledgement Form 00 30 00 ‐ 4 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐06‐2015 ARTICLE 6 – TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 180 calendar 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 210 calendar 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 In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, 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 05 DISCLOSURE OF INTEREST. F. SECTION 00 30 06 NON‐COLLUSION CERTIFICATION. 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. Bid Acknowledgement Form 00 30 00 ‐ 5 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐06‐2015 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. 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.) Bid Acknowledgement Form 00 30 00 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐06‐2015 END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 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 00 30 01 BID FORM Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A1 LS 1 A2 LS 1 A3 LS 1 A4 LS 1 A5 DAYS 3 B1 SY 11,375 B2 SY 3,143 B3 SY 314 B4 SY 47 B5 GAL 2,275 B6 SY 11,375 B7 LF 74 B8 LF 396 LJA Engineering, Inc. E12137 SUBTOTAL PART A ‐ GENERAL (Items A1 thru A5) 00 30 01 BID FORM DESCRIPTION Base Bid Part A - General Basis of Bid Part B - STREET IMPROVEMENTS Compaction up to Final Surface Course), complete and in place per Square Yard. Operations (assume 10% of FDPR), complete and in place per Square Yard. Compaction up to Final Surface Course), complete and in place per Square Yard. Reflective Pavement Markings TY.1 (Y) (4") (SLD) (100 mil), complete and in place per Linear Foot. Mill 1.5" Existing HMAC, complete and in place per Square Yard. International Drive Improvements [Bond 2012] City of Corpus Christi Tack Coat (0.20 Gallons/SY), complete and in place per Gallon. 1.5" to 3" Type 'D' HMAC Level‐Up, complete and in place per Square Yard. Reflective Pavement Markings TY.1 (W) (24") (SLD) (100 mil) Stop Bar, complete and in place per Linear Foot. Ozone Action Days, complete and in place per Day. Traffic Control, complete and in place per Lump Sum. Exploratory Excavation, complete and in place per Lump Sum. Storm Water Pollution Prevention Plan, complete and in place per Lump Sum. Bonds and Mobilization, complete and in place per Lump Sum. Bid Form International Drive Improvements (Bond 2012), Project No. E12137 Page 1 of 5 REV 3‐23‐2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION B9 LF 50 B10 LF 960 B11 EA 8 B12 EA 99 B13 EA 7 C1 SY 3,617 ‐$ ‐$ C2 LF 8,124 ‐$ ‐$ C3 EA 3 ‐$ ‐$ C4 LF 670 ‐$ ‐$ C5 EA 2 ‐$ ‐$ C6 SY 2,849 ‐$ ‐$ ‐$ D1 EA 2 D2 LF 10 D3 LF 111 D4 SY 53 D5 LS 1 5,000.00$ 5,000.00$ E1 LF 238 SUBTOTAL PART D ‐ WATER IMPROVEMENTS (D1 THRU D5) Part E -WASTEWATER IMROVEMENTS Part D - WATER IMROVEMENTS Part C - STORM WATER IMPROVEMENTS Reflective Pavement Markings TY.1 (Y) (4") (BKN) (100 mil), complete and in place per Linear Foot. 18" Concrete S.E.T., complete and in place per Each. Reflective Pavement Markings TY.1 (W) (4") (BKN) (100 mil), complete and in place per Linear Foot. Raised Reflective Pavement Markings (TYII‐A‐A) Yellow, complete and in place per Each. Raised Reflective Pavement Markings (TYI‐C) White, complete and in place per Each. Raised Reflective Pavement Markings (TYII‐B‐B) Blue, complete and in place per Each. 10" SDR 26 PVC, complete and in place per Linear Foot. SUBTOTAL PART B ‐ STREET IMPROVEMENTS (Items B1 thru B13) SUBTOTAL PART C ‐ STORM WATER IMPROVEMENTS (C1 THRU C6) Ditch Grading, complete and in place per Linear Foot. Street Excavation for Curb, complete and in place per Square Yard. Ribbon Curb (Incl. Limestone Base Beneath Curb to 1' B.O.C.), complete and in place per Linear Foot. Remove Driveway and Culvert, complete and in place per Each. Hydroseed, complete and in place per Square Yard. Cut and Cap Existing 6" ACP Waterline, complete and in place per Each. Remove and Haul‐Off Existing 6" ACP Waterline, complete and in place per Linear Foot. Unanticipated Utility Allowance (MANDATORY), complete and in place per Lump Sum. Grout Fill and Abandon‐In‐Place Existing 6" ACP Waterline, complete and in place per Linear Foot. Full Depth Pavement Repair (TYPE B) at Roadway Crossings, complete and in place per Square Yard. Bid Form International Drive Improvements (Bond 2012), Project No. E12137 Page 2 of 5 REV 3‐23‐2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION E2 EA 1 E3 EA 1 E4 LF 238 E5 EA 1 E6 SY 13 F1 EA 2 F2 VF 48 F3 EA 1 F4 SF 498 F5 EA 2 F6 LS 1 F7 EA 1 F8 LF 1,000 F9 LF 250 F10 LF 250 F11 EA 1 G1 VF 48 G2 EA 1 G3 SF 168 Part F ‐ OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) New 4' Diameter F/G Manhole (10' to 12'), complete and in place per Each. SUBTOTAL PART E ‐ WASTEWATER IMPROVEMENTS (E1 THRU E6) SUBTOTAL PART F ‐ OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) (F1 THRU F11) Demolish and Haul Off Existing Concrete Foundations (2' below Natural Ground), complete and in place per Each. 36" Drill Shaft Foundation (Incl. Concrete Cap), complete and in place per Vertical Foot. Relocate Existing Overhead Sign No. 1 Support, complete and in place per Each. 60 A Fused Disconnect Switch (316SS), complete and in place per Each. Install #10 THHN 600 V CU Conductor, complete and in place per Linear Foot. Install 1 1/4" PVC Conduit, complete and in place per Linear Foot. Trench Backfill, complete and in place per Linear Foot. Install Pull Boxes, complete and in place per Each. Replace Existing Aluminum Sign Legend Frames, complete and in place per Square Foot. Guidance Signs (Incl. Metal Pole and Screw‐In Foundation), complete and in place per Each. Manhole Trench Safety, complete and in place per Each. Connect to Existing Manhole, complete and in place per Each. Full Depth Pavement Repair (TYPE B) at Roadway Crossings, complete and in place per Square Yard. Trench Safety, complete and in place per Linear Foot. Exploratory (Find Existing Circuits), complete and in place per Lump Sum. Alternate No. 1 36" Drill Shaft Foundation (Incl. Concrete Cap), complete and in place per Vertical Foot. Overhead Sign No. 5 Support, complete and in place per Each. Aluminum Sign Frame, complete and in place per Square Foot. Part G ‐ ALTERNATE NO. 1 ‐ OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES) Bid Form International Drive Improvements (Bond 2012), Project No. E12137 Page 3 of 5 REV 3‐23‐2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION G4 EA 4 G5 LS 1 G6 EA 1 G7 EA 1 G8 LF 2,000 G9 LF 500 G10 LF 500 G11 EA 2 SUBTOTAL PART G ‐ ALTERNATE NO. 1 ‐ OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES) (G1 THRU G11) Trench Backfill, complete and in place per Linear Foot. Install Pull Boxes, complete and in place per Each. Lighting Fixtures, complete and in place per Each. Exploratory (Find Existing Circuits), complete and in place per Lump Sum. 60 A Fused Disconnect Switch (316SS), complete and in place per Each. Install 30 AMP 3 pole lighting contractor (316SS), complete and in place per Each. Install #10 THHN 600 V CU Conductor, complete and in place per Linear Foot. Install 1 1/4" PVC Conduit, complete and in place per Linear Foot. Bid Form International Drive Improvements (Bond 2012), Project No. E12137 Page 4 of 5 REV 3‐23‐2015 00 30 01 BID FORM Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION Contract Times 180 days 210 days SUBTOTAL PART C ‐ STORMWATER IMPROVEMENTS (Items C1 thru C6) SUBTOTAL PART A ‐ GENERAL (Items A1 thru A5) SUBTOTAL PART B ‐ STREET IMPROVEMENTS (Items B1 thru B13) SUBTOTAL PART D ‐ WATER IMPROVEMENTS (Items D1 thru D5) SUBTOTAL PART E ‐ WASTEWATER IMPROVEMENTS (Items E1 thru E6) SUBTOTAL PART F ‐OVERHEAD SIGN IMPROVEMENTS (Items F1 thru F11) Bidder agrees to reach Final Completion in SUBTOTAL PART G ‐ ALTERNATE NO. 1 OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES)(Items G1 thru G11) TOTAL PROJECT ALTERNATE NO. 1 (PART G) TOTAL PROJECT BASE BID (PARTS A THRU F) BID SUMMARY Bidder agrees to reach Substantial Completion in Bid Form International Drive Improvements (Bond 2012), Project No. E12137 Page 5 of 5 REV 3‐23‐2015 Compliance to State Law on Nonresident Bidders 00 30 02 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 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 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 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 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: International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 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 to 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. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer’s request, signed and dated by the Bidder’s owner, president or other authorized party, specifying all current assets and liabilities. 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 resumes for the key personnel that will be actively working on this Project. A. 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 Project, indicate how that individual’s time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for 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 Statement of Experience 00 45 16 ‐ 2 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 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 information for each primary and alternate candidate 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 should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of 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 of 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. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization 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 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. ARTICLE 3 – 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 4. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.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. Statement of Experience 00 45 16 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 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 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 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 Ownership 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 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 Table 1 – Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. 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 been disqualified as a bidder within the last 10 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 10 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 10 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 3 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 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 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. Provide resumes for Project Manager, Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager 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 ‐ 7 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 Table 3 – Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 ‐ 8 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 ‐ 9 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 Table 3 – Projects Awarded during the Last 5 Years – Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience 00 45 16 ‐ 10 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 Table 4 – 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 Statement of Experience 00 45 16 ‐ 11 International Drive Improvements (Bond 2012), Project No. E12137 10‐13‐2015 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 00 52 23 AGREEMENT This Agreement, for the Project awarded on _______________, 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: International Drive Improvements (Bond 2012) Project No. E12137 ARTICLE 2 – DESIGNER AND OWNER’S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LJA Engineering, Inc. 820 Buffalo Street Corpus Christi, TX 78401 2.02 The Owner’s Authorized Representative for this Project is: TO BE DETERMINED ARTICLE 3 – CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 calendar 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 210 calendar 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 Agreement 00 52 23 ‐ 2 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 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 $685 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 $685 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. 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 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 ENGINEERING SERVICES; 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 Jeffery Edmonds Director of Engineering Services Agreement 00 52 23 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐2015 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 E‐Mail END OF SECTION Performance Bond 00 61 13 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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): Engineering Services 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): International Drive Improvements (Bond 2012), E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV. 10‐13‐15 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): Engineering Services 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): International Drive Improvements (Bond 2012), E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 REV. 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 ☐ Not Required Builder’s Risk (All Perils including Collapse) Equal to Contract Price ☐ Required ☐ Not Required Installation Floater Equal to Contract Price ☐ Required ☐ Not Required Owner’s Protective Liability Equal to Contractor’s liability insurance ☐ Required ☐ 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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. B. Contractor is required to pay Davis‐Bacon Wage Rates. 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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‐45 Heavy Pipeline ‐ On‐Shore Pipeline Construction TX‐46 Heavy Pipeline‐Off‐Shore Construction TX‐342 Building Building Construction Projects (does not include single family homes or apartments up to and including 4 stories) TX‐75 Heavy Dredging projects along the Texas gulf coast area including all public channels, harbors, rivers, tributaries and the Gulf Intracoastal Waterways. TX‐81 Heavy Tunnel Construction Projects (Bored, 48” In Diameter Or More) END OF SECTION Wage Rate Requirements – Attachment A 00 72 02 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 ATTACHMENT A General Decision Number: TX150031 01/02/2015 TX31 Superseded General Decision Number: TX20140031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) 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 EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 * SUTX1987‐001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting).........................$ 9.05 Concrete Finisher................$ 7.56 ELECTRICIAN......................$ 13.37 2.58 Laborers: Common......................$ 7.25 Utility.....................$ 7.68 Wage Rate Requirements – Attachment A 00 72 02 ‐ 4 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 Power equipment operators: Backhoe.....................$ 9.21 Motor Grader................$ 8.72 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 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. Wage Rate Requirements – Attachment A 00 72 02 ‐ 5 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 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 Wage Rate Requirements – Attachment A 00 72 02 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis‐Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. Wage Rate Requirements – Attachment A 00 72 02 ‐ 7 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 ================================================================ END OF GENERAL DECISION Wage Rate Requirements – Attachment B 00 72 02 ‐ 8 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 ATTACHMENT B General Decision Number: TX150040 07/31/2015 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 EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.10 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/02/2015 1 07/31/2015 * SUTX2011‐010 08/08/2011 Rates Fringes CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb...............$ 10.69 Wage Rate Requirements – Attachment B 00 72 02 ‐ 9 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 Structures..................$ 13.61 LABORER Asphalt Raker...............$ 11.67 Flagger.....................$ 8.81 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 Mechanic....................$ 17.00 Motor Grader, Fine Grade....$ 17.74 Motor Grader, Rough.........$ 16.85 TRUCK DRIVER Lowboy‐Float................$ 16.62 Single Axle.................$ 11.61 ‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐‐ 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). Wage Rate Requirements – Attachment B 00 72 02 ‐ 10 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198‐005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non‐union rates. Example: SULA2012‐007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 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 Wage Rate Requirements – Attachment B 00 72 02 ‐ 11 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 Rate Requirements – Attachment B 00 72 02 ‐ 12 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. ================================================================ END OF GENERAL DECISION Minority / MBE / DBE Participation Policy 00 72 03 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 LJA Engineering, Inc. Rock Engineering and Testing Laboratory B. The members of the OPT as defined in Paragraph 1.01.A.41 consists of the following organizations: City of Corpus Christi, Texas C. The following entities, along with the members of the OPT, are to be named as an additional insured on all insurance policies, except workers compensation insurance and the Contractor’s professional liability insurance. D. Paragraph 1.01.A.54 “Substantial Completion” is more specifically defined for this Project as: 1. The following items are fully functional and suitable for operation in accordance with the Contract Documents: a. b. 2. Only the following items not yet complete in accordance with the Contract Documents: a. b. Supplementary Conditions 00 73 00 ‐ 2 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 Storm Water 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 June 4 December 3 3. A total of 25 rain days have been set for this Project. An extension of time due to rain days will be considered only after 25 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 A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports, included as Attachment No. 1, include the following: 2. Include the title, date of publication and publishing entity for all geotechnical reports, studies, borings, etc. used in the preparation of the Contract Documents. Insert a new subparagraph for each document. Specifically list the Technical Data contained in the document upon which Contractor may rely if this differs from that described in GC Supplementary Conditions 00 73 00 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 5.03.B which includes data contained in boring logs, recorded measurements of subsurface water levels, and the results of tests performed on materials. a. [Surface Exploration, Foundation and Pavement Recommendations for the Proposed International Boulevard Improvements Project; Rock Engineering and Testing Laboratory; February 5, 2014] ‐ The Contractor may rely on the following Technical Data in using this document: 1) Boring Logs; 2) Thickness of existing pavement constituents; and 3) Placement of Project materials and required material compactions. 3. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: NONE B. Delete Paragraph 5.03 entirely and insert the following: “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 A. Delete Paragraph 5.06 entirely and insert the following: “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 01 33 01 Submittal Register Product Information Sample or Mockup Operations Data Paragraph No. Specification Section Specification Description Types of Submittals Required Submittal Register International Drive Improvements (Bond2012), Project No. E12137 01 33 01‐1 07‐03‐2014 Summary of Work 01 11 00 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 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: 1. The project consists of the rehabilitation of approximately 4,100 linear feet of International Drive at the Corpus Christi International Airport, including the following improvements: a. Approximately 11,500 SY of 1.5” Mill and 1.5” to 3” Level‐up Overlay with approximately 3,500 SY of Full Depth Pavement Repair; b. Approximately 8,124 LF of Ribbon Curb Installation; c. Water and Wastewater Improvements; and d. Overhead Sign Improvements. e. Alternate to Northbound Lanes Overhead Sign Improvements 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. N/A 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 International Drive Improvements (Bond 2012), Project No. E12137 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. Additional waterline improvements to be performed by the City Water Department: a. 1,200 LF of Waterline 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 No. 1 ‐ OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES): 1. Install overhead Sign No. 5 to include additional aluminum sign frame, lighting fixtures, lighting contractor, conductor, conduit and pull boxes as described in the plans. 1.04 DESCRIPTION OF ALLOWANCES A. Unanticipated Utility Allowance 1. The sum of [$5,000.00] to be used for the purchase of unanticipated water improvements. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Application for Payment Procedures 01 29 00 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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. Note to Specifier: Use the paragraph below for unit price contracts. Delete this paragraph if unit prices are not included in the Contract for this Project. 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 Measurement and Basis for Payment 01 29 01 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 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 A‐1 – Bonds and 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 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 2. Measurement for payment is on a lump sum basis. Payment for Mobilization shall be in accordance with Technical Specification 010000‐T, Mobilization and Bonds. B. Bid Item A2 – Storm Water Pollution Prevention Plan (SWPPP): 1. Include the following costs in this Bid item: a. Preparation of the SWPPP; b. Routine inspection and maintenance of erosion and sedimentation controls; c. Maintenance of SWPPP (i.e. inspection reports, training logs, personnel changes, etc.; d. On‐site actions mandated by the SWPPP (i.e. watering for dust control, good housekeeping practices, removal of debris tracking on streets, etc.); e. Filing of required forms (i.e. Notice of Intent, Notice of Termination, etc.); and f. Posting signs required by the SWPPP. g. Silt fence and inlet protection. C. Bid Item A3 – Traffic Control: 1. Include the following costs in this Bid item: a. Preparation of Traffic Control Plans; b. Installation and maintenance of required traffic control devices and signs; c. Installation of temporary pavement, as required; and d. Provision of necessary Traffic Control personnel. 2. Measurement for payment is on a per month basis. Payment for Traffic Control shall be in accordance with Technical Specification 025802‐T, Temporary Traffic Controls During Construction. D. Bid Item A4 – Exploratory Excavation: 1. Include the following costs in this Bid item: a. Personnel and equipment required to locate existing underground infrastructure within the Project limits of construction; 2. Measurement for payment is on a per day basis. Payment for Exploratory Excavation shall be based on the earned value of completed work. E. Bid Items A5 – Ozone Action Days: 1. Include the following costs in this Bid item: a. Compensation in the amount of the bid unit price for Ozone Advisory days that occur during the construction duration; 2. Measurement for payment is on a per day basis. F. All other Bid Items contained within the Bid Form Exhibit A: 1. Include the following costs in this Bid item: Measurement and Basis for Payment 01 29 01 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 a. Materials, equipment, personnel and labor required for the installation of the individual bid item; 2. Measurement for payment is in accordance with the units specified for the individual bid item and as further specified in the appropriate Standard or Technical Specification. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES A. Unanticipated Utility Allowances: Bid Item [D‐5 ‐ Unanticipated Utility Improvements (MANDATORY)]: 1. Include the following costs in this Bid item: a. Materials, equipment, personnel and labor required for the installation of unanticipated utility improvements required on the Project and not included in other bid items; 2. Measurement for payment is on a lump sum basis per occurrence. For each instance of unanticipated utility improvements, the Contractor shall prepare a construction fee estimate using bid unit prices, as appropriate, and present the estimate to the Engineer for approval prior to commencing construction. After approval of the estimate by the Engineer and construction of the specified utility improvements by the Contractor, the Contractor shall be paid the approved Lump Sum amount for the work. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination 01 31 00 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons 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 at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, 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 and loss by theft. 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. 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. Project Management and Coordination 01 31 00 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 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 buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, 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 PRE‐CONSTRUCTION EXPLORATORY EXCAVATIONS A. Excavate and expose existing pipelines that cross within 20 feet of Project pipelines prior to any Work. Survey the line to determine its exact vertical and horizontal location at each point the existing pipeline may potentially conflict with the Work. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination 01 31 00 ‐ 4 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre‐construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 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 disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service 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. 1.11 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. 1.12 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. Project Management and Coordination 01 31 00 ‐ 5 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 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. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. 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. Project Management and Coordination 01 31 00 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 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 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. 1.14 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. 1.15 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. Project Management and Coordination 01 31 00 ‐ 7 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 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. 1.16 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 all‐weather access to all residents and businesses at all times during construction. 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. 1.17 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. Project Management and Coordination 01 31 00 ‐ 8 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 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. 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 826‐3500 Carlos A. Martinez, P.E. Project Engineer (LJA Engineering, Inc.) 887‐8851 Project Management and Coordination 01 31 00 ‐ 9 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 Public Agencies/Contacts Phone Number Traffic Engineering 826‐3540 Police Department 882‐2600 Water Department 826‐1881 (826‐1888 after hours) Wastewater Department 826‐1800 (826‐1818 after hours) Gas Department 885‐6900 (885‐6913 after hours) Storm Water Department 826‐1875 (826‐3140 after hours) Parks & Recreation Department 826‐3461 Streets and Solid Waste Services 826‐1940 AEP 1‐877‐373‐4858 SBC / AT&T 881‐2511 (1‐800‐824‐4424 after hours) City Street Div. for Traffic Signal/ Fiber Optic Locate 826‐1946 826‐3547 Cablevision 857‐5000 (857‐5060 after hours) ACSI (Fiber Optic) 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 289‐2712 Port of Corpus Christi Authority Eng. 855‐6153 TxDOT Area Office 808‐2384 Corpus Christi ISD 886‐9005 Public Agencies/Contacts Phone Number 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination 01 31 13 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination 01 31 13 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. 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; 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. 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings 01 33 02 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 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 “Red‐lined” markups of design plans detailing field modifications performed during construction. 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation 01 33 05 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures 01 35 00 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1.02 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 submit plan 2 weeks prior to beginning the Work. 1.03 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: Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) Water Connections (As Specified by Operating Dept.) N/A Water Connections Special Procedures 01 35 00 ‐ 2 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 Critical Operation Max. Time Out of Operation Hours Operation can be Shut Down Liquidated Damages ($ per hour) 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. D. Provide additional manpower and equipment as required to complete the Work affecting critical operations within the allotted time. 1.04 OWNER ASSISTANCE A. The Owner will assist the Contractor in draining the existing pipelines as much as possible through existing blow‐off valves. The Contractor will be responsible for providing dewatering pumps, etc. required to completely dewater the facilities and handle any leakage past closed valves, gates or adjacent structures. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Quality Management 01 40 00 ‐ 1 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 International Drive Improvements (Bond 2012), Project No. E12137 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 A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air‐conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24‐hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor’s use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT’s field office facilities are completed and approved. 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. Temporary Facilities and Controls 01 50 00 ‐ 3 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 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. 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. Temporary Facilities and Controls 01 50 00 ‐ 4 International Drive Improvements (Bond 2012), Project No. E12137 11‐25‐2013 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. 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 OZONE ADVISORY DAYS A. Do not conduct roofing, priming, or hot‐mix paving operations, except for repairs, on days the City Engineer has notified Contractor that an ozone advisory is in effect. An extension of time will be allowed for each day for which priming or hot mix paving was scheduled, crews were prepared to perform this Work and the City Engineer issued ozone alert prevents this Work. Contractor will be compensated at the unit price indicated in the Bid for each day for which an extension of time was granted due to an ozone alert. 1.10 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. 1.11 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 Temporary Controls 01 57 00 ‐ 5 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 Oso Creek. E. 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 shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. 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. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact Tilo Schmidt, Wastewater Pre‐treatment Coordinator at 826‐1817 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. 1.12 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 US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas. B. The payment for this Work will be based on the Contractor’s actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under Dewatering Bid Items. 1.13 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 Temporary Controls 01 57 00 ‐ 6 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 PROCEDURES. Do not use the Owner’s sanitary sewer system for disposal of contaminated water. 1.14 WINDSTORM CERTIFICATION 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. [Owner] 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 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 International Drive Improvements (Bond 2012), Project No. E12137 REV 10‐13‐15 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 021020 1/18/01 Page 1 of 1 SECTION 021020 SITE CLEARING AND STRIPPING (S-5) 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing, and stripping of objectionable matter as required to complete the project and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubble and other objectionable matter as indicated on drawings and/or as directed by the Engineer. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground. Areas, which underlie compacted backfill, shall be stripped of all vegetation, humus and other objectionable matter encountered within the top 6" of the soil. All material removed from site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a site obtained by the Contractor. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, site clearing shall be considered subsidiary to appropriate bid item. The payment shall include but not be limited to the removing and disposing of objectionable matter from site as indicated above. No direct measurement or payment will be made for the work or equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract. 021040 Rev. 11/1/99 Page 1 of 1 SECTION 021040 SITE GRADING (S-6) 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with Standard Specification Section 021020 (Site Clearing and Stripping). Unless specified otherwise on drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with fill. Fill shall be uniform as to material, density, and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill, that is placed by dumping in a pile or windrow, shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade and in layers not in excess of 6 inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order test rolling to evaluate the uniformity of compaction. All irregularities, depressions, and soft spots which develop shall be corrected by the Contractor. Excess material from excavation, that is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT & PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract. 022022 10/26/2000 Page 1 of 2 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer from all damages and cost that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the center line of trenches and along the longest horizontal distance across. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. 022022 10/26/2000 Page 2 of 2 Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022040 10/26/2000 Page 1 of 2 SECTION 022040 STREET EXCAVATION (S-10) 1. DESCRIPTION This specification shall govern all work for Street Excavation required to complete the project. 2. CONSTRUCTION METHODS (A) Stripping and Excavation Strip the top 6" in all areas to underlay compacted fill, curbs, base or pavement, by removing all humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures within the graded area which interfere with new construction of finished grading. All suitable excavated materials shall be utilized, insofar as practicable, in constructing the required roadway sections or in uniformly widening embankments, flattening slopes, etc., as directed by the Engineer. Unwanted roadway excavation and roadway excavation in excess of that needed for construction shall become the property of the Contractor to be disposed of by him outside the limits of the right-of-way at a location suitable to the Engineer. "Unsuitable" material encountered below subgrade elevation in roadway cuts, when declared unwanted by the Engineer, shall be replaced as directed by the Engineer with material from the roadway excavation or with other suitable material. Maintain moisture and density until covered by the subbase or base. Remove soft or wet areas found at any time, replace with suitable material, and recompact (esp. utility trenches). (B) Subgrade Preparation That area shown on the plans for street construction shall be cut to grade, scarified to a depth not less than 6" and compacted to 95% standard proctor density. Irregularities exceeding 1/2" in 16' shall be corrected. Soft areas found at anytime shall be removed, replaced with acceptable material and compacted (esp. at utility trenches). The correct moisture density relationship shall be maintained. (c) Curb Backfill and Topsoil (Sidewalks, Parkways, Island, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways without delay after completion of concrete work. The top 6" (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finished earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall 022040 10/26/2000 Page 2 of 2 be free of concrete, asphalt, shell, caliche, debris and any other material, which detracts from its appearance or hampers the growth of grass. (D) Matching Grades at Right-of-Way Line Finished grade at the property line shall be as shown on the plans. The Engineer may require a reasonable amount of filling on private property where the sidewalk grade is above the property elevation. Use suitable material from the excavation. Unless otherwise directed, cuts at right-of - way lines shall be made at a slope of 3:1. (E) Drainage During construction, the roadbed and ditches shall be maintained in such condition as to insure proper drainage at all times, and ditches and channels shall be so constructed and maintained as to avoid damage to the roadway section. All slopes that, in the judgment of the Engineer, require variation shall be accurately shaped, and care shall be taken that no material is loosened below the required slopes. All breakage and slides shall be removed and disposed of as directed. 3. SELECTION OF MATERIALS Where shown on plans, selected materials shall be utilized to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately, and deposited in the roadway within limits and at elevations required. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Street excavation shall be measured for pay by the square yard. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022060 10/26/2000 Page 1 of 1 SECTION 022060 CHANNEL EXCAVATION (S-11) 1. DESCRIPTION This specification shall govern all work for Channel Excavation required to complete the project. 2. CONSTRUCTION METHODS Excavated slopes shall be finished in conformance with the lines and grades established by the Engineer. When completed, the average plane of slopes shall conform to the slopes indicated on the plans and no point on completed slopes shall vary from the designated slopes by more than 0.5 foot measured at right angles to the slope, unless otherwise specified. In no case shall any portion of the slope encroach on the roadbed. The tops of excavated slopes and the end of excavation shall be rounded as shown on the plans. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments in accordance with the specification, Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on plans, or as directed, and completed work shall conform to the established alignment, grades and cross sections. During construction, the channel shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. Unwanted channel excavation in excess of that needed for construction shall become the property of the Contractor and removed from the site and properly disposed. 3. SELECTION OF MATERIALS Where shown on plans, selected materials shall be utilized in the formation of embankment or to improve the roadbed, in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately and deposited in the roadway within limits and at elevations required. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, channel excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas or by linear foot of channel as specified. Channel excavation shall include, but not be limited to, excavation, hauling, and disposal. 025404 Rev-3/96 Page 1 of 17 SECTION 025404 ASPHALTS, OILS AND EMULSIONS (S-29) 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back asphalts, emulsified asphalts, other miscellaneous asphaltic materials and latex additives required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of this specification. (1) ASPHALT CEMENT. The asphalt cement shall be homogeneous, shall be free from water, shall not foam when heated to 347 F and shall meet the requirements in Table 1. TABLE 1 Viscosity Grade AC-1.5 AC-3 AC-5 AC-10 AC-20 AC-30 Property Min Max Min Max Min Max Min Max Min Max Min Max Viscosity, 140 F, poises 275 F, poises 100 0.7 200 - 250 1.1 350 - 400 1.4 600 - 800 1.9 1200 - 1600 2.5 2400 - 2400 3.0 3600 - Penetration, 77 F 100 g, 5 sec 250 - 210 - 135 - 85 - 55 - 45 - Flash Point, C.O.C., F 425 - 425 - 425 - 450 - 450 - 450 - Solubility in Trichloroethyle ne, % 99.0 - 99.0 - 99.0 - 99.0 - 99.0 - 99.0 - Spot Test Negative for all grades Tests on Residue from Thin Film Oven Test: Viscosity, 140 F, poises Ductility, 77 F, 5 cm per min., cm - 100 * 450 - - 100 900 - - 100 1500 - - 100 3000 - - 70 6000 - - 50 9000 - *If the ductility at 77 F is less than 100 cm, the material will be acceptable if its ductility at 60 F is more than 100 cm. 025404 Rev-3/96 Page 2 of 17 CAUTION: Heating of asphaltic materials (except emulsions) constitutes a fire hazard. Proper precautions should be used in all cases, especially with RC cutbacks. The utmost care shall be taken to prevent open flames from coming in contact with the asphaltic material or the gases of same. The Contractor shall be responsible for damage from any fires or accidents which may result from heating the asphaltic materials. (2) LATEX MODIFIED ASPHALT. (a) Latex Additive. The latex additive shall be an emulsion of styrene-butadiene low- temperature copolymer in water. The emulsion shall have good storage stability and possess the following properties. Monomer Ratio of Latex, - 73 + 5 -------- butadiene to styrene 27 + 5 Minimum Solids Content, - 45 percent by weight Viscosity of Emulsion at - 2000 77 + 1 F, cps, max (No. 3 spindle, 20 rpm, Brookfield RVT Viscometer) The manufacturer shall furnish the actual styrene-butadiene rubber (SBR) content for each batch of latex emulsion. This information shall accompany all shipments to facilitate proper addition rates. (b) Latex Modified Asphalt Cement. The latex modified asphalt cement shall consist of an AC-5 or AC-10 asphalt cement in accordance with Subarticle 300.2 (1) to which a styrene-butadiene rubber latex has been added. The amount shown is based on latex solids in the finished asphalt cement-latex additive blend. Possible combinations and their intended uses are as follows: Material Use AC-5 + 2% latex solids Surface treatments AC-10 + 2% latex solids Surface treatments or asphaltic concrete AC-10 + 3% latex solids Asphaltic concrete AC-10 + 3% latex solids Asphaltic concrete where maximum(High viscosity blend) high temperature toughness is needed. 025404 Rev-3/96 Page 3 of 17 The finished asphalt cement-latex additive blend shall be smooth, homogeneous, and comply with the requirements in Table 2. TABLE 2 Type - Grade Property AC-5 + 2% Latex Solids AC-10 + 2% Latex Solids AC-10 + 3% Latex Solids AC-10 + 3% Latex Solids (High Viscosity Blend) Minimum SBR content, percent by wt. solids (IR determination)* 2.0 2.0 3.0 3.0 Penetration, 100g, 5 sec, 77 F, min 120 80 75 75 Viscosity, 140 F, poises, minimum 700 1300 1600 2300 Viscosity, 275 F, poises, maximum 7.0 8.0 12.0 12.0 Ductility, 39.2 F, 1cm/min, cm, minimum - - 100 100 Ductility, 39.2 F, 5 cm/min, cm, minimum 70 60 - - Separation of Polymer after 48 hrs. at 325 F None None None None Separation of Polymer after 5 hrs. at 325 F ** None None None None * The asphalt supplier shall furnish the Department samples of the asphalt cement and latex emulsion used in making the finished product. ** Applies in lieu of the 48 hour requirement when the latex modified asphalt is to be used in asphaltic concrete and the latex additive is introduced separately at the mix plant, either by injection into the asphalt line or into the mixer. 025404 Rev-3/96 Page 4 of 17 (c) Latex Modified Cutback Asphalt. The latex modified cutback asphalt shall be a medium curing cutback produced from an asphalt cement to which has been added a styrene- butadiene rubber latex. The latex modified cutback asphalt shall comply with the requirements in Table 3. TABLE 3 Type - Grade MC-2400 Latex Property Min Max Kinematic Viscosity @ 140 F, cst 2400 4800 Water, percent - 0.2 Flash Point, T.O.C., F 150 - Distillation Test: Distillate, percentage by volume of total distillate to 680 F to 500 F - 35 to 600 F 35 80 Residue from Distillation, volume % 78 - Tests on Distillation Residue: Minimum SBR Content percent by wt. solids (IR determination)* 2.0 - Penetration, 100g, 5 sec., 77 F 150 300 Ductility, 5cm/min, 77 F, cm 50 - Solubility in Trichloroethylene, % 99.0 - * The asphalt supplier shall furnish the Department samples of the asphalt cement and latex emulsion used in making the finished product. 025404 Rev-3/96 Page 5 of 17 (3) CUTBACK ASPHALT. Cutback asphalt shall meet the requirements indicated in Tables 4 and 5 for the specified type and grade. TABLE 4 RAPID CURING TYPE CUTBACK ASPHALT Type - Grade RC-250 RC-800 RC-3000 Property Min Max Min Max Min Max Kinematic Viscosity @ 140 F, cst 250 400 800 1600 3000 6000 Water, percent - 0.2 - 0.2 - 0.2 Flash Point, T.O.C., F 80 - 80 - 80 - Distillation Test: Distillate, percentage by volume of total distillate to 680 F to 437 F 40 75 35 70 20 55 to 500 F 65 90 55 85 45 75 to 600 F 85 - 80 - 70 - Residue from distillation, volume % 70 - 75 - 82 - Tests on Distillation Residue: Penetration, 100g, 5 sec., 77 F 80 120 80 120 80 120 Ductility, 5cm/min, 77 F, cm 100 - 100 - 100 - Solubility in Trichloroethylene, % 99.0 - 99.0 - 99.0 - Spot Test Negative for all grades 025404 Rev-3/96 Page 6 of 17 CAUTION: R.C. CUTBACKS ARE EXTREMELY FLAMMABLE! TABLE 5 MEDIUM CURING TYPE CUTBACK ASPHALT Type - Grade MC-30 MC-70 MC-250 MC-800 MC-3000 Property Min Max Min Max Min Max Min Max Min Max Kinematic Viscosity @ 140 F, cst 30 60 70 140 250 500 800 1600 3000 6000 Water, percent - 0.2 - 0.2 - 0.2 - 0.2 - 0.2 Flash Point, T.O.C., F 100 - 100 - 150 - 150 - 150 - Distillation Test: Distillate, percentage by volume of total distillate to 680 F to 437 F - 25 - 20 - 10 - - - - to 500 F 40 70 20 60 15 55 - 35 - 15 to 600 F 75 93 65 90 60 87 45 80 15 75 Residue from Distillation, volume % 50 - 55 - 67 - 75 - 80 - Tests on Distillation Residue: Penetration, 100g, 5 sec., 77 F 120 250 120 250 120 250 120 250 120 250 Ductility, 5cm/min, 77 F, cm 100* - 100* - 100* - 100* - 100* - Solubility in Trichloroethylene, % 99.0 - 99.0 - 99.0 - 99.0 - 99.0 - Spot Test Negative for all grades * If the penetration of residue is more than 200 and the ductility at 77 F is less than 100 cm, the material will be acceptable if its ductility at 60 F is more than 100. 025404 Rev-3/96 Page 7 of 17 (4) EMULSIFIED ASPHALT. Emulsified asphalt shall be homogeneous, shall show no separation of asphalt after thorough mixing and shall meet the requirements for the specified type and grade shown in Tables 6 through 9. TABLE 6 ANIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type - Grade RS-2 RS-2h MS-2 SS-1 SS-1h Property Min Max Min Max Min Max Min Max Min Max Viscosity, Saybolt Furol at 77 F, sec - - - - - - 20 100 20 100 at 122 F, sec 150 400 150 400 100 300 - - - - Sieve Test, % - 0.10 - 0.10 - 0.10 - 0.10 - 0.10 Miscibility (Standard Test) - - - - - - Passing Passing Cement Mixing, % - - - - - - - 2.0 - 2.0 Demulsibility, 35 ml of 0.02 N CaC12, % 60 - 60 - - 30 - - - - Storage Stability, 1 day, % - 1 - 1 - 1 - 1 - 1 Freezing Test, 3 cycles* - - - - Passing Passing Passing Distillation Test: Residue by Distillation, % by weight 65 - 65 - 65 - 60 - 60 - Oil Distillate, % by volume of emulsion - ½ - ½ - ½ - ½ - ½ Tests on Residue from Distillation: Penetration at 77 F, 100 g, 5 sec 120 160 80 110 120 160 120 160 70 100 Solubility in Trichloroethylene, % 97.5 - 97.5 - 97.5 - 97.5 - 97.5 - Ductility at 77 F, 5 cm/min, cm 100 - 80 - 100 - 100 - 80 - * Applies only when the Engineer designates material for winter use. 025404 Rev-3/96 Page 8 of 17 TABLE 7 HIGH FLOAT ANIONIC EMULSIONS Rapid Setting Medium Setting Type - Grade HFRS - 2 AES - 300 Property Min Max Min Max Viscosity, Saybolt Furol at 77 F, sec - - 75 400 at 122 F, sec 150 400 - - Sieve Test, % - 0.10 - 0.10 Coating Ability and Water Resistance: Coating, dry aggregate - - good Coating, after spraying - - fair Coating, wet aggregate - - fair Coating, after spraying - - fair Demulsibility 35 ml of 0.02 N CaCl2, % 50 - - - Storage Stability Test, 1 day, % - 1 - 1 Distillation Test: Residue by Distillation, % by weight 65 - 65 - Oil Distillate, by volume of emulsion, % - ½ - 5 Tests on Residue from Distillation: Penetration at 77 F, 100 g, 5 sec 100 140 300 - Solubility in Trichloroethylene, % 97.5 - 97.5 - Ductility at 77 F, 5 cm/min, cm 100 - - - Float Test at 140 F, sec 1200 - 1200 - 025404 Rev-3/96 Page 9 of 17 TABLE 8 CATIONIC EMULSIONS Rapid Setting Medium Setting Slow Setting Type - Grade CRS-2 CRS-2h CMS-2 CMS-2s CSS-1 CSS-1h Property Min Max Min Max Min Max Min Max Min Max Min Max Viscosity, Saybolt Furol at 77 F, sec - - - - - - - - 20 100 20 100 at 122 F, sec 150 400 150 400 100 300 100 300 - - - - Sieve Test, % - 0.10 - 0.10 - 0.10 - 0.10 - 0.10 - 0.10 Cement Mixing, % - - - - - - - - - 2.0 - 2.0 Demulsibility, 35 ml 0.8 percent sodium dioctyl sulfosuccinate, % 40 - 40 - - - - - - - - - Storage Stability, 1 day, % - 1 - 1 - 1 - 1 - 1 - 1 Coating Ability and Water Resistance: Coating, dry aggregate - - - - good good - - - - Coating, after spraying - - - - fair fair - - - - Coating, wet aggregate - - - - fair fair - - - - Coating, after spraying - - - - fair fair - - - - Particle Charge Test positive positive positive positive positive positive Distillation Test: Residue by Distillation, % by wt 65 - 65 - 65 - 65 - 60 - 60 - Oil Distillate, % by volume of emulsion - ½ - ½ - 7 - 5 - ½ - ½ Tests on Residue from Distillation: Penetration at 77 F, 100 g, 5 sec 120 160 80 110 120 200 300 - 120 160 80 110 Solubility in Trichloroethylene, % 97.5 - 97.5 - 97.5 - 97.5 - 97.5 - 97.5 - Ductility at 77 F, 5 cm/min, cm 100 - 80 - 100 - - - 100 - 80 - 025404 Rev-3/96 Page 10 of 17 TABLE 9 POLYMER MODIFIED EMULSIONS High Float Anionic Cationic Rapid Rapid Setting Setting Type-Grade HFRS-2P CRS-2P Property Min Max Min Max Polymer Content, percent by weight of the distillation residue * 3.0 - 3.0 - Viscosity, Saybolt Furol at 122 F, sec 150 400 150 400 Storage Stability Test, 1 day, % - 1 - 1 Demulsibility, 35 ml of 0.02 N CaCl2, % 40 - - - Demulsibility, 35 ml 0.8 percent sodium dioctyl sulfosuccinate, % - - 40 - Sieve Test, % - 0.10 - 0.10 Particle Charge Test - Positive **Distillation Test: Oil distillate, by volume of emulsion, % - ½ - ½ Residue, % by wt 65 - 65 - Tests on Residue from Distillation: Float Value at 140 F, sec 1200 - - - Penetration, 77 F, 100 g, 5 sec 100 140 110 150 Ductility, 39.2 F, 5 cm/min, cm 50 - 50 - Viscosity at 140 F, poises 1500 - 1300 - Solubility in Trichloroethylene, % 97 - 97 - * The emulsion supplier shall furnish the Department samples of the asphalt cement and polymer used in making the finished emulsion. 025404 Rev-3/96 Page 11 of 17 ** The temperature on the lower thermometer shall be brought slowly to 350 F plus or minus 10 F and maintained at this temperature for 20 minutes. The total distillation shall be completed in 60 plus or minus 5 minutes from the first application of heat. (5) FLUXING MATERIAL. Fluxing material shall be free from foreign matter and shall be comprised of flux oil or a blend of flux oil and aromatic oil. The materials, when tested separately, shall meet the following requirements: (a) Flux Oil. Properties Minimum Maximum Water, weight percent .................................... - 0.2 Kinematic Viscosity, 140 F, cst ..................... 60 200 Flash Point, C.O.C., F .................................... 200 - Loss on Heating, 50 g, 5 hrs at 325 F, weight percent ............................................. - 10 Asphalt Content (100 to 200 Penetration residue by vacuum distillation), weight percent ........................................................ 25 - Pour Point, F .................................................. - 60 (b) Aromatic Oil. Properties Minimum Maximum Water, weight percent .................................... - 0.2 Kinematic Viscosity, 140 F, cst ..................... - 150 Flash Point, C.O.C., F .................................... 250 - Loss on Heating, 50 g, 5 hrs at 325 F, weight percent ............................................ - 12 Pour Point, F .................................................. - 60 The aromatic oil, when blended with a maximum of 30 percent by weight of bitumen recovered from limestone .............................rock asphalt by Test Method Tex-211-F, shall produce a material with a minimum penetration at 77 F of 85. 025404 Rev-3/96 Page 12 of 17 (6) SPECIAL PRECOAT MATERIAL. Special precoat material shall meet the following requirements: Properties Minimum Maximum Water, % ........................................................ - 0.2 Flash Point, C.O.C., F .................................... 200 - Kinematic Viscosity at 140 F, cst .................. 300 500 Distillation to 680 F: Initial Boiling Point, F ................................ 500 - Residue by weight, % ................................ 70 - Residue Penetration, 77 F, 100 g, 5 sec ...... 200 300 (7) CRACKED FUEL OIL. Cracked fuel oil shall meet the following requirements: Properties Minimum Maximum Asphalt Content of 100 Penetration @ 77 F, % ................................................... 65 80 Flash Point, C.O.C., F .................................... 250 - Kinematic Viscosity at 140 F, cst .................. - 550 Loss at 212 F, 20 g, 5 hrs. % .......................... - 3.0 Water and Sediment, % .................................. - 2.0 (8) CRACK SEALER. This section sets forth the requirements for SS-1P polymer modified emulsion ........................................suitable for sealing fine cracks, and a rubber asphalt compound suitable for sealing cracks 1/8 inch or greater width. For cracks on the order of 1/8 inch width, HFRS-2P polymer modified emulsion as described in Section (4), Table 9 of this item may be used. Requirements for SS-1P and rubber-asphalt crack sealing compound are as follows: (a) SS-1P Polymer Modified Emulsion. Specific requirements are as follows: Properties Minimum Maximum Polymer Content, percent by weight of the distillate residue* ........................................ 3.0 - Viscosity, Saybolt Furol at 77 F, sec ............. 30 100 Storage Stability Test, one day, % ................. - 1 Cement Mixing, % ......................................... - 2.0 Sieve Test, % ................................................. - 0.10 Miscibility (Standard Test) ............................ Passing ** Distillation: Oil distillate, by volume of emulsion, % ....... - ½ Residue, % ..................................................... 60 - 025404 Rev-3/96 Page 13 of 17 Requirements on Residue from Distillation: Penetration, 77 F, 100g, 5 sec ........................ 100 140 Ductility, 39.2 F, 5 cm/min, cm ..................... 50 - Solubility in trichloroethylene, % .................. 97 - Viscosity at 140 F, poises .............................. 1300 - * The emulsion supplier shall furnish the Department samples of the asphalt cement and polymer used in making the finished emulsion. ** The temperature on the lower thermometer shall be brought slowly to 350 F plus or minus 10 F and maintained at this temperature for 20 minutes. The total distillation shall be completed in 60 plus or minus 5 minutes from the first application of heat. (b) Rubber-Asphalt Crack Sealing Compound. This may be a proprietary material. The compound shall be capable of being melted and applied at a temperature of 400 F or less by a suitable oil jacketed kettle equipped with a pressure pump, a hose and a nozzle. It shall contain no water or highly-volatile matter. It shall not be tracked by traffic when cooled to road temperature. The rubber-asphalt crack sealing compound shall meet the following requirements: Properties Minimum Maximum Rubber Content, percent by wt. ..................... 22 26 Flash Point, Modified C.O.C., F* .................. 400 - Penetration at 77 F, 150 g, 5 sec ** ............... 30 50 Penetration at 32 F, 200 g, 60 sec ** ............. 12 - * The equipment and procedure shall be as specified in ASTM D 92 with the following modification. Prior to passing the test flame over the cup, agitate the sealing compound with a 3/8 inch to ½ inch wide square-end metal spatula in a manner so as to bring the material on the bottom of the cup to the surface, i.e., turn the material over. This shall be done, starting at one side of the thermometer, moving around to the other, then returning to the starting point, using 8 to 10 rapid circular strokes. The agitation shall be accomplished in 3 to 4 seconds. The test flame shall be passed over the cup immediately after the stirring is completed. This procedure shall be repeated at each successive 10 F interval until the flash point is reached. ** The penetration shall be determined by ASTM D 5 except that the cone specified in ASTM D 217 shall be substituted for the penetration needle. Properties of Rubber Used in Sealer. The rubber shall be one of the following types: Type 1 - Ground tire rubber. Type II - Mixture of ground tire rubber and high natural reclaimed scrap rubber. The natural rubber content, determined by ASTM D 297, shall be a minimum of 25 percent. 025404 Rev-3/96 Page 14 of 17 The ground rubber shall comply with the following gradation requirements when tested by Test Method Tex-200-F, Part 1. U.S. Standard Percent Retained Sieve Size Type I Type II No. 8 0 - No. 10 0-5 0 No. 30 90-100 50-70 No. 50 95-100 70-95 No. 100 - 95-100 The ground rubber shall be free from fabric, wire, cord or other contaminating materials. Packaging. The rubber-asphalt crack sealing compound shall be packaged in boxes which contain two (2) 30-35 pound blocks that are individually packaged in a liner made of polyethylene, or other packaging approved by the Engineer. (9) ASPHALT RECYCLING AGENT. The asphalt recycling agent shall be either a petroleum oil, referred to as recycling agent, or a petroleum oil emulsion, referred to as emulsified recycling agent. These agents may be used alone or the emulsified recycling agent may be used in conjunction with emulsified asphalt having the same particle charge, i.e., a cationic emulsified asphalt must be used with a cationic emulsified recycling agent and an anionic emulsified asphalt with an anionic emulsified recycling agent. The supplier must clearly state whether the emulsified recycling agent being furnished is cationic or anionic. Specific requirements are as follows: (a) Emulsified Recycling Agent. Properties Minimum Maximum Viscosity, Saybolt Furol at 77 F, sec ...................... 15 100 Sieve Test, % ......................................................... - 0.10 Miscibility * ......................................................... No Coagulation Residue, % by wt. ** .............................................. 60 - Test on Residue from Evaporation Test: Flash Point, C.O.C., F ................................. 400 - Viscosity at 140 F, cst ................................. 75 250 Viscosity at 275 F, cst ................................. - 10.0 * Performed according to Test Method Tex-521-C except that 0.02 N calcium chloride solution shall be used in place of water. ** Residue shall be determined by the evaporation method set forth in ASTM D 244, except that the sample shall be maintained at 300 F until foaming ceases, then cooled and weighed. 025404 Rev-3/96 Page 15 of 17 The ability of the residue from the evaporation test to restore the original properties of an aged asphalt cement shall be determined as follows. The residue shall be blended uniformly in the laboratory with a standard 14 to 16 penetration asphalt at a maximum rate of 20 percent by weight of the asphalt. The resulting blend must comply with all the requirements of Subarticle 300.2.(1) for AC-20 asphalt cement. The standard asphalt cement for the above blend shall be obtained by subjecting an AC-20 produced by Fina Oil and Chemical, Big Spring, Texas, meeting all requirements of this Item, to the thin film oven test as specified in Test Method Tex-510-C except that the test period shall be increased so as to obtain the required penetration. (b) Recycling Agent. When recycling agent (petroleum oil) is specified, it shall meet the same requirements indicated above for the Residue from Evaporation Test on emulsified recycling agent. 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Asphaltic materials should be applied at the temperature which provides proper and uniform distribution and within practical limits avoiding higher temperatures than necessary. Satisfactory application should usually be obtained within the recommended ranges shown below. No material shall be heated above the maximum temperatures shown in Table 10. 025404 Rev-3/96 Page 16 of 17 TABLE 10 TYPE - GRADE Application Storage Maximum, F Recommended Maximum Range, F Allowable, F AC-1.5 and AC-3 220-300 350 350 AC-5, 10, 20, 30 275-350 375 400 AC-5 or AC-10 + 2% SBR 300-375 390* 375 AC-10 + 3% SBR 300-350 350 360 RC-250 125-180 200 200 RC-800 170-230 260 260 RC-3000 215-275 285 285 MC-30 70-150 175 175 MC-70 125-175 200 200 MC-250 125-210 240 240 MC-800 175-260 275 275 MC-3000 & MC-2400 Latex 225-275 290 290 SS-1, SS-1h, SS-1P, CSS-1, CSS-1h, recycling agent, emulsified recycling agent 50-130 140 140 RS-2, RS-2h, MS-2, CRS-2, CRS2h, CRS-2P, CMS-2, CMS-2s, HFRS-2, HFRS-2P, AES-300 110-160 170 170 Special Precoat Material 125-250 275 275 Flux Oil - 275 275 Aromatic Oil - 275 275 Cracked Fuel Oil 160-220 260 260 Rubber-Asphalt Crack Sealer 350-375 400 - 025404 Rev-3/96 Page 17 of 17 * AC-5 + 2% SBR and AC-10 + 2% SBR which is designated for surface treatment work may be heated to a maximum temperature of 390 F by the supplier loading through an in-line heater, or, with the Engineer’s permission, these materials may be heated to a maximum of 390 F by the Contractor just prior to application. When any of the SBR-modified asphalt cements are used in asphaltic concrete, the storage temperature at the mix plant should not exceed 350 F. 4. MEASUREMENT AND PAYMENT Asphalts, Oils, and Emulsions shall not be measured for payment, but shall be subsidiary to the appropriate bid item. 025414 Rev 11/3/99 Page 1 of 9 SECTION 025414 AGGREGATE FOR SURFACE TREATMENT AND SEAL COATS (S-35) 1. DESCRIPTION This specification establishes the requirements for aggregate, lightweight aggregate, and precoated to be used in the construction of surface treatments and seal coats. The type of aggregate shall be as specified in the applicable specification. 2. AGGREGATE (1) Materials. Aggregates shall be composed of clean, tough and durable particles of gravel, crushed gravel, crushed stone, crushed slag or natural limestone rock asphalt. These materials shall not contain more than 5 percent by weight of soft particles and other deleterious materials as determined by Test Method Tex-217-F, Part I. The natural limestone rock asphalt aggregate furnished shall have an average bitumen content from 4 to 8 percent by weight of naturally impregnated asphalt, as determined by Test Method Tex-215-F, and shall not contain not more than 2 percent by weight of any one of or combination of iron pyrites, or other objectionable matter, as determined by Test Method Tex-217-F, Part I. No aggregate shall contain a total of more than 5 percent by weight of impurities or objectionable matter listed above. The percent of wear, as determined by Test Method Tex-410-A, for each of the materials shall not exceed 35 percent. The percent of wear on natural limestone rock asphalt aggregate as determined by Test Method Tex-410-A shall be made on that portion of the material retained on the NO. 4 sieve, having a naturally impregnated asphalt content of less than 1 percent. Crushed gravel shall have a minimum of 85 percent of the particles retained on the NO. 4 sieve with at least one crushed face, as determined by Test Method Tex-1413-A. (2) Types. The various types of aggregates are identified as follows: Type A. Type A aggregate shall consist of gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type B. Type B aggregate shall consist of crushed gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type C. Type C. aggregate shall consist of gravel, crushed slag or crushed stone. Type D. Type D aggregate shall consist of crushed gravel, crushed slag or crushed stone. Type E. Type E aggregate shall consist of natural limestone rock asphalt. 025414 Rev 11/3/99 Page 2 of 9 (3) Grades: When tested by Test Method Tex-200-F, Part I, the graduation requirements for the several grades of aggregate shall be as follows: (a) Class A Percent by weight Grade 1: Retained on 7/8" sieve 0 Retained on 3/4" sieve 0 - 5 Retained on 5/8" sieve 85 - 100 Retained on 3/8" sieve 95 - 100 Retained on No. 10 sieve 99 - 100 Grade 2: Retained on 3/4" sieve 0 Retained on 5/8" sieve 0 - 5 Retained on 1/2" sieve 85 - 100 Retained on 3/8" sieve 95 - 100 Retained on 1/4" sieve 99 - 100 Retained on No. 10 sieve 99 - 100 Grade 3: Retained on 5/8" sieve 0 Retained on 1/2" sieve 0 - 5 Retained on 3/8" sieve 85 - 100 Retained on 1/4" sieve 95 - 100 Retained on No. 10 sieve 95 -100 Grade 4: Retained on 1/2" sieve 0 Retained on 3/8" sieve 0 - 5 Retained on 1/4" sieve 95 - 100 Retained on No.10 sieve 99 - 100 Grade 5: Retained on 3/8" sieve 0 Retained on 1/4" sieve 0 - 5 Retained on No. 4 sieve 50 - 100 Retained on No. 10 sieve 99 - 100 (b) Class B Percent by Weight Grade 1: Retained on 1" sieve 0 Retained on 7/8" sieve 0 - 2 Retained on 3/4" sieve 20 - 35 Retained on 5/8" sieve 85 - 100 Retained on 3/8" sieve 95 - 100 Retained on No. 10 sieve 99 - 100 (b) Class B Percent by Weight Grade 2: Retained on 7/8" sieve 0 Retained on 3/4" sieve 0 - 2 Retained on 5/8" sieve 20 - 35 Retained on 1/2" sieve 85 - 100 Retained on 3/8" sieve 95 - 100 Retained on No. 10 sieve 99 - 100 Grade 3: Retained on 3/4" sieve 0 Retained on 5/8" sieve 0 - 2 Retained on 1/2" sieve 20 - 35 Retained on 3/8" sieve 85 - 100 Retained on 1/4" sieve 95 - 100 Retained on No. 10 sieve 99 - 100 025414 Rev 11/3/99 Page 3 of 9 Grade 4: Retained on 5/8" sieve 0 Retained on 1/2" sieve 0 - 2 Retained on 3/8" sieve 20 - 35 Retained on No. 4 sieve 95 - 100 Retained on No. 10 sieve 99 - 100 Grade 5: Retained on 3/8" sieve 0 Retained on 1/4" sieve 0 - 5 Retained on No. 10 sieve 99 - 100 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay-like particles and/or silt present when tested in accordance with Test Method Tex-217-F, Part II. 3. LIGHTWEIGHT AGGREGATE (1) Materials. Aggregate shall be composed predominately of lightweight cellular and granular inorganic materials produced by fuzing raw shale or clay in a rotary kiln under intense heat into predominantly amorphous silicate. All aggregate for use on this project shall be produced from the same plant and source. The dry loose unit weight of coarse lightweight aggregates shall not be less than 35 and shall not exceed 55 pounds per cubic foot unless otherwise specified on the plans. If the unit weight of any shipment of lightweight aggregate differs by more than 4 percent from that of the sample submitted for acceptance tests, the aggregate in the shipment may be rejected. Tests shall be in accordance with Test Method Tex-410-A, Part C. The percent of wear, as determined by Test Method Tex-410-A shall not exceed 35 percent. The Aggregate Freeze Thaw Loss shall not exceed 7 percent when tested in accordance with Texas Test Method Tex-432-A (Tentative). The Pressure Slaking Value shall not exceed 4 percent when tested in accordance with Test Method Tex-431-A, (Tentative). (2) Grades. When tested by Test Method Tex-200-F, Part I, and the gradation requirements for the several grades of aggregate shall be as follows: Percent by Weight Grade 3: Retained on 3/4" sieve 0 Retained on 5/8" sieve 0 - 5 Retained on 1/2" sieve 30 - 50 Retained on 3/8" sieve 85 - 100 Retained on 1/4" sieve 95 - 100 Retained on No. 10 sieve 98 - 100 Grade 4: Retained on 5/8" sieve 0 Retained on 1/2" sieve 0 - 5 Retained on 3/8" sieve 20 - 40 Retained on No. 4 sieve 95 - 100 Retained on No. 10 sieve 98 - 100 Grade 5: Retained on 1/2" sieve 0 Retained on 3/8" sieve 0 - 2 Retained on No. 4 sieve 60 - 80 Retained on No. 10 sieve 98- 100 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay-like particles and/or silt present when tested in accordance with Test Method Tex-217-F, Part II. 025414 Rev 11/3/99 Page 4 of 9 4. PRECOATED AGGREGATES Precoated aggregate shall be aggregates of the type specified, treated (coated or fluxed) with 0.5 to 1.5 percent be weight of precoat material of flux oil meeting the requirements of this specification and the approval of the Engineer. The particular grade of precoated aggregate specified shall meet all requirements of Section 025414.3 (2) prior to the application of the precoat material. (1) Water in a amount not to exceed 3 percent by weight of the mixture may be used in preparing the mixture. The water shall be added as directed by the Engineer during the mixing. In the event water is used in the mixing operation adequate measuring devices shall be used and the water shall be administrative to the mix through as approved spray bar. (2) Physical Properties of the Mixture. The materials may be mixed on the job or at some central mixing plant and shipped ready for use. Mixes that do not remain workable a sufficient period of time or maintain flow qualities such that the precoated aggregate may be satisfactorily spread by normal approved mechanical spreading devices will not be acceptable. Materials that are not uniformly and/or property coated or fluxed, as determined by the Department's standard testing procedures or in the opinion of the Engineer, will not be accepted for use. (3) Materials. Aggregate for precoated aggregate shall be the same as specified in Section 025414.2 (1). The precoat material shall meet the requirements for "Precoated Materials" as specified in the specification, Section 025404 "Asphalts, Oils and Emulsions". The flux oil shall meet the requirement for "Flux Oil" as specified in the specification, Section 025404 "Asphalt, Oils and Emulsions". (4) Types. The various types of precoated aggregates are identified as follows: Type PA: Type PA shall be precoated aggregate consisting of crushed gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type PB: Type PB shall be precoated aggregate consisting of crushed gravel, crushed slag, crushed stone or natural limestone rock asphalt. Type PC: Type PC shall be precoated aggregate consisting of gravel, crushed slag or crushed stone. Type PD: Type PD shall be precoated aggregate consisting of crushed gravel, crushed slag or crushed stone. Type PE: Type PE shall be precoated aggregate consisting of natural limestone rock asphalt. 025414 Rev 11/3/99 Page 5 of 9 5) Grades. When tested by Test Method Tex-200-F, Part I, and the gradation requirements for the several grades of aggregate shall be as follows: (a) Class A Percent by Weight Grade 1: Retained on 7/8" sieve 0 Retained on 3/4" sieve 0 - 5 Retained on 5/8" sieve 85 - 100 Retained on 3/8" sieve 95 - 100 Retained on No. 10 sieve 99 - 100 Grade 2: Retained on 3/4" sieve 0 Retained on 5/8" sieve 0 - 5 Retained on 1/2" sieve 85 - 100 Retained on 3/8" sieve 95 - 100 Retained on 1/4" sieve 99 - 100 Retained on No. 10 sieve 99 - 100 Grade 3: Retained on 5/8" sieve 0 Retained on 1/2" sieve 0 - 5 Retained on 3/8" sieve 85 - 100 Retained on 1/4" sieve 95 - 100 Retained on No. 10 sieve 95 -100 Grade 4: Retained on 1/2" sieve 0 Retained on 3/8" sieve 0 - 5 Retained on 1/4" sieve 95 - 100 Retained on No.10 sieve 99 - 100 Grade 5: Retained on 3/8" sieve 0 Retained on 1/4" sieve 0 - 5 Retained on No. 4 sieve 50 - 100 Retained on No. 10 sieve 99 - 100 (b) Class B Percent by Weight Grade 1: Retained on 1" sieve 0 Retained on 7/8" sieve 0 - 2 Retained on 3/4" sieve 20 - 35 Retained on 5/8" sieve 85 - 100 Retained on 3/8" sieve 95 - 100 Retained on No. 10 sieve 99 - 100 Grade 2: Retained on 7/8" sieve 0 Retained on 3/4" sieve 0 - 2 Retained on 5/8" sieve 20 -35 Retained on 1/2" sieve 85 - 100 Retained on 3/8" sieve 95 -100 Retained on No. 10 sieve 99 - 100 Grade 3: Retained on 3/4" sieve 0 Retained on 5/8" sieve 0 - 2 Retained on 1/2" sieve 20 - 35 Retained on 3/8" sieve 85 - 100 Retained on 1/4" sieve 95 - 100 Retained on No. 10 sieve 99 - 100 025414 Rev 11/3/99 Page 6 of 9 Class "B" Percent by Weight Grade 4: Retained on 5/8" sieve 0 Retained on 1/2" sieve 0 - 2 Retained on 3/8" sieve 20 - 35 Retained on No. 4 sieve 95 - 100 Retained on No. 10 sieve 99 - 100 Grade 5: Retained on 3/8" sieve 0 Retained on 1/4" sieve 0 - 5 Retained on No. 10 sieve 99 - 100 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay-like particles and/or silt present when tested in accordance with Test Method Tex-217-F, Part II. 5. LIGHTWEIGHT AGGREGATE (1) Materials. Aggregate shall be composed predominately of lightweight cellular and granular inorganic materials produced by fuzing raw shale or clay in a rotary kiln under intense heat into predominantly amorphous silicate. All aggregate for use on this project shall be produced from the same plant and source. The dry loose unit weight of coarse lightweight aggregates shall not be less than 35 and shall not exceed 55 pounds per cubic foot unless otherwise specified on the plans. If the unit weight of any shipment of lightweight aggregate differs by more than 4 percent from that of the sample submitted for acceptance tests, the aggregate in the shipment may be rejected. Tests shall be in accordance with Test Method Tex- 410-A, Part C. The percent of wear, as determined by Test Method Tex-410-A shall not exceed 35 percent. The Aggregate Freeze Thaw Loss shall not exceed 7 percent when tested in accordance with Texas Test Method Tex-432-A (Tentative). The Pressure Slaking Value shall not exceed 4 percent when tested in accordance with Test Method Tex-431-A, (Tentative). (2) Grades. When tested by Test Method Tex 200-F,Part I, the gradation requirements for the several grades of aggregate shall be as follows: Percent by Weight Grade 3: Retained on 3/4" sieve 0 Retained on 5/8" sieve 0 - 5 Retained on 1/2" sieve 30 - 50 Retained on 3/8" sieve 85 - 100 Retained on 1/4" sieve 95 - 100 Retained on No. 10 sieve 98 - 100 Grade 4: Retained on 5/8" sieve 0 Retained on 1/2" sieve 0 - 5 Retained on 3/8" sieve 20 - 40 Retained on No. 4 sieve 95 - 100 Retained on No. 10 sieve 98 - 100 025414 Rev 11/3/99 Page 7 of 9 Grade 5: Retained on 1/2" sieve 0 Retained on 3/8" sieve 0 - 2 Retained on No. 4 sieve 60 - 80 Retained on No. 10 sieve 98- 100 The aggregate shall not contain more than 1.0 percent by weight of fine dust, clay-like particles and/or silt present when tested in accordance with Test Method Tex-217-F, Part II. (6) Equipment. A. Mixing Plants. Mixing plants that will not continuously meet all the requirements of this specification shall be condemned. Mixing plant may be either the weight-batching type or the continuous mixing type. Both types of plants shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins and shall consist of the following essentials pieces of equipment: (1) Weigh-batching Type Cold aggregate Bin and Proportioning Device. The cold aggregate bins or aggregate stockpiles shall be of sufficient number and size to supply the amount of aggregate required to keep the plant in continuous operation. The proportioning device shall be such as will provide a uniform and continuous flow of aggregate in the desired proportion to the plant. Dryer. The dryer shall be of the type that continually agitates the aggregate during heating and in which the temperature can be so controlled that aggregate will not be injured in the necessary drying and heating operations required to obtain a mixture of the specified temperature. The burner, or combination of burners, the type of fuel used shall be such that in the process of heating the aggregate to the desired or specified temperatures, no residue from the fuel shall adhere to the heated aggregate. A recording thermometer shall be provided which will record the temperature of the aggregate when it leaves the dryer. The dryer shall be of sufficient size to keep the plant in continuous operation. The dryer will not be required for precoating natural limestone rock asphalt. Screening and Proportioning The screening capacity and size of the bins shall be sufficient to screen and store the amount of aggregate required to properly operate the plant and keep the plant in continuous operation at full capacity. Proper provisions shall be made to enable inspection forces to have easy and safe access to the proper location on the mixing plant where accurate representative samples of aggregate may be taken from bins for testing. Weighing and Measuring Equipment. The weighing and measuring equipment shall be of sufficient capacity and of adequate design for proper batching. The following equipment shall be furnished: 1. Aggregate weigh box and batching scales. 2. Bucket and scales for precoat material or flux oil. A pressure type flow meter may be used to measure the precoat material or flux oil for each batch. 025414 Rev 11/3/99 Page 8 of 9 Mixer. The mixer shall be of the pug mill type, and shall have a capacity of not less than 3000 pounds in a single batch. The number of blades circulation bar that will distribute the precoat material or flux oil quickly and uniformly throughout the mixer. Any mixer that has a tendency to segregate the mineral aggregate or fails to secure a thorough and uniform mixing with the precoat material or flux oil shall not be used. All mixers shall be provided with an automatic time lock that will lock the discharge doors of the mixer for the required mixing period. The dump doors or doors and the shaft seals of the mixer shall be tight enough to prevent the spilling of aggregate or mixture from the pug mill. (2) Continuous Mixing Type Cold Aggregate Bin and Proportioning Device. Same as for weight- batching type of plant. Dryer. Same as for weight-batching type of plant. Screening and Proportioning. Same as for weight-batching type of plant. These requirements shall also apply to materials that are stockpiled and that are proposed for direct use by a continuous mixing plant without the use of plant bins. Aggregate Proportioning Device. The aggregate proportioning device shall be so designed that when properly operated a uniform and continuous flow of aggregate into the mixer will be maintained. Spray Bar for Precoat Materials and Flux Oil. The spray bar the precoat material or flux oil shall be so designed that the material will spray uniformly and continuously into the mixer. Meter for Precoat Materials and Flux Oil. An accurate recording meter for precoat material or flux oil shall be placed in the line leading to the spray bar so that the accumulative amount of precoat material or flux oil being used can be accurately determined. Provisions of a permanent nature shall be made for checking the accuracy of the meter output. Mixer. The mixer shall be of the pug mill continuous type and shall have a capacity of not less than 40 tons of mixture per hour. Any mixer that has a tendency to segregate the aggregate or fails to secure a thorough and uniform mixing of the aggregate with the precoat material of flux oil shall not be used. Heating Equipment for Precoat Material and Flux Oil. Heating equipment for precoat material and flux oil shall be adequate to heat the amount of material required to the desired temperature. The material may be heated by steam coils that shall be absolutely tight. Direct fire heating will be permitted, provided the heater used is manufactured by a reputable concern and there is positive circulation of the liquid throughout the heater. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour chart that will record the temperature of the precoat material or flux oil where it is at the highest temperature. (7) Storage, Proportions and Mixing A. Aggregate Storage. If the mineral aggregates are stored or stockpiled, they shall be handled in such a manner as to prevent segregation, the mixing of the various materials or sizes, and the contamination with foreign materials. The grading of aggregates proposed for use and as supplies to the mixing plant shall be uniform. 025414 Rev 11/3/99 Page 9 of 9 The use of limestone rock asphalt aggregate containing moisture in excess of the saturated surface-dry condition will not be permitted. Excess moisture will be evidenced by visual surface moisture on the aggregate or any unusual quantities of fines clinging to the aggregate. B. Storage and Heating of Precoat or Flux Oil. The precoating or fluxing material storage shall be sampled to meet the requirements of the plant. The materials shall not be heated to a temperature in excess of 250°F. All equipment used in the storage and handling of precoat material or flux oil shall be kept in a clean condition at all times and shall be operated in such manner that there will be no contamination with foreign matter. C. Feeding and Drying of Aggregate. The feeding of various sizes of aggregate, other than natural limestone rock asphalt, to the dryer shall be done through the cold aggregate bin and proportioning device in such a manner that a uniform and constant flow of material in the required proportions will be maintained. The aggregate heated to the temperature necessary to produce a mixture meeting the requirements of Subarticle Section 025414.4 (2), "Physical Properties of the Mixture". D. Proportioning. The proportioning of the various materials entering into the mixture shall be as directed by the Engineer and in accordance with these specifications. Aggregate shall be proportioned by weight using the weight box and batching scales herein specified when the weight- batch type of plant is used and by volume using the aggregate proportioning devices when the continuous mixer type of plant is used. The precoat material of flux oil shall be proportioned by weight or by volume based on weight using the specified equipment. E. Mixing. (1) Batch Type Mixer. In the charging of the weigh box and in the charging of the mixer from the weigh box, such methods or devices shall be used as are necessary to secure a uniform mixture. In introduce the batch into the mixer, the mineral aggregate shall be introduced first; shall be mixed thoroughly, as directed, to uniformly distribute the various sizes throughout the batch before the precoat material or flux oil is added; the precoat material or flux oil shall then be added and the mixing continued until such time that the aggregate is properly coated. This mixing period may be varied, if in the opinion of the Engineer, the mixture is not uniform. (2) Continuous Type Mixer. The amount of aggregate and precoat material or flux oil entering the mixer and the rate of travel through specified grading and percent by weight of precoat material of flux oil will be produced. 6. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, AGGREGATE FOR SURFACE TREATMENT AND SEAL COATS, shall be subsidiary to construction in which these materials are used. 025416 Rev 11/3/99 Page 1 of 2 SECTION 025416 SEAL COAT (S-31) 1. DESCRIPTION This specification shall consist of a surface treatment composed of a single application of asphalt covered with aggregate for the sealing of existing pavements in accordance with this specification. Seal coats shall not be applied when the air temperature is below 60°F and is falling, but may be applied when the air temperature is above 50°F and is rising, the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS (1) Asphaltic Materials. The asphaltic material used shall be AC-5 (Ac-3 in winter) or other approved material as prescribed in the specification, Section 025404 "Asphalts, Oils and Emulsions", whichever is called for on the plans. (2) Aggregate Single Course - The aggregate used shall be Class A, Type A, (Type PA for precoated aggregate), Grade 4 as described in specification Section 025414 "Aggregate For Surface Treatments and Seal Coats". Multiple Course - The aggregate used shall be the same as for single course except Grade 3 and Grade 4 aggregate will be required as shown in the plans and specifications. 3. CONSTRUCTION METHODS The area to be treated shall be cleaned of dirt, dust or other deleterious matter by sweeping or other approved methods. If it is found necessary by the Engineer, the surface shall be lightly sprinkled just prior to the application of asphaltic material. Asphaltic material shall be applied on the cleaned surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly, under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning the work, should the yield on the asphaltic material appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Asphaltic material may be applied for the full width of the seal coat in one application unless the width exceeds 26 feet. Asphaltic material shall not be applied until immediate covering with aggregate is assured. Immediately after the application of asphalt, the aggregate shall be evenly spread over the surface. Mechanical spreading devices shall be of a type approved by the Engineer. The cover material must be evenly and accurately distributed to the end that an even and smooth surface is obtained. Immediately after the aggregate has been applied, the surface shall be adequately raked and broomed to insure uniformity. As soon as proper distribution of aggregate can be 025416 Rev 11/3/99 Page 2 of 2 obtained, the surface shall be flat-rolled having a gross weight of not less than four (4) tons, and not more than ten (10) tons. The Contractor shall so arrange his work that the rolling of all aggregate applied that day shall be completed on the road before daylight. The asphalt and aggregate shall be applied at the approximate rate indicated on plans within the limits of the following schedule as directed by the Engineer. Gallons of Asphalt Aggregate Per Square Yard Cu.Yd. to Sq.Yds. Min. Max. Min. Max. Asphalt Cement ......... 0.15 0.30 1:200 1:100 The Contractor shall be responsible for the maintenance of the surface until the work is accepted by the Engineer. All holes or failures in the seal coat surface shall be repaired by use of additional asphalt and aggregate and all fat or bleeding surfaces shall be covered with approved cover material in such manner that the asphaltic material will not adhere to or be picked up on the wheels of vehicles. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage-heating unit at all times. The temperature of application shall be within the limits recommended in the specification, Section 025404 "Asphalts, Oil and Emulsions", with that being 220 to 300 0F for AC-3 and 275 to 350 0F for AC-5. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the proposal, SEAL COAT will be measured by the square yard in place to the limits shown on the plans and as directed by the Engineer. The payment will include full compensation for cleaning and sprinkling the existing surface; for furnishing, preparing, hauling and placing all materials; for all freight involved; and for all manipulations, labor, tools, equipment and incidentals necessary to complete the work. 026202 Rev 11/9/99 Page 1 of 2 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEM (S-89) 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all equipment, materials, labor, etc., as necessary, except as noted, and accomplish all testing under this specification. 2. MATERIALS Water for filling the line and making tests shall be furnished by the Contractor through a standard meter connection. A meter and gauges for testing shall be supplied by the Contractor. A test pump with appropriate connector points as approved by the Water Superintendent for the installation of meter and gauge shall be furnished by the Contractor. The meter shall be directly connected to the main or pipe being tested by the use of copper tubing or an approved reinforced hose. The meter shall be protected against extreme pressures by the use of a one inch (1") safety relief valve set at the test pressure plus ten pounds per square inch and furnished by the Contractor. 3. TEST PROCEDURE Tests shall be made only after completion of backfill as specified, and not until at least thirty-six (36) hours after the last concrete thrust block has been cast. Each section of pipeline shall be slowly filled with water and the specified test pressure, measured at the point of lowest elevation, shall be applied. During the filling of the pipe, and before applying the specified test pressure, all air shall be expelled from the pipeline. During the test, all exposed pipe, fittings, valves, hydrants, and joints shall be carefully examined. If found to be leaking, they shall be corrected immediately by the Contractor. If the leaking is due to cracked or defective material, the defective material shall be removed and replaced by the Contractor with sound material. All pipes shall be subjected to two hydrostatic tests. The first hydrostatic test shall be a two-hour test at a pressure of 150 P.S.I. The second test shall be no less than 48 hours after successful completion of the first hydrostatic test. The second hydrostatic test shall be for a 24-hour period at City operating pressure for waterlines or at 50 P.S.I. for sanitary sewer force mains. 026202 Rev 11/9/99 Page 2 of 2 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L = SD(P)1/2 or L = ND(P)1/2 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L = ND(P)1/2 4,000 PVC Pipe - Uni-bell equation 99 L = ND(P)1/2 7,400 WHERE L = Maximum Allowable Leakage (Gal./Hr.) S = Length of Pipe Tested (Feet) N = Number of Joints in Tested Line (Pipe & Fittings) D = Nominal Diameter of Pipe (In.) P = Average Test Pressure (P.S.I.) If the pressure system fails to meet the leakage requirements, the Contractor shall make the required repairs to the system and the system shall be retested. This procedure shall be repeated until the system complies with leakage requirements. The cost of each retest shall be $100. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Hydrostatic Testing of Pressure Syatem will not be measured for pay, but shall be subsidiary. 026210 Rev 11/10/99 Page 1 of 2 SECTION 026210 POLYVINYL CHLORIDE PIPE (S-83) (AWWA C900 & C905 Pressure Pipe for Municipal water Mains and Sanitary Sewer Force Mains) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all PVC pipe (AWWA C900 and C905) required to complete the project. 2. MATERIAL PVC pipe shall be made of Class 12454-A or Class 1245-B virgin compounds, as defined in ASTM D1784 with an established hydrostatic-design-basis of 4000 p.s.i for water at 73.4° F. 3. DIMENSIONS Pipe shall be manufactured to cast iron pipe equivalent outside diameters. 4. JOINT Pipe shall have a gasket bell end with a thickened wall section integral with the pipe barrel. The use of solvent weld pipe shall not be allowed. 5. GASKETS Gaskets for jointing pipe shall be in accordance with ASTM F477. (High Head) 6. PIPE PRESSURE CLASS AND DIMENSION RATION Unless indicated otherwise on the drawings pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size Designation 4" to 12" AWWA C900 Over 12" AWWA C905 7. CAUSE FOR REJECTION Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Rev 11/10/99 Page 2 of 2 8. CERTIFICATION The contractor shall furnish in duplicate to the Engineer a copy of the manufacturer's affidavit of compliance with this specification, to include gaskets. Certification shall accompany each delivery of materials. 9. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, PVC pipe (AWWA C900 or C905) will not be measured for pay but shall be subsidiary to the appropriate item of work for waterline or sanitary force main, etc. 026214 10/92 Page 1 of 1 SECTION 026214 GROUTING ABANDONED UTILITY LINES (S-3) 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines. 2. MATERIALS Raw Soil: Soil shall be typical clayey soil of the area. It shall be from the project site or other approved source not suspected of being contaminated. The soil shall have a Plasticity Index over 15 and a Liquid Limit not to exceed 65. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. Water: Water shall be potable. 3. CONSTRUCTION METHODS Mix Design: The following is given as a typical mix design for trial mix. The mix design is based on damp soil with initial water content of about 15%. The proportions of soil and lime shall not be altered. The Contractor shall determine the amount of water to be added as required to produce a mix at its liquid limit. Trial Mix Design: Damp Soil 1000 lb. Lime 50 lb. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. Placement: The Contractor shall grout abandoned lines as indicated on the drawings. Temporary pumping and venting ports shall be placed as required to provide complete filling of the abandoned line and proper placement of the grout. If segregation or "sand packing" is experienced during pumping, the Contractor shall reduce water content of mix or obtain other soil source, as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Grouting Abandoned Utility Lines shall be measured by the linear foot. Payment shall include all equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026402 Rev 11/11/99 Page 1 of 5 SECTION 026402 WATERLINES (S-88) 1. DESCRIPTION This specification, in conjunction with the City of Corpus Christi's Water Distribution System Standards, shall govern all work necessary for the installation of all waterline facilities required to complete the project. 2. MATERIALS Concrete: Concrete shall have a minimum compressive strength of 2000 PSI. Bedding Sand for Encasement: Sand shall be granular soil of low plasticity such that 100% pass a #4 sieve and no more than 10% pass a #200 sieve and the PI shall not exceed 10. Soils with a Unified Classification of SW and SP, or AASHTO Classification of A3, and some A2 soils shall be required. Polyvinyl Chloride Pipe: See Standard Specification Section 026210. Tapping Sleeves and Valves: See Standard Specification Section 026409. Gate Valves for Waterlines: See Standard Specification Section 026411. Fire Hydrants: See Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS a) General: The Contractor shall be responsible for the safe storage of all material furnished to, or by him, and accepted by him, until it has been incorporated in the completed project. All material found during the progress of the work to have cracks, flaws or other defects will be rejected, and the Contractor shall remove such defective material from the site of the work. b) Unloading and Distribution of Materials at Work Site: Pipe and other materials shall be unloaded at point of delivery, hauled to and distributed at the job site by the Contractor. Materials shall at all times be handled with care and in accordance with manufacturer's recommendations. Care shall be taken not to scratch PVC pipe. Excessive scratching shall be considered cause for rejection of PVC pipe. Materials may be unloaded opposite or near the place where it is to be installed provided that it is to be 026402 Rev 11/11/99 Page 2 of 5 incorporated into the work within 10 days. The Contractor shall not distribute material in such a manner as to cause undue inconvenience to the public. c) Storing Materials: Materials that are not to be incorporated into the work within 10 days shall be stored on platforms. The interior of pipes and accessories shall be kept free from dirt and foreign matter. (2) ALIGNMENT AND GRADE a) General: All pipes shall be laid and maintained to the required lines and grades. Fittings, valves and hydrants shall be at the required locations with joints centered, spigots home and all valve and hydrant stems plumb. Temporary support and adequate protection of all underground and surface utility structures encountered in the progress of the work shall be furnished by the Contractor. Where the grade or alignment of the pipe is obstructed by existing utility structures such as conduits, ducts, pipes, connections to sewers or drains, the obstruction shall be permanently supported, relocated, removed, or reconstructed by the Contractor at the Contractor's expense, in cooperation with the owners of such utility structures. b) Deviation from Drawings: No deviation from the line and grade shown on plans may be made without the written consent of the Engineer. c) Depth of Cover: Depth of cover will be measured from the established street grade or the surface of the permanent improvement, or from finished grade to the top of the pipe barrel. Unless otherwise shown on drawings, the minimum depth of cover shall be 36 inches. (3) TRENCH EXCAVATION AND BACKFILL See Standard Specification Section 022020-T, Excavation and Backfill for Utilities and Sewers. (4) POLYETHYLENE WRAPPING All ductile or cast iron pipe, valves and fittings, except pipe or valves which are laid in encasement pipe or in concrete valve boxes, shall be wrapped in polyethylene. The polyethylene material shall have a thickness of 8 mils and may be either clear or black. The wrapping shall be lapped in such manner that all surfaces of pipe valves and fittings, including joints, shall have a double thickness of polyethylene. If a single longitudinal lap is made, using a double thickness of polyethylene, it shall be lapped a minimum of 18 inches and the lap shall be placed in the lower quadrant of the pipe and in such a manner that backfill material cannot fall into the lap. The polyethylene shall be secured in place with binder twine at not more than 6-foot intervals. If wrapping is applied before the pipe is 026402 Rev 11/11/99 Page 3 of 5 placed in the trench, then special care shall be taken in handling the pipe so that the wrapping will not be damaged. Care shall also be exercised in backfilling around the pipe and fittings and in blocking fittings so as not to damage the wrapping. Any wrapping that may be damaged shall be repaired in a manner satisfactory to the Engineer and so as to form the best protection to the pipes. (5) SAND ENCASEMENT All pipe and fittings that are not enclosed in concrete valve boxes, or laid in encasement pipe, shall be completely encased with a minimum of eight inches of sand. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with a minimum of eight inches of sand to insulate the pipe from the natural ground and from the backfill. The sand shall be compacted to a minimum of 90% Standard Proctor. Sand shall be placed in a manner that will not injure the polyethylene wrapping and shall be compacted under, around the side, and over the pipe in a manner that will reduce settlement to a minimum and as approved by the Engineer. In order to reduce the amount of sand required, the trench bottom may be excavated in a rounded manner so as to maintain at least a minimum of eight inches of sand between the excavation and the pipe. (6) LOWERING PIPE AND ACCESSORIES IN THE TRENCH a) General: The trench shall be excavated true and parallel to the pipe center line with a minimum clearance of eight inches below the pipe bottom and with a like clearance from the bottom of the bell to the bottom of the bell hole. The trench will then be refilled to the proper grade with sand as specified. The placing of the encasing material shall be done in such a manner so as to be free of all natural soil rock or other foreign matter. After final grading in the trench of the encasing material, bell holes shall be excavated at each joint. Proper implements, tools and facilities satisfactory to the Engineer shall be provided and used by the Contractor for the safe and efficient execution of the work. All pipe, fittings, valves, hydrants and accessories shall be carefully lowered into the trench by means of a derrick, ropes, or other suitable equipment, in such a manner as to prevent damage to pipe and fittings. Under no circumstances shall pipe or accessories be dropped or dumped into the trench. b) Inspection of Pipe and Accessories: The pipe and accessories shall be inspected for defects prior to lowering in the trench. Any defective damage or unsound pipe shall be replaced. 026402 Rev 11/11/99 Page 4 of 5 c) Clean Pipe: All foreign matter, or dirt, shall be removed from the interior of the pipe prior to lowering into the trench. Pipe shall be kept clean both in and out of the trench at all times during the laying. (7) JOINTING PIPES All pipes shall be made up in accordance with manufacturer's recommendation. Pipe deflection shall not exceed 75% of the maximum amount recommended by the manufacturer. (8) CONCRETE THRUST BLOCKS Thrust backings shall be applied at all bends, tees, incomplete crosses and blow-offs, except at anchored fittings. The size and shape of the thrust blocking shall be as shown on the plans. Materials for the backings shall be minimum 2,000 psi concrete and shall be placed between solid ground and the fittings to be anchored. The sizes of thrust blocking is indicated on the drawings. The backing shall be placed so that the pipe and fitting joints will be accessible for repair. Temporary thrust blocks, or other means of carrying thrust loads generated by hydrostatic testing shall be provided at all ends of lines to be tested. Details of the end connections and method of temporary blocking shall be submitted to the Engineer for approval. After satisfactory completion of the hydrostatic test, this temporary blocking shall be removed so that connections may be made with existing lines. This work is subsidiary to waterline installation and no separate payment will be made for it. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent movement when soil conditions would not withstand thrust blocking. Steel rods and clamps shall be galvanized, or otherwise rust proofed or coated with hot coal tar enamel, then wrapped with two layers of polyethylene wrapping. (10) STERILIZATION a) Fittings: Valves, hydrants and fittings shall be stored on timbers and kept clean. Where soil or other substance has come in contact with the water surfaces of the fittings, the interior shall be washed and sterilized with 2% solution of calcium hypochlorite. b) Pipe: As each joint of pipe is laid, the Contractor, unless otherwise specified by the Engineer, shall throw powdered calcium hypochlorite (70%) through the length of the joint (One pound for each 1,680 gallons of water to give 50 ppm). When the line is complete, and before testing, same shall be slowly filled with water between valves and 026402 Rev 11/11/99 Page 5 of 5 allowed to stand for 48 hours. After sterilization period is completed, lines shall be flushed by the Contractor under the direct supervision of a representative of the City Water Department. The Engineer will take same test two hours after refilling. If the sample does not pass State Health Department purification standards, the procedure shall be repeated. The entire procedure shall be coordinated under the supervision of the Water Division Superintendent/Engineer. During sterilization process, valves shall be operated only under the supervision of the Water Division Superintendent/Engineer. There shall be a base fee of $100 paid by the Contractor to the City for each retest that is required. (11) HYDROSTATIC TESTING WATER SYSTEM See Standard Specification Section 026202, Hydrostatic Testing of Pressure System. (12) WATER SERVICE CONNECTIONS See Standard Specification Section 26404, Water Service Connections. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Waterlines will be measured by the linear foot for each size installed. Payment shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, thrust blocking, backfill, all labor, materials, equipment, and incidentals required to complete the work. 026409 Rev 11/12/99 Page 1 of 1 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES (S-84) 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing of tapping sleeves, sleeves and valves. Required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI B 16.1 outlet flange of cast iron, ductile iron, or stainless steel. Sleeves shall be of ductile iron, gray cast iron, or 304 or 316 stainless steel. Lugs, bolts, washers, and nuts shall be of 304 or 316 stainless steel. Iron sleeves shall be of the mechanical joint or caulked joint type as manufactured by Mueller, Clow, or approved equal. Stainless steel sleeves shall be of the compression gasket type capable providing full support of the tapped pipe as manufactured by Ford, Smith Blair, Romac, or approved equal. Gasket materials shall be of material suitable for potable water systems. Tapping sleeves shall be sized for the type and size of pipe to be tapped. The class of asbestos cement pipe that will most likely be encountered in the water will be class 200 for pipes 6" in diameter and less, and class 150 for larger pipes. It should be understood that existing pipes to be tapped might not be of the type of material and/or size that is shown on the drawings. The proper size and type of tapping sleeve shall be provided and installed regardless of what is encountered. Tapping Valves shall conform to AWWA Standards and City Standard Details. Valve boxes shall be as described in City Standard Details. 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Details, and Section 022020-T "Excavation and Backfill for Utilities and Sewers". 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Tapping sleeves and Tapping sleeves shall be made on a per each basis and shall include payment for all labor, material, and equipment for installation of the fittings and all other related items such as bolting, wrapping, sand encasing, valves complete in place including joint materials and cast iron valve box, box extension, cover, concrete collar, all as required to install the valves as indicated and specified. 026411 Rev 11/12/99 Page 1 of 3 SECTION 026411 GATE VALVES FOR WATER LINES (S-85) 1. DESCRIPTION This specification shall govern all work necessary to provide all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Values All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C500 of AWWA Standard C-509 except for changes or additions as follows: (Note: Valves manufactured by the Mueller Co., Eddy-Iowa Division of James B. Clow & Son., Darling Valve & Manufacturing Co., and the Rensselaer Valve Company are acceptable provided they comply with these specifications.) 1) The gate valves shall be double disc with parallel or tapered seats (C500) or resilient wedge (C-509) and non-rising stems. 2) Valve ends shall be flanged or mechanical joint type or a combination of these as indicated or specified. A complete set of joint materials shall be furnished with each valve, except for bell ends and flanges. 3) Valves 16" and larger shall be furnished for horizontal installation. 4) Stem seals shall be the O-ring type on valves through 12". Valves 16" and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18" shall have the main valve stem furnished with a combination hand wheel and operating nut. 6) Tapping valves to be used with tapping saddles shall have one end mechanical joint. 7) The minimum number of turns to open as applied to the operating nut for valves through 12" shall be as set out in Table 3 (AWWA C500) and for valves 16" and larger as follows: 16 inch - 96 turns to open 20 inch - 128 turns to open 24 inch - 152 turns to open 30 inch - 186 turns to open 36 inch - 222 turns to open 026411 Rev 11/12/99 Page 2 of 3 8) All valves shall be equipped with bronze hooks or wedge pins. All valves 16 inches in diameter and above shall be equipped with bevel gears, bronze rollers, bronze tracks, bronze scrapers and bronze hooks or wedge pins. 9) All gears shall be in oil filled extended type gear cases. 10) No position indicator will be required. 11) Bypass valves shall be installed on valves 20" in diameter and larger. 12) Within 30 days after award of contract, the Contractor shall submit in triplicate, for approval, the following: a) Certified drawings of each size and type of valve 16" and larger showing principal dimensions, construction details, and materials used. b) On all size valves, the composition of bronze to be offered for various parts of the valve, complete with minimum tensile strength in p.s.i., the minimum yield strength in p.s.i., and the minimum elongation in 2" per cent. Cast Iron Valve Boxes Cast iron valve boxes shall be provided overall operating nuts of gate valves 12" and smaller. The word "WATER" shall be cast in the top cover. The boots shall be hemispherical in shape and shall fit the particular valve size. The boxes and lids shall be given a coat of hot tar dip. Valve boxes shall be hemispherical in shape and shall measure 10" inch at the bottom diameter. The valve box shall have 1" inch wide by " inch thick rim around the middle 4" inches from the top. It shall have a 6" inch inside diameter bell type top extension with a 7" inch by 7 1/8" inch tapered bell of 1" inch depth. The vertical distance from the bottom of the extension to the top of the bell shall be 11" inches. The casting shall be free of defects with all mold marks and defects ground off. The valve box shall have 1 coat of hot tar dip. The extension pipe of the valve box described above shall be eight 8" plastic (SDR 35). 3. CONSTRUCTION METHODS GATE VALVES Gate valves shall be installed as indicated on the drawings. 026411 Rev 11/12/99 Page 3 of 3 Cast Iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street R.O.W., the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set 12" below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Gate Valves for Waterlines shall be measured as a unit for each gate valve and valve box installed. Payment shall include the costs for furnishing and installing the valves complete in place including joint materials and cast iron valve box, box extension, cover, concrete collar, all as required to install the valves as required. 027203 Rev 11/12/99 Page 1 of 2 SECTION 027203 VACUUM TESTING OF SANITARY SEWER MANHOLE AND STRUCTURES 1. DESCRIPTION This specification governs all work and materials necessary to perform vacuum testing of new or existing sanitary sewer manholes. Manholes may be tested after installation with all connections (existing and/or proposed) in place. Vacuum testing may be performed prior to or after backfilling by the installer. Final acceptance in accordance with the requirements of this specification will consist of vacuum testing of the completed and installed structure (manhole) in place to include manhole/adjustment rings and manhole casting. 2. MATERIALS Vacuum testing shall consist of a minimum of the following: (a) Engine (b) Vacuum Pump (c) Hose (d) Test Head device capable of sealing opening in manhole casting as required. (e) Pneumatic test plugs - these plugs shall have a sealing length equal to or greater than the diameter of the connecting pipe to be sealed. 3. PROCEDURE (a) The test head shall be placed at the top of the manhole in accordance with the manufacturer’s recommendations. (b) A vacuum of 10 in. of mercury shall be drawn on the manhole, the valve on the vacuum line of the test head closed, and the vacuum pump shut off. The time shall be measured for the vacuum to drop to 9 in. of mercury. (c) The manhole shall pass if the time for the vacuum reading to drop from 10 in. of mercury to 9 in. of mercury meets or exceeds the values indicated in Table 1. (d) If the manhole fails the initial test, necessary repairs shall be made by an approved method. The manhole shall then be retested until a satisfactory test is obtained. TABLE 1 Minimum Test Times for Various Manhole Diameters (ASTM C1244) 027203 Rev 11/12/99 Page 2 of 2 Depth Diameter, in. (Ft) 42 48 54 60 72 Time, s 8 17 20 23 26 33 10 21 25 29 33 41 12 25 30 35 39 49 14 30 35 41 46 57 16 34 40 46 52 67 18 38 45 52 59 73 20 42 50 53 65 81 22 46 55 64 72 89 24 51 59 64 78 97 26 55 64 75 85 105 28 59 69 81 91 113 30 68 74 87 98 121 4. TESTING AND CERTIFICATION (a) Testing shall be done by the Contractor and witnessed by the Engineer or his representative. All manholes and structures shall be tested as finished and completed for final acceptance. (b) ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Vacuum Testing of Sanitary Manholes will not be measured for pay. Such items shall be considered subsidiary to pay items applicable for Standard Sanitary Sewer Manholes and Structures complete and in place. 027604 4/26/97 Page 1 of 1 SECTION 027604 DISPOSAL OF WASTE FROM SANITARY SEWER CLEANING OPERATIONS 1. DESCRIPTION This specification governs all work required for disposal of waste from sewer cleaning operations required to complete the project. 2. METHODS Sewer grit, rubble, dislodged bricks and other such inorganic waste that is removed during cleaning shall not be allowed to continue down stream of the operation. Organic solids that remain in suspension would be allowed to continue down stream through the sanitary sewer system. A weir or other suitable trap shall be installed and maintained by the Contractor for the collection of such waste. This material shall be de-watered and delivered by the Contractor to a facility that is authorized to receive it. If this material is free of organic sludge and is sufficiently de-watered to pass the paint filter test, it would be acceptable for disposal at the Elliott Sanitary Landfill subject to prior approval of the facility and the associated disposal fees. The Contractor has the option of using the City’s de-watering facilities. The City has six drying beds, each with a 1-foot high containment wall each with an area of about 2,300 square feet. These drying beds are at the Greenwood Wastewater Treatment Plant, 1541 Saratoga. The Contractor would be required to haul and handle the material to, at and from the facility as well as the restoration of drying beds. Restoration of the drying beds includes the removal of all the de- watered material and the replacement of the existing sand bed with new sand. All work required within the treatment plant, including the replacement of sand shall be in accordance with the requirements set forth by the Plant Supervisor. The use of the drying beds would be subject to prior approval of the facility and the associated de-watering fees. If the City’s facilities are used for de-watering or disposal of waste, the Contractor shall be responsible for making contact with the appropriate Solid Waste or Wastewater Officials or both, making all arrangements for the use of City facilities, scheduling of delivery and pickup, etc. Materials and handling operations shall meet the requirements set forth by said Officials. Failure to meet these requirements shall be cause for rejection of the materials by either the landfill or the treatment plant operations. Proper disposal of this waste shall be responsibility of the Contractor. The Contractor shall provide the Engineer with written documentation of the proper disposal of this waste. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, this work shall be considered subsidiary to the particular items required by the plans and the contract. 032020 Rev. 5/18/01 Page 1 of 6 SECTION 032020 REINFORCING STEEL (S-42) 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforcing steel, deformed and smooth, of the size and quantity designated on the plans and in accordance with these specifications. 2. MATERIALS Unless otherwise designated on the plans, all bar reinforcement shall be deformed, and shall conform to ASTM Designation: A 615, Grades 40, 60 and 75, and shall be open hearth, basic oxygen, or electric furnace new billet steel. Large diameter new billet steel (Nos. 14 and 18), Grade 75, will be permitted for straight bars only. Where bending of bar sizes No. 14 or No. 18 of Grades 40 and 60 is required, bend testing shall be performed on representative specimens as described for smaller bars in the applicable ASTM Specification. The required bend shall be 90 degrees around a pin having a diameter of 10 times the nominal diameter of the bar. Spiral reinforcement shall be smooth (not deformed) bars or wire of the minimum diameter shown on the plans, and shall be made by one or more of the following processes: open hearth, basic oxygen, or electric furnace. Bars shall be rolled from billets reduced from ingots and shall comply with ASTM, Designation: A 306, Grade 65 minimum (Referenced to ASTM Designation: A 29 is voided. Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 40 or 60, except for deformations. Wire shall be cold-drawn from rods that have been hot-rolled from billets and shall comply with ASTM Designation: A 185. In cases where the provisions of this specification are in conflict with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel, when it is to be welded. The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification is as follows: Nominal 032020 Rev. 5/18/01 Page 2 of 6 Bar Size Number Diameter In. Nominal Area Sq. In. Weight Per Linear Foot 2 0.250 0.05 0.167 3 0.375 0.11 0.376 4 0.500 0.20 0.668 5 0.625 0.31 1.043 6 0.750 0.44 1.502 7 0.875 0.60 2.044 8 1.000 0.79 2.670 9 1.128 1.00 3.400 10 1.270 1.27 4.303 11 1.410 1.56 5.313 14 1.693 2.25 7.6 18 2.257 4.00 13.60 Smooth round bars shall be designated by size number through No. 4. Smooth bars above No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between number and diameter, in inches, shall apply unless otherwise specified: Gauge Number Equivalent Diameter Inches Gauge Number Equivalent Diameter Inches 0 0.3065 8 0.1620 1 0.2830 9 0.1483 2 0.2625 10 0.1350 3 0.2437 11 0.1205 4 0.2253 12 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 3. BENDING 032020 Rev. 5/18/01 Page 3 of 6 The reinforcement shall be bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90° and greater in stirrups, ties and other secondary bars that enclose another bar in the bend. Grade 40 Grade 60 #3, #4, #5 3d 4d #6, #7, #8 4d 5d All bends in main bars and in secondary bars not covered above. Grade 40 Grade 60 Grade 75 #3 thru #8 5d 6d -- #9, #10 5d 8d -- #11 5d 8d 8d #14, #18 10d 10d -- 4. TOLERANCES Fabricating Tolerances for bars shall be within 3% of specified or as follows: 5. STORING 032020 Rev. 5/18/01 Page 4 of 6 Steel reinforcement shall be stored above the surface of the ground upon platforms, skids, or other supports and shall be protected as far as practicable from mechanical injury and surface deterioration caused by exposure to conditions producing rust. When placed in the work, reinforcement shall be free from dirt, paint, grease, oil, or other foreign materials. Reinforcement shall be free from injurious defects such as cracks and laminations. Rust, surface seams, surface irregularities or mill scale will not be cause for rejection, provided the minimum dimensions, cross-sectional area and tensile properties of a hand wire crushed specimen meets the physical requirements for size and grade of steel specified. 6. SPLICES No splicing of bars, except when provided on the plans or specified herein, will be permitted without written approval of the Engineer. Splices not provided for on the plans will be permitted, but not included for measurement, in Grade 40 bars only, sizes No. 8 and smaller, subject to the following: For bars exceeding 40 feet in plan length, the distance center to center of splices shall not be less than 40 feet and no individual bar length shall be less than 10 feet. Splices will not be permitted in bars less than 40 feet in plan length. Splices which are not shown on the plans, but permitted hereby, shall be made in accordance with Table 1 below. The specified concrete cover shall be maintained at such splices and the bars placed in contact and securely tied together. Splices will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars will be staggered a minimum of two splice lengths. TABLE 1 Minimum Lap Requirements Lap Uncoated Coated Lap in inches > 40d 60d Where d = Bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship, and inspection shall conform to the requirements of the plans and of the specifications. All splices shall be of such dimension and character as to develop the full strength of bar being spliced. End preparation for butt welding reinforcing bars, shall be done in the field. Delivered bars shall be 032020 Rev. 5/18/01 Page 5 of 6 of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 diameter lap with the new bars. For extensions with more than one foot of fill, a minimum of 6 inch lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses, shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one-twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch. Vertical stirrups shall always pass around the main tensions members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre-cast mortar or concrete blocks. For approval of plastic spacers on project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be sited at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only, need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Pre-cast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustrum of a cone or pyramid with the smaller face placed against the forms. A suitable tie wire shall be provided in each block, to be used for anchoring to the steel. Except in unusual cases, and when specifically otherwise authorized by the Engineer, the size of the surface to be placed adjacent to the forms shall not exceed two and one-half inches square or the equivalent thereof in cases where circular or rectangular areas are provided. Blocks shall be cast accurately to the thickness required, and the surface to be placed adjacent to the forms shall be a true plane free of surface imperfections. 032020 Rev. 5/18/01 Page 6 of 6 Reinforcement shall be supported and tied in such manner that a sufficiently rigid case of steel is provided. If the cage is not adequately supported to resist settlement or floating upward of the steel, overturning of truss bars, or movement in any direction during concrete placement, permission to continue concrete placement will be withheld until corrective measures are taken. Sufficient measurements shall be made during concrete placement to insure compliance with the first paragraph of this specification. Mats of wire fabric shall overlap each other sufficiently to maintain a uniform strength and shall be fastened securely at the ends and edges. No concrete shall be deposited until the Engineer has inspected the placement of the reinforcing steel and given permission to proceed. 8. MEASUREMENT AND PAYMENT Reinforcing steel is considered subsidiary to the various items shown in the proposal and shall not be measured and paid for as a separate item. 055420 Rev 11/24/99 Page 1 of 2 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS (S-57) 1. DESCRIPTION This specification shall govern for the furnishing and installation of frames, grates, rings and covers for inlets, manholes and other structures in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A 36. 2. MATERIALS Welded steel grates and frames shall conform to the member size, dimensions and details shown on the plans and shall be welded into an assemble in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A 36. Castings, whether Carbon-Steel, Gray Cast Iron or Ductile Iron shall conform to the shape and dimensions shown in the plans and shall be clean substantial castings, free from burnt-on sand and shall be reasonable smooth. Runners, risers, fins, and other cast-on pieces shall be removed from the castings and such areas ground smooth. Bearing surfaces between manhole rings and covers or grades and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the facilitate subsequent identification at installation. Steel castings shall conform to the requirements of specifications for "Mild to Medium Strength Carbon Steel Castings for General Application", ASTM Designation: A 27. Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of "Gray Iron Castings", ASTM Designation: A 48, Class 30. Ductile iron castings shall conform to the requirements of "Ductile Iron Castings", ASTM Designation: A 536. Grade 60-40-18 shall be used otherwise specified. 3. CONSTRUCTION METHODS Frames, grates, rings and covers shall be constructed of the materials as specified and in accordance with the details shown on the plans and shall be placed carefully to the lines or grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the applicable section of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a 055420 Rev 11/24/99 Page 2 of 2 commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. Painting on gray iron castings will not be required, except when used in conjunction with structural steel shapes. Commercial grade galvanized bolts and nuts shall be used. The zinc coating shall be uniform in thickness, smooth and continuous. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Frames, grates, rings and covers shall not be measured for payment. 16010 - Electrical General Requirements Page 1 of 9 SECTION 16010 ELECTRICAL GENERAL REQUIREMENTS PART 1 - GENERAL A. SCOPE 1. The Contractor shall submit his bid on the basis of executing all electrical work as hereinafter specified, as indicated on the drawings, or as necessary to provide a complete and usable system. 2. All items of labor, material or equipment not required in detail by the specifications or drawings, but incidental to, or necessary for, the complete installation and proper operation of all phases of work described herein, or reasonably implied in connection with, shall be furnished as if called for in detail by the specifications or drawings. 3. The Contractor shall also install all electrical equipment furnished under other Divisions of this specification, and shall furnish and install all labor and material to make electrical connections to this equipment. B. APPROVAL OF EQUIPMENT AND MATERIALS 1. Manufacturer's data and descriptive literature for each item listed under Submittal Data in all sections of Division 16 shall be submitted to the owner, or his designated representative, for approval as soon as practical, but not later than 30 days after the award of the contract. 2. Wherever a brand name or names are mentioned in the specifications and/or indicated on the drawings, they shall be understood to be followed by the words "or approved equal" unless otherwise noted. 3. The Contractor shall be responsible for and bear the costs of all changes in his work and the work of other trades made necessary by the use of products and systems other than those of the first named basic manufacturers and systems specified in the Contract Documents. C. SUBMITTALS 4. General: Submit shop drawings; manufacturers' data; certificates for equipment, materials, and finish; and pertinent details for each system where specified in each individual section, and obtain approval before procurement, fabrication, or delivery of the items to the job site. Partial submittals will not be acceptable and will be returned without review. a. Submittals shall include the manufacturer's name, trade name, catalog model or number, nameplate data, size, layout dimensions, capacity, project specification and paragraph reference, applicable industry and technical society publication 16010 - Electrical General Requirements Page 2 of 9 references, and other information necessary to establish contract compliance of each item the Contractor proposes to furnish. b. Photographs of existing installations and data submitted in lieu of catalog data are not acceptable and will be returned without approval. D. APPROVAL: c. Approval of submittals, etc., shall not be construed as releasing the Contractor from further responsibility, but rather as a means to coordinate the work and to aid in the proper selection and installation of the materials and equipment. All materials and equipment shall be subject to final acceptance by the Engineer at completion of the project. E. REQUIREMENTS FOR SUBSTITUTIONS: 1. It is the intention of the drawings and specifications to establish a definite standard when a particular manufacturer's product is mentioned. Written request for substitutions of equivalent products will be considered, providing all the following conditions are met: a. Written request shall be received in the Engineer's office fourteen (14) days prior to the day of bid opening. Requests after 14 days prior to the day of bid opening will not be considered. b. Request shall include complete technical data. c. Request shall include a complete comparison of differences and similarities between the proposed product and that mentioned in the drawings and specifications. d. Space and clearance requirements are adequate for products mentioned. It is the responsibility of the Contractor to verify space and clearance requirements for products proposed for substitution. e. In the case that modifications to the drawings and specifications are necessary for the proper installation of a product proposed for substitution, the request shall explain such in detail, accompanied by drawings, if necessary. 2. Shop Drawings a. Shop drawings (when required) shall be a minimum of 11 by 17 inches in size with a minimum scale of 1/8-inch per foot, unless specified otherwise. b. Drawings shall include floor plans, sectional views, wiring diagrams, and installation details of equipment. c. Drawings shall indicate adequate clearance for operation, maintenance, and replacement of operating equipment devices. 16010 - Electrical General Requirements Page 3 of 9 d. If equipment is disapproved, drawings shall be revised to show acceptable equipment and resubmitted. 3. Manufacturer's Data: Submittals for each manufactured item shall be manufacturer's descriptive literature of cataloged products, equipment drawings, diagrams, performance and characteristic curves, and catalog cuts. 4. Standards Compliance a. All electrical equipment and material shall be listed, labeled and installed per a recognized electrical testing laboratory’s standards. b. When materials or equipment must conform to the standards of organizations such as the American National Standards Institute (ANSI), American Society for Testing and Materials (ASTM), National Electrical Manufacturers Association (NEMA), Institute of Electrical and Electronics Engineers (IEEE), and Underwriters Laboratories (UL), proof of such conformance shall be submitted for approval. c. If an organization uses a label or listing to indicate compliance with a particular standard, the label or listing will be acceptable evidence unless otherwise specified in the individual sections. d. In lieu of the label or listing, the Contractor shall submit a certificate from an independent testing organization, which is competent to perform acceptable test. e. For materials and equipment whose compliance with organizational standards or specifications is not regulated by an organization using its own listing or label as proof of compliance, a certificate of compliance from the manufacturer shall be submitted for approval. f. This certificate shall identify the manufacturer, the product, and the referenced standard and shall simply state that the manufacturer certifies that the product conforms to all requirements of the project specifications and the referenced standards listed. F. DELIVERY, STORAGE AND PROTECTION 1. Protect all materials and finished work at all times to prevent damage or breakage either in transit, storage, installation or testing. All conduit openings shall be closed with caps or plugs during installation. All materials and equipment shall be covered and protected against dirt, water, chemicals or mechanical injury. 2. Equipment and materials shall be handled, stored, and protected to prevent damage before and during installation in accordance with the manufacturer’s recommendations. Damaged or defective items shall be replaced by the contractor at no increase in cost to owner. G. GUARANTEE AND SERVICE 16010 - Electrical General Requirements Page 4 of 9 1. This Contractor shall include a 100% guarantee against faulty materials, equipment, superintendence or labor and unauthorized substitutes for a period of 12 months from the date of final project acceptance by the Owner regardless of equipment factory warranty limitations. 2. Contractor shall also follow-up on warranty repairs for 12 months and advise the City staff on the equipment or instrument operation. Any required corrective measures shall be executed including all labor and materials, at no cost to the Owner. 3. This Contract also includes all services, maintenance and adjusting of the system for the full period of the guarantee from the time of project acceptance. H. STANDARD CODES, FEES AND PERMITS 1. The entire installation shall conform to all local, state, and federal ordinances, codes, and regulations applying to the work in this contract. Comply with the latest editions of applicable codes. 2. In the event that there is conflict between the plans and specifications and the local code requirements of governing agencies, the owner’s agent’s interpretation shall prevail. However, if the contract requirements are in excess of the code requirements, the contract provisions shall govern. 3. The Contractor shall obtain all permits and pay all fees necessary in connection with his work. 4. At the completion of all work, the Contractor shall deliver to the owner, or his designated representative, a certificate of inspection from the inspection department having jurisdiction over the work. 5. Unless otherwise indicated on the drawings or specified herein, all materials, workmanship, and tests shall be in conformance with the latest approved standard rules, regulations, and specifications of the following authorities: National Fire Protection Association (NFPA). National Electrical Code (NEC). National Electrical Safety Code (NESC). National Electric Manufacturer's Association (NEMA). Institute of Electrical and Electronics Engineers (IEEE). Insulated Power Cable Engineer's Association (IPCEA). Underwriters Laboratory (U.L.) City of Corpus Christi, Texas 16010 - Electrical General Requirements Page 5 of 9 6. Electrical work shall be executed by electricians licensed by the city of Corpus Christi and provisions described in the Corpus Christi’s electrical ordinance shall be followed. I. DRAWINGS 1. Due to the scale of the drawings, it is impossible to show all fittings, offsets, and accessories. 2. The Contractor shall carefully investigate the structural and finish conditions affecting his work and arrange his work accordingly. 3. The Contractor shall furnish all fittings and accessories as may be required to meet the conditions encountered. J. ELECTRICAL IN OTHER DIVISIONS 1. Electrical components of mechanical equipment and systems such as disconnect switches and starters shall be provided under this division and shall be as specified herein and as necessary for complete and operable systems. 2. Interconnecting wiring for components of packaged equipment shall be provided as an integral part of the equipment. 3. All interconnecting power wiring and conduit for field erected equipment, control wiring rated over 100 volts, and conduit shall be as specified under this division. K. CONTRACTOR’S RESPONSIBILITY 1. The Contractor shall visit the proposed project site to inspect and familiarize himself with all conditions, obstructions and space limitations prior to bidding and before beginning construction. 2. Refer to drawings for construction details, and coordinate work with that of other trades so as to avoid unnecessary delays or damage to any part of the installation. If any omissions or discrepancies are found between the drawings and specifications or regulations, advise the owner, or his designated representative, prior to Bid Due Date. Verify electrical requirements of all equipment exactly as furnished and make adjustments in electrical service accordingly before installation of power circuits. PART 2 - MATERIALS A. MATERIALS AND EQUIPMENT 16010 - Electrical General Requirements Page 6 of 9 1. Materials and equipment shall be standard products of a manufacturer regularly engaged in the manufacture of such products, which are of similar material, design, and workmanship. 2. The standard products shall have been in satisfactory commercial or industrial use for two years prior to bid opening. 3. The two-year use shall include applications of equipment and materials under similar circumstances and of similar size. B. EXPERIENCE REQUIRED 1. Two years experience must be satisfactorily completed by a product, which has been sold or is offered for sale on the commercial market through advertisements, manufacturer's catalogs, or brochures. 2. Alternative Service Record 3. Products having less than a two-year field service record will be acceptable if a certified record of satisfactory field operation for not less than 6,000 hours, exclusive of the manufacturer's factory or laboratory tests, can be shown. C. SERVICE SUPPORT 1. The equipment items shall be supported by service organizations. 2. The Contractor shall submit a certified list of qualified permanent service organizations for support of the equipment, which includes their addresses and qualifications. 3. These service organizations shall be reasonably convenient to the equipment installation and able to render satisfactory service to the equipment on a regular and emergency basis during the warranty period of the contract. Factory service must be made available within 24 hours of notifications by the owner or contractor. D. MANUFACTURER'S NAMEPLATE 1. Each item of equipment shall have a nameplate bearing the manufacturer's name, address, model number, and serial number securely affixed in a conspicuous place. 2. The nameplate of the distributing agent will not be acceptable. E. LABELING 16010 - Electrical General Requirements Page 7 of 9 3. Labels shall be provided for all switchgear, motor starters, control panels, control stations, control devices, junction boxes, and for all wiring in accordance with the approved drawings. 4. Enclosures for electrical equipment shall be externally labeled with a 1/16" thick black laminated plastic nameplate with beveled edges. The nameplate shall have 1/4" minimum high-engraved white lettering and shall be permanently and securely attached to the enclosure. 5. Limit switches, solenoid valves and similar pilot devices shall be labeled with stainless steel tags having 1/4" high indented lettering. The tags shall be permanently and securely attached with stainless steel tie wire or plastic tie wraps. 6. All field control wiring shall be labeled with wire markers where entering control enclosures, terminal boxes, etc. Wire markers shall be tube type, heat-shrink type or write-on adhesive type. Single digit individual markers shall not be used. Wire numbers shall be in accordance with the approved schematic drawings. 7. Voltage warning signs shall be installed on all distribution enclosures or devices containing voltages over 120 volts to ground. Voltage warning signs on outdoor equipment shall be furnished and mounted by the supplier of the equipment. Voltage warning signs for indoor equipment may be stick-on labels approximately 2" x 9" and colored for good visibility. Signs shall read - "DANGER - HIGH VOLTAGE" and shall indicate the circuit voltage present within the enclosure. 8. Equipment rating signs shall be provided for any items that may require replacement parts or to which additional units could be added, i.e., motor control centers. These signs shall indicate the ratings of the items including the short circuit rating and a statement as to the minimum short circuit rating of any device that may be installed in the units in the future. 9. Multiple source signs shall be provided for any enclosure containing voltage sources from more than a single disconnecting means. Signs shall be yellow laminated plastic with 1/4" high engraved lettering. "CAUTION: Energized wiring from different voltage sources is contained in this unit." 10. A11 Junction Box and Pull Box covers shall be labeled on the exterior in permanent ink with the name of panel board or MCC and circuit number from which conductors are fed. F. RECORD DRAWINGS 1. Upon completion of the project, the Contractor shall furnish to the Engineer for approval a complete set of electrical record drawings consisting of the following: 2. Provide a complete set of the original set of electrical design drawings, latest revisions, (prints) marked clearly in red pencil to show all changes, modifications or deviations from the original layout and design. 16010 - Electrical General Requirements Page 8 of 9 3. Provide a complete set of reproducible schematics for all control circuits including switchgear, motor controls, etc. The schematics shall show all relays, control switches, pilot devices, wire numbers and colors, terminal numbers and similar information. These schematics shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. 4. Provide a complete set of reproducible control wiring diagrams for all switchgear and motor controls showing power sources, control panels, control switches, pilot devices, junction boxes, terminal strips, and wire numbers and colors. These drawings shall show both the internal and the interconnection wiring for each enclosure. Wiring diagram shall be neatly drawn on 24" x 36" sheets of drafting vellum. Sepia paper reproducibles will not be acceptable. 5. The Contractor's record drawings will be reviewed by the Engineer for accuracy, completeness, neatness, legibility and conformance to industry standards of presentation. The Engineer will return copies of these drawings to the Contractor with comments and annotations regarding any noticeable deficiencies. Two such reviews will be made by the Engineer. Upon the third submission by the Contractor, after the second review, if, in the Engineer's opinion, the drawings are not acceptable, then the Engineer will make the required corrections to the drawings. The cost of the Engineer's services in making such corrections will be charged to the Contractor at the Engineer's standard hourly rates. The Contractor shall pay the Engineer directly for these services. PART 3 - EXECUTION A. CUTTING, PATCHING AND REPAIRING 1. No cutting, boring or excavation required for this work in or about the building which may in any way weaken the structure or interfere with the work of another Contractor shall be executed unless written permission has been obtained from the Engineer before starting same. 2. The Contractor shall pay for injury or damage to the work of another Contractor, which may be done by him or his employees. 3. Where penetrations are made in exterior walls or roof, sufficient flashing and sealant must be used to retain the original vapor barrier qualities of the walls and roof. All penetrations shall be approved by the Engineer. Any defects shall be repaired by the contractor at no increase in cost to the owner. 4. Core drill all holes in concrete foundation and masonry walls. Saw cut all wood. B. COORDINATION 1. The Contractor shall be responsible for the field coordination of his work with that of other trades and operations. Contractor shall refer to Architectural, Civil, and 16010 - Electrical General Requirements Page 9 of 9 Mechanical drawings for details. The electrical work shall progress with the other work so that no delays in construction are incurred. The Electrical Subcontractor shall cooperate with other trades doing work on the project as may be necessary for the proper execution of the work of the various trades employed at the job site. 2. In the event of conflicts due to lack of field coordination, the owner shall be the sole arbitrator in resolving the conflict. C. MANUFACTURER'S RECOMMENDATIONS 1. Where installation procedures or any part thereof are required to be in accordance with the recommendations of the manufacturer of the material being installed, printed copies of these recommendations shall be furnished prior to installation. 2. Installation of the item will not be allowed to proceed until the recommendations are received. 3. Failure to furnish these recommendations can be cause for rejection of the material. D. CLEANING 1. Clean up and remove all debris from the project site daily. 2. Upon completion of the project, remove from the project site all unused materials and equipment. 3. Remove all visible labels, dirt, misplaced paint, grease and stains from all electrical equipment. 4. Labels indicating testing laboratory approvals shall be left in place. E. TESTING 1. The Contractor shall test the entire wiring system in accordance with established methods upon completion of work. The system shall operate satisfactorily in every respect. The Contractor shall make all corrections to accomplish such. 2. Test all circuit wiring with a 1000 volt DC megger for 60 second duration prior to hook-up of equipment to insure that the system is free from short circuits and grounds. The insulation resistance between conductors to ground shall not be less than 50 megohms. END OF SECTION 16170 Grounding and Bonding Page 1 of 3 SECTION 16170 GROUNDING AND BONDING PART 1 GENERAL A. SECTION INCLUDES 1. Grounding electrodes and conductors. 2. Equipment grounding conductors. 3. Bonding. B. REFERENCES 1. ANSI/NFPA 70 - National Electrical Code. C. GROUNDING ELECTRODE SYSTEM 1. Ground ring as indicated. 2. Rod electrode. D. PERFORMANCE REQUIREMENTS 1. Grounding System Resistance: 5 ohms. E. SUBMITTALS 1. Product Data: Provide data for grounding electrodes and connections. 2. Test Reports: Indicate overall resistance to ground [and resistance of each electrode]. 3. Manufacturer's Instructions: Include instructions for storage, handling, protection, examination, preparation and installation of exothermic connectors. F. PROJECT RECORD DOCUMENTS 1. Accurately record actual locations of grounding electrodes. G. QUALIFICATIONS 1. Manufacturer: Company specializing in manufacturing Products specified in this Section with minimum three years documented experience. 16170 Grounding and Bonding Page 2 of 3 H. REGULATORY REQUIREMENTS 1. Conform to requirements of ANSI/NFPA 70. 2. Furnish products listed and classified by Underwriters Laboratories, Inc. as suitable for purpose specified and shown. PART 2 PRODUCTS A. ROD ELECTRODE 1. Material: Copper . 2. Diameter: 3/4 inch . 3. Length: 10 feet. B. MECHANICAL CONNECTORS 1. Material: Bronze. C. EXOTHERMIC CONNECTIONS 1. Manufacturers: a. Thermo-weld D. WIRE 1. Material: Stranded copper. 2. Grounding Electrode Conductor: Size to meet NFPA 70 requirements. E. GROUNDING WELL COMPONENTS 1. Well Pipe: 18 inch diameter by 24 inch long clay pipe with belled end. 2. Well Cover: Cast iron with legend "GROUND" embossed on cover. PART 3 EXECUTION A. EXAMINATION 1. Verify that final backfill and compaction has been completed before driving rod electrodes. 16170 Grounding and Bonding Page 3 of 3 B. INSTALLATION 1. Install Products in accordance with manufacturer's instructions. 2. Install rod electrodes at locations indicated. Install additional rod electrodes as required to achieve specified resistance to ground. 3. Provide grounding well pipe with cover at each rod location. Install well pipe top flush with finished grade. 4. Provide bonding to meet Regulatory Requirements. 5. Bond together metal siding not attached to grounded structure; bond to ground. 6. Equipment Grounding Conductor: Provide separate, insulated conductor within each feeder and branch circuit raceway. Terminate each end on suitable lug, bus, or bushing. C. FIELD QUALITY CONTROL 1. Inspect grounding and bonding system conductors and connections for tightness and proper installation. 2. Use suitable test instrument to measure resistance to ground of system. Perform testing in accordance with test instrument manufacturer's recommendations using the fall-of-potential method. END OF SECTION 16402 Electrical Wiring Systems Page 1 of 6 SECTION 16402 ELECTRICAL WIRING SYSTEMS PART 1 - GENERAL A. DESCRIPTION This section covers the wiring methods and materials for installation of new electrical power, control and instrumentation systems located both indoor and outdoor. B. REFERENCES ANSI C80.1 Rigid Steel Conduit - Zinc Coated ASTM B 1 Hard-Drawn Copper Wire ASTM B 8 Concentric-Lay-Stranded Copper Conductors, Hard, Medium-Hard, or Soft NEMA TC 2 Electrical Plastic Tubing (EPT) and Conduit (EPC-40 and EPC-80) NEMA TC 3 PVC Fittings for Use with Rigid PVC Conduit and Tubing UL 360 PVC Coated Flexible Conduit NFPA 70 National Electrical Code UL 6 Rigid Metal Conduit UL 44 Rubber-Insulated Wires and Cables UL 50 Safety Enclosures for Electrical Equipment UL 83 Thermoplastic-Insulated Wires and Cables UL 486A Wire Connectors and Soldering Lugs for Use With Copper Conductors UL 486C Splicing Wire Connectors UL 498 Attachment Plugs and Receptacles UL 510 Chloride, Polyethylene, and Rubber Insulating Tape UL 514A Metallic Outlet Boxes UL 514C Nonmetallic Outlet Boxes, Flush-Device Boxes, and Covers C. SUBMITTALS 16402 Electrical Wiring Systems Page 2 of 6 1. Manufacturer's Catalog Data a. Conduit b. Wire PART 2 - PRODUCTS A. CONDUIT AND FITTINGS 1. Aluminum Conduit in accordance with ANSI C80.1, UL 6. Fittings shall be treaded- type. Split couplings are unacceptable. 2. Rigid Nonmetallic Conduit shall be PVC Type EPC-40, in accordance with NEMA TC 2. Fittings shall conform to NEMA TC 3. 3. PVC-Coated Flexible Galvanized Steel Flex Conduit shall be in accordance with UL 360. Core formed of continuous, spiral wound, hot-dip galvanized steel strip with successive convolutions securely interlocked. Conduit shall have an extruded liquid and vapor tight PVC outer jacket positively locked to the steel core. B. CABINETS, BOXES AND COVERS 1. UL 514A, cadmium- or zinc-coated, if ferrous metal 2. UL 514C, if nonmetallic. 3. UL-50 for volumes greater than 100 cubic inches, hot-dip, zinc-coated, if sheet steel. C. WIRES AND CABLES 1. Wires and cables shall meet applicable requirements of NFPA 70 and UL for type of insulation, jacket, and conductor specified or indicated. Wires and cables manufactured more than 12 months prior to date of delivery to site shall not be used. Wire insulation shall be THWN/THHN unless otherwise indicated. 2. Conductors: All conductors shall be stranded unless specifically indicated otherwise. Conductor sizes and ampacities shown are based on copper, unless indicated otherwise. All conductors shall be copper. 3. Diesel Locomotive cable shall be coated finely stranded copper, CP-TS jacketed, oil resistant, 2000V, 90 degree C. Cable shall be as manufactured by Okonite or equal. 4. Minimum size for branch circuits shall be No. 12 AWG; for Class 1 remote-control and signal circuits, No. 14 AWG; for Class 2 low-energy, remote-control and signal circuits, No. 16 AWG; and for Class 3 low-energy, remote-control, alarm and signal circuits, No. 22 AWG. 16402 Electrical Wiring Systems Page 3 of 6 5. Color Coding: Provide for branch, control, and signaling circuit conductors. Color shall be green for grounding conductors and white for neutrals; except where neutrals of more than one system are installed in same raceway or box, other neutral shall be white with colored (not green) stripe. Color of ungrounded conductors in different voltage systems shall be as follows: a. 120/240 volt, three phase Black, Red, Blue b. 208Y/120 volt, three phase Black, Red, Blue c. 480Y/277 volt, three phase Brown, Orange, Yellow d. 480 volt, three phase Brown, Orange, Yellow 6. Insulation: Unless specified or indicated otherwise or required by NFPA 70, power and lighting wires shall be 600-volt, Type THWN/THHN conforming to UL 83 or Type XHHW or RHW conforming to UL 44, except that grounding wire may be type TW conforming to UL 83; remote-control and signal circuits shall be Type TW or TF, conforming to UL 83. 7. Bonding Conductors: ASTM B 1, solid bare copper wire for sizes No. 8 AWG and smaller diameter; ASTM B 8, Class B, stranded bare copper wire for sizes No. 6 AWG and larger diameter. 8. SPLICES AND TERMINATION COMPONENTS: UL 486A for wire connectors and UL 510 for insulating tapes. Connectors for No. 10 AWG and smaller diameter wires shall be insulated, pressure-type in accordance with UL 486A or UL 486C (twist-on splicing connector). Provide solderless terminal lugs on stranded conductors. PART 3 - EXECUTION A. INSTALLATION 1. Electrical installations shall conform to requirements of NFPA 70 and to requirements specified herein. 2. Wiring Methods: Provide insulated conductors installed in rigid steel conduit, rigid nonmetallic conduit, except where specifically indicated or specified otherwise or required by NFPA 70 to be installed otherwise. Grounding conductor shall be separate from electrical system neutral conductor. Provide insulated green equipment grounding conductor for circuit(s) installed in conduit and raceways. Minimum conduit size shall be 1/2 inch in diameter for low voltage lighting and power circuits. 3. Restrictions applicable to PVC Schedule 40: Do not use in areas where subject to severe physical damage, including but not limited to, pump rooms, electrical equipment rooms, and other such areas. B. CONDUIT INSTALLATION 16402 Electrical Wiring Systems Page 4 of 6 1. Install conduit parallel with or at right angles to ceilings, walls, and structural members where located above accessible ceilings and where conduit will be visible after completion of project. 2. Conduit Support: Support conduit by pipe straps, wall brackets, or hangers. Fasten by wood screws to wood; by toggle bolts on hollow masonry units; by concrete inserts or expansion bolts on concrete or brick; and by machine screws, welded threaded studs, or spring-tension clamps on steel work. Threaded C-clamps may be used on rigid steel conduit only. Do not weld conduits or pipe straps to steel structures. Load applied to fasteners shall not exceed one-fourth proof test load. Fasteners attached to concrete ceiling shall be vibration resistant and shock-resistant. Holes cut to depth of more than 1 1/2 inches in reinforced concrete beams or to depth of more than/4 inch in concrete joints shall not cut main reinforcing bars. Fill unused holes. In partitions of light steel construction, use sheet metal screws. Conduit and box systems must be supported independently. Supporting means shall not be shared between electrical raceways and mechanical piping. 3. Directional Changes in Conduit Runs: Make changes in direction of runs with symmetrical bends or cast-metal fittings. Make field-made bends and offsets with hickey or conduit-bending machine. Do not install crushed or deformed conduits. Avoid trapped conduits. Prevent plaster, dirt, or trash from lodging in conduits, boxes, fittings, and equipment during construction. Free clogged conduits of obstructions. 4. Pull Wire: Install pull wires in empty conduits. Pull wire shall be plastic having minimum 200 pound tensile strength. Leave minimum 36 inches of slack at each end of pull wire. 5. Locknuts and Bushings: Fasten conduits to sheet metal boxes and cabinets with two locknuts where required by NFPA 70, where insulated bushings are used, and where bushings cannot be brought into firm contact with the box; otherwise, use at least minimum single locknut and bushing. Locknuts shall have sharp edges for digging into wall of metal enclosures. Install bushings on ends of conduits, and provide insulating type where required by NFPA 70. 6. Flexible Connections: Provide flexible steel conduit between 3 and 6 feet in length for equipment subject to vibration, noise transmission, or movement; and for motors. Install flexible conduit to allow 20 percent slack. Minimum flexible steel conduit size shall be 1/2 inch diameter. Provide liquidtight flexible conduit in wet and damp locations and for equipment subject to vibration, noise transmission, movement or motors. Provide separate ground conductor across flexible connections. C. BOXES, OUTLETS, AND SUPPORTS 1. Provide boxes in wiring and raceway systems wherever required for pulling of wires, making connections, and mounting of devices or fixtures. Boxes for metallic raceways shall be cast-metal, hub-type when located in wet locations, when surface mounted on outside of exterior surfaces and when specifically indicated. Boxes in other locations shall be sheet steel, except that aluminum boxes may be used with aluminum conduit, 16402 Electrical Wiring Systems Page 5 of 6 and nonmetallic boxes may be used with nonmetallic conduit system. Each box shall have volume required by NFPA 70 for number of conductors enclosed in box. Provide gaskets for cast-metal boxes installed in wet locations and boxes installed flush with outside of exterior surfaces. Fasten boxes and supports with wood screws on wood, with bolts and expansion shields on concrete or brick, with toggle bolts on hollow masonry units, and with machine screws or welded studs on steel. In open overhead spaces, cast boxes threaded to raceways need not be separately supported except where used for fixture support; support sheet metal boxes directly from building structure or by bar hangers. Where bar hangers are used, attach bar to raceways on opposite sides of box, and support raceway with approved-type fastener maximum 24 inches from box. When penetrating reinforced concrete members, avoid cutting reinforcing steel. 2. Boxes for use with raceway systems shall be minimum 1 1/2 inches deep, except where shallower boxes required by structural conditions are approved. 3. Pull Boxes: Construct of at least minimum size required by NFPA 70 of code-gauge aluminum or galvanized sheet steel, except where cast-metal boxes are required in locations specified herein. Provide boxes with screw-fastened covers. 4. Conductor Identification: Provide conductor identification within each enclosure where tap, splice, or termination is made. For conductors No. 6 AWG and smaller diameter, color coding shall be by factory-applied, color-impregnated insulation. For conductors No. 4 AWG and larger diameter, color coding shall be by plastic-coated, self-sticking markers; colored nylon cable ties and plates; or heat shrink-type sleeves. 5. Splices: Make splices in accessible locations. Make splices in conductors No. 10 AWG and smaller diameter with insulated, pressure-type connector. Make splices in conductors No. 8 AWG and larger diameter with solderless connector, and cover with insulation material equivalent to conductor insulation. 6. Covers and Device Plates: Install with edges in continuous contact with finished wall surfaces without use of mats or similar devices. Plaster fillings are not permitted. Install plates with alignment tolerance of /16 inch. Use of sectional-type device plates are not permitted. Provide gasket for plates installed in wet locations. 7. Grounding and Bonding: In accordance with NFPA 70. Ground exposed, non-current- carrying metallic parts of electrical equipment, metallic raceway systems, grounding conductor in metallic and nonmetallic raceway systems. 8. Equipment Connections: Provide power wiring for the connection of motors and control equipment under this section of the specification. Except as otherwise specifically noted or specified, automatic control wiring, control devices, and protective devices within the control circuitry are not included in this section of the specifications but shall be provided under the section specifying the associated equipment. 9. Repair of Existing Work 16402 Electrical Wiring Systems Page 6 of 6 a. Lay out work in advance. Exercise care where cutting, channeling, chasing, or drilling of floors, walls, partitions, ceilings, or other surfaces is necessary for proper installation, support, or anchorage of conduit, raceways, or other electrical work. b. Repair damage to buildings, piping, and equipment using skilled craftsmen of trades involved. c. Existing concealed wiring to be removed shall be disconnected from its source. Remove conductors; cut conduit flush with floor, underside of floor, and through walls; and seal openings and touch up paint to match. d. Removal of existing electrical distribution system equipment shall include equipment's associated wiring, including conductors, cables, exposed conduit, surface metal raceways, boxes, and fittings as indicated. Maintain continuity of existing circuits of equipment to remain. Existing circuits of equipment shall remain energized. Circuits which are to remain but were disturbed during demolition shall have circuits wiring and power restored back to original condition. D. FIELD QUALITY CONTROL 1. Devices Subject to Manual Operation: Each device subject to manual operation shall be operated at least five times, demonstrating satisfactory operation each time. 2. Wiring Test: Test wiring rated 600 volt and less to verify that no short circuits or accidental grounds exist. Perform insulation resistance tests on wiring No. 6 AWG and larger diameter using instrument which applies voltage of approximately 500 volts to provide direct reading of resistance. Minimum resistance shall be 250,000 ohms. END OF SECTION 16490 Safety Disconnect Switches Page 1 of 3 SECTION 16490 SAFETY DISCONNECT SWITCHES PART 1 - GENERAL A. SCOPE 1. Provide safety disconnect switches as shown, scheduled and as specified herein. B. STANDARDS 1. Products shall be designed, manufactured, tested and installed in compliance with applicable standards. a. NEMA KS1 - Enclosed switches b. Federal specification W-S-865C-Heavy duty switches 2. Products shall conform all applicable UL standards, including UL98 (standard for safety, enclosed and dead front switches) and shall be UL-labeled. C. ACCEPTABLE MANUFACTURERS 1. Provide one of the following manufacturers: a. Square D Company b. Eaton c. Approved equal D. SUBMITTALS 1. Shop drawings shall include, but not be limited to: a. Cutsheets of switches with ratings, physical dimensions and all accessories clearly labeled. E. REQUIREMENTS OF REGULATORY AGENCIES 1. WORK IN ACCORDANCE WITH: a. National Electrical Code. b. Local, municipal, or state codes that have jurisdiction. PART 2 - PRODUCTS A. GENERAL 1. Furnish and install heavy duty type safety switches with the number of switched poles as indicated on the plans and specifications. All safety switches shall be 16490 Safety Disconnect Switches Page 2 of 3 NEMA Heavy Duty Type HD, and Underwriters Laboratories listed. B. MATERIALS AND COMPONENTS 1. Switch Interior All switches shall have switch blades that are fully visible in the "OFF" position when the door is open. Switches shall have removable arc suppressor where necessary, to permit easy access to line side lugs. Lugs shall be front removable and UL listed for 60ºC and 75ºC copper or aluminum cables. All switches blades and contacts shall be plated copper. Adjust fuse block to accept Class J fuses. 2. Switch Mechanism Switches shall have a quick-make and quick-break operating handle and mechanism, which shall be an integral part of the box, not the cover. Padlocking provisions shall be provided for locking in the "OFF" position with at least three padlocks. Switches shall have a dual cover interlock to prevent unauthorized opening of the switch door when the handle is in the "ON" position, and to prevent closing of the switch mechanism with the door open. A means shall be provided to permit authorized personnel to release the interlock for inspection purposes. Handle position shall indicate if switch is "ON" or "OFF". 3. Neutral Provide a solid neutral with the safety switch where a neutral is present in the circuit. 4. Ratings Switches shall be horsepower rated for ac and/or dc as indicated by the plans. The fused switches shall have Class R rejection fuse clips. UL listed short circuit ratings of the switches, when equipped with Class R fuses, shall be 200,000 symmetrical amperes. 5. Enclosures a. Indoor switches shall be furnished in NEMA 1 enclosures. b. Outdoor switches, switches located in wet areas or sprinkled areas shall be furnished in NEMA 3R enclosures. c. Switches installed in wet areas such as cooling tower areas shall be NEMA 4X stainless steel or fiberglass reinforced polyester. 16490 Safety Disconnect Switches Page 3 of 3 d. Switches installed in kitchens shall be stainless steel. 6. Service Entrance Switch shall be suitable for use as service entrance equipment when installed in accordance with the National Electrical Code. PART 3 - EXECUTION A. GENERAL 1. Install safety and disconnect switches, including electrical connections, and fuses in accordance with manufacturer’s written instructions, NEC and recognized industry practices. 2. Location: Install switches within sight of controllers. 3. Hubs: Provide bolt-on hubs for rainproof or wet area applications. B. IDENTIFICATION 1. Nameplate: Each disconnect switch shall have an engraved bakelite nameplate. Nameplates shall be white with black letters and show equipment served. Nameplates shall be attached with stainless steel screws. END OF SECTION 020300-T Page 1 of 1 SECTION 020300-T MOBILIZATION AND BONDS 1. DESCRIPTION Provide Bonds in accordance with the Contract Documents. Establish and remove offices, plants, and facilities. Move personnel, equipment, and supplies to and from the project or the vicinity of the project site to begin work or complete work on Contract Items. 2. REQUIREMENTS A. The lump sum payment for mobilization shall not exceed 5% of the total construction items. 3. MEASUREMENT & PAYMENT The entire payment for the lump sum bid for bonds will be paid in the first monthly payment estimate after proof of insurance and bonds has been provided, in accordance with the Contract Documents. Partial payments of the lump sum bid for Mobilization will be as follows: A. After the Contractor has moved equipment, facilities, and personnel sufficient to begin construction and as approved by the Engineer, 30% of the Mobilization bid item shall be paid. B. 10% of the Mobilization bid item shall be held for demobilization efforts and paid in the final pay application, provided that all submittals are received, final quantities have been determined, vegetation has been established, and all work has been accepted. C. The remaining 60% of the Mobilization bid item shall be paid monthly based upon the percent completion of the project as established by the pay applications. 021080-T Page 1 of 3 SECTION 021080-T REMOVING OLD STRUCTURES (S-55) 1. DESCRIPTION This specification shall provide for the removal and disposal of old structures or portions of old structures, as noted on the plans, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes, which are deemed unsatisfactory for reuse by the Engineer, may be removed in any manner the Contractor may select. Concrete Structures. Unwanted Concrete structures or concrete portions of structures shall be removed. The unwanted structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the plans or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor shall be restored to its original condition at his entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least 5 feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Backfill and compact in one-foot lifts and to a minimum of 95% Standard Proctor. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored, if the members are to be reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method as will not injure the members for re-use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions and the Contractor shall have the option of dismantling these members by flame-cutting the members immediately adjacent to the connections. Flame Cutting will not be permitted, however, when plans or special provisions call for the structure unit to be salvaged in such manner as to permit re-erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagram furnished by the Engineer prior to dismantling and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. 021080-T Page 2 of 3 Timber Structures Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the plans, timber piles shall be either pulled or cut off at the point not less than 2 feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least 5 feet below the permanent ground line and neatly squared off. Backfill and compact in one- foot lifts and to a minimum of 95% Standard Proctor. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel shall be delivered to a designated storage area. The I-beams, stringers, etc., which are specified to be dismantled without damage for reuse, and all steel members when matchmarked and dismantled for reuse, shall be blocked off the ground in an upright position to protect the members against further damage. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavation made in connection with this specification and all openings below the natural ground line caused by the removal of old structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the plans. That portion of the backfill, which will support any portion of the roadbed or embankment, shall be placed in layers of the same depth as those required for placing embankment. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed or embankment shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement. 021080-T Page 3 of 3 3. MEASUREMENT & PAYMENT Removal of old structures shall be measured per the units specified on the plans and Proposal of completed work as indicated in the plans. Payment shall be made by the units specified in the Proposal. Payment shall be full compensation for removal and disposal of old structures, all excavation required, furnishing and placing backfill materials required, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 022020-T Page 1 of 3 SECTION 022020-T EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities and sewers required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the plans or permitted by the Engineer, all sewers, pipe, and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (Section 022022). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more the 200 feet of open trench left behind the trenching operation and no more then 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specification. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material develop or is encountered during the excavation, the following procedure shall be used unless other methods are called for on the plans. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inch minimum, for pipe less then 2 feet in height. Such excavation shall be carried at least 1 foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing, and bracing, any additional excavation and backfill required shall be done at the contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated in the plans and specification. 022020-T Page 2 of 3 (3) Dewatering Trench. Pipe or conduit shall not construct or lay in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planning operation ensure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one-foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by a well-points installation as conditions warrant. Removal of well-points shall be at rate of 1/3 per 24 hours (every third well-point). (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface shall be in accordance with plan detail, or as required by other applicable specifications. (5) Removing Old Structures. When old masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth of 1-foot below the bottom of the trench. When old inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth 1-foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through storm or sanitary sewers which are known to be abandoned, these sewers shall be cut flush with sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active sanitary sewer lines are cut in the trenching operations, temporary flumes shall be provided across the trench, while open, and the lines shall be restored when the backfilling has progressed to the original bedding lines of the sewer so cut. The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. (7) Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed, by the Contractor, from the job site promptly following the completion of work involved. 022020-T Page 3 of 3 (8) Backfill A. Backfill Procedure Around Pipe All trenches and excavation shall be backfilled in accordance with the City Standards as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe bedding envelope as applicable, shall be select material as described by Standard Specification 022100 "Select Material", free of large hard lumps, or other debris. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed six (6) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by mechanical tampers. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe The backfill for that portion of trench over (1) foot above the pipe or conduit shall be selected excavated material free of hard lumps, rock fragments, or other debris, placed in layers not more than 6 inches in depth (loose measurement), wetted if required and thoroughly compacted by use of mechanical tampers to the natural bank density and not less than 95% Std. Proctor. Flooding of backfill is not allowed. Jetting of backfill will be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed one foot and density shall not be less than 95% Std. Proctor. A period of not less than twenty-four (24) hours shall lapse between the time of jetting and the placing of the top four (4) feet of backfill. When indicated on the plans or at utility line crossings that are under pavements, trenches shall be backfilled to the road base with “Hasty Backfill" cement-stabilized sand containing a minimum of 1 ½ sacks of standard Type I Portland cement per cubic yard of sand. 3. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Excavation and backfill for utilities and sewers shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation is required. 022100-T Page 1 of 1 SECTION 022100 - T SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of select material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be a mixture of sand and clay or other suitable granular material. The material shall be free from vegetation, debris and clay lumps. Select material shall have a maximum liquid limit of 40% and a plasticity index between 7 and 18. 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers not to exceed 8” loose depth. The material shall be brought to the wet side of optimum moisture content and compacted to a minimum of 95% Standard Proctor Density or as specified on the drawings. Each layer shall be completed, tested and shall have passed the compaction test before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the plans. 3. MEASUREMENT & PAYMENT Unless indicated otherwise in the Bid Proposal, select material shall be measured by the cubic yard of volume of completed work as indicated in the plans and paid for by the unit prices indicated in the Bid Proposal. Completed work is defined as material that has been deposited, compacted per the plans and specifications, tested and is in its final position. The volume of completed work is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the Select Fill, as shown on the approved plans. Payment shall be full compensation for preparing the subgrade, furnishing and placing all materials, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 022410-T Page 1 of 3 SECTION 022410-T STORM WATER POLLUTION PREVENTION 1. DESCRIPTION This specification will govern all work required for stormwater pollution prevention measures during and after construction. The work shall include a Storm Water Pollution Prevention Plan (SWPPP), installation, maintenance and removal of erosion, sedimentation and environmental control devices. The specification includes removal of accumulated sediment and debris. 2. MATERIALS All materials shall meet the requirements set forth in "TxDOT standard Specifications for Construction and Maintenance of Highways, Streets and Bridges, 2004" Item 506, Section 506.2 "Materials" or standard materials approved by the City of Corpus Christi Stormwater Department. 3. METHODS A. Storm Water Pollution Prevention Plan The contractor shall engage the services of an established Stormwater Quality Management Firm familiar with local conditions and requirements to: (1) Prepare a Storm Water Pollution Prevention plan (SWPPP) incorporating the Erosion & Sedimentation Control Plan. (2) Submit the Notice of Intent (NOI) (3) Perform required inspections. Contractor shall supply inspection reports to the City of Corpus Christi. (4) Submit the Notice of Termination (NOT) All aspects of Items (l)-(4) shall be in strict accordance with all Federal, State and local regulations. The SWPPP must be submitted to the Engineer and the City Stormwater Department prior to commencement of construction. 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 operations, the Engineer will limit the disturbed area to that 022410-T Page 2 of 3 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 SWPPP. 3. Stabilization. Stabilize disturbed areas where construction activities will be temporarily stopped in accordance with the applicable storm water plan. Establish a uniform vegetative cover. The project will not be accepted until grass growth has been achieved in accordance with Specification Item 028020-T "Seeding", 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 prior approval of the City of Corpus Christi 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. C. Installation, Maintenance and Removal Work. Perform work in accordance with the approved SWPPP. 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. 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 SWPPP, and as shown on the plans or directed. All disturbed areas shall be restored in accordance with Specification Item 028020-T "Seeding". The Contractor retains ownership 022410-T Page 3 of 3 of stockpiled material and must remove it from the project when new installations or replacements are no longer required. 4. MEASUREMENT AND PAYMENT If included as a bid item in the Proposal, Storm Water Pollution Prevention Plan shall be included in the unit price bid for "Storm Water Pollution Prevention Plan". Unless indicated in the Proposal, payment shall include but not be limited to furnishing the SWPPP, furnishing, installing, moving, replacing, inspecting and maintaining all temporary erosion, sediment, environmental measures and revegetating disturbed areas in accordance with Specification Item 028020-T "Seeding". Unless shown in the Proposal, returning the vegetative cover disturbed during construction shall be included in the unit price bid for this item. Payment shall be made on the following basis: The initial monthly estimate will include 50% of the unit price bid minus retainage. The balance will be paid according to the percent of construction complete after 50% completion has been surpassed, less retainage. 022420-T Page 1 of 2 SECTION 022420-T SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fences required to complete the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Net-Reinforced Fence - This system consists of metal ‘T’ posts, spaced no more than eight feet (8’) apart and geotextile fabric attached to a metal reinforcing net. Fence posts shall be a minimum of 42 inches long and embedded at least one foot (1’) into firm soil. Metal ‘T’ posts shall have a minimum weight of 1.3 pounds per foot. Net reinforcement shall be galvanized welded wire mesh of at least 12.5-gauge wire with maximum opening size of 4 inches square. The fabric shall be attached to the top of the welded wire fabric by crimping or cord at least every two feet (2’), or as otherwise specified. The net-reinforced fence shall be attached to the posts with metal wire or locking plastic ties with one foot (1’) spacing along the posts. C. Packaging Requirements: Prior to installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. D. Certification and Identification: Each lot or shipment shall be accompanied by a certification of conformance to this specification. The shipment must be identified by a ticket or labels securely affixed to the fabric rolls. This ticket or label must list the following information: 1) Name of manufacturer or supplier 2) Brand name and style 3) Manufacturer's lot number or control number 4) Roll size (length & width) 5) Chemical composition 3. MAINTENANCE Silt fencing will be inspected every fourteen (14) days and within 24 hours of a storm events of 0.5” or greater to ensure it is intact and that there are no existing gaps where the fence meets the ground or tears along the length of the fence. If gaps or tears are found during the inspection, the fabric will be repaired or replaced immediately. Accumulated sediment will be removed from the fence base if it reaches one-third the height of the silt fence. Accumulated sediment will be hauled off-site and disposed of properly by the Contractor. If accumulated sediment is creating 022420-T Page 2 of 2 noticeable strain on the fabric to where the silt fence might fail from a sudden storm event, the sediment will be removed more frequently. Before the fence is removed from the project site, the sediment will be removed. The anticipated life span of the silt fence is 6 months and will likely need to be replaced after this period. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, silt fence shall be measured by the linear foot of fence installed. Measurement shall be taken along the center line of fence from the outside to outside of end posts or corner posts. Payment shall be full compensation for all preparation, excavation, furnishing and placing materials required, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025100-T Page 1 of 1 SECTION 025100-T PROOF ROLLING 1. DESCRIPTION This specification shall govern all work necessary to proof-roll earthwork, base, or other surfaces to locate unstable areas. 2. EQUIPMENT Furnish heavy pneumatic tire rollers with rubber tire wheels on axles mounted in a frame with either a loading platform or body suitable for ballast loading. Rear wheels shall be arranged to cover the gaps between adjacent forward wheels. Wheels shall be arranged to carry approximately equal loads on uneven surfaces. Pneumatic rollers shall be capable of forward and backward motion. Heavy pneumatic tire rollers shall: 1) be capable of providing a total uniform load of at least 25 tons, but no more than 50 tons. 2) have at least 4 pneumatic-tired wheels mounted on axles carrying at most 2 wheels. 3) have a width between 8 and 10 ft. that can turn 180° in the crown width. 4) have tires capable of maintaining a maximum ground contact pressure of 150 psi. 5) have liquid-filled tires inflated to such a level that liquid will flow from the valve stem when the stem is in the uppermost position. 3. CONSTRUCTION Notify the Engineer at least 48 hours prior to performing proof rolling. Perform proof rolling as directed by the Engineer. Adjust the load and tire inflation pressures within the range of the manufacturer’s charts or tabulations, or as directed by the Engineer. Maintain individual tire inflation pressures within 5 psi of each other. Make at least two (2) passes with the proof roller. Offset each trip of the roller by at most one (1) tire width. Operate rollers at a speed between 2 and 6 miles per hour, as directed by the Engineer. Unstable or non-uniform areas found shall be marked by the Engineer, at the Engineer’s discretion. Unstable or non-uniform areas shall be corrected in accordance with the applicable specification, or as directed by the Engineer. 4. MEASUREMENT & PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the appropriate bid items in the Proposal. 025200-T Page 1 of 2 SECTION 025200-T SUBGRADE PREPARATION 1. DESCRIPTION This specification shall govern all work necessary to prepare the subgrade prior to the installation of any material. 2. EQUIPMENT Provide compacting equipment that shall uniformly compact material to the density shown on the Plans. 3. CONSTRUCTION A. Excavation. Excavate areas shown on the Plans to the desired subgrade elevation. Remove all surface organics, deleterious materials, and existing roadway materials. B. Compaction. Compact the subgrade using density control method unless otherwise shown on the Plans. Sprinkle or aerate the subgrade, as necessary, to obtain the specified moisture content. When work area is of sufficient size, use rolling equipment to accomplish compaction efforts. Begin rolling longitudinally at the sides and proceed towards 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 toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 MPH, as directed by the Engineer. Ordinary Compaction. Apply compaction efforts with appropriate equipment until there is no evidence of further compaction. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing material as required, and re-compacting. If subgrade compaction cannot be achieved, it may be necessary to excavate the “soft” subgrade to a depth where firm subgrade is reached. Excavated areas shall be backfilled with compacted, limestone base, or other material approved by the Engineer. Reworking or removing and replacing materials shall be performed at the Contractor’s expense. Density Controlled. Unless noted otherwise in the Construction Plans, compact to at least 95% of the maximum dry density determined by standard Proctor test. Areas that fail to meet density requirements shall be scarified, re-compacted, and re-tested at the Contractor’s expense. 025200-T Page 2 of 2 C. Proof Rolling. If proof rolling is required or requested by the Engineer, perform proof rolling in accordance with Specification 025100 “Proof Rolling.” Unstable or non- uniform areas shall be repaired as indicated in item 3.B. 4. MEASUREMENT & PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the appropriate bid items in the Proposal. 025204-T Page 1 of 2 SECTION 025204-T GEOGRID REINFORCEMENT 1. DESCRIPTION This item shall consist of furnishing and installing geogrid reinforcement in accordance with the Plans. 2. MATERIALS The geogrid shall be a single layer grid structure formed by a regular network of integrally connected polymeric tensile elements with apertures designed to interlock with the surrounding fill material. The structure shall be capable of maintaining dimensional stability during placement and under normal construction traffic. The geogrid shall be resistant to damage during construction, including ultraviolet degradation, and it shall have long-term resistance to chemical and biological degradation caused by the material being reinforced. The geogrid shall also conform to the properties specified below. STRUCTURAL-GEOGRID PROPERTIES Property Test Method Requirements Aperture Sized I.D. Callipered 0.75 - 1.5 inches Open Area COE Method CW-02215 70%, min. Rib Thickness ASTM D 1777 0.025 inches, nom. Junction Thickness ASTM D 1777 0.06 inches, nom. Secant Aperture Stability Modulus @ 20 cm-kg In-Plane-Rotation Test Kinney, Univ. of Alaska 3.2 cm-kg/deg., min. Flexural Rigidity both directions ASTM D 1388-64 250,000 mg-cm, min. Tensile modulus GRI GG1-87 14,000 lb/ft., min. Junction Strength GRI-GG1-87 765 lb/ft., min. Junction Efficiency GRI GG-2 87 90%, min. A. Substitutions. Alternate geogrid material will be considered. Such material must be pre- approved in writing by the Engineer prior to use. Submittal packages must include, as a minimum, the following: 1) Full-scale laboratory testing and in-ground testing of pavement structures Reinforced with the specific geogrid which quantifies the structural contribution of the geogrid to the pavement structure. 025204-T Page 2 of 2 2) The increase in structural layer coefficient of the base course must meet or exceed that of the design geogrid. 3) Independent certified test results stating that the alternate geogrid has a secant aperture stability modulus at 20 cm-kg, when tested in accordance with the “Grid Aperture Stability by In-Place-Rotation” test of 3.2 or greater. 4) A list of 5 comparable projects, in terms of size and applications, in the United States, where the results of the specific alternate geogrid’s use can be verified after a minimum of 1 year service. 5) A sample of the geogrid and certified specification sheets. 3. CONSTRUCTION METHODS Subgrade shall be prepared in accordance with Specification 025200 “Subgrade Preparation.” The geogrid shall be installed in accordance with the lines and grades shown on the Plans. The geogrid shall be oriented such that the roll lengths run parallel to the road direction. Geogrid sections shall be overlapped a minimum of one foot unless otherwise indicated on the Plans or as directed by the Engineer. Care shall be taken to ensure the geogrid sections do not separate during construction; adjacent rolls may be tied together every 30 feet using suitable plastic ties. Placement of geogrid around corners may require cutting and diagonal lapping. The geogrid may be pinned, or held in place by other means, at the beginning of the backfill section but will be left free elsewhere to relieve wrinkles or folds in material during placement. Should the geogrid be ripped or torn during installation, the damaged area shall be uncovered to determine full extent of the damage. New geogrid section shall overlap all torn or damaged geogrid a minimum of three feet in all directions. Fill material shall be placed in lifts in accordance with the applicable specification or as shown on the Plans. Tracked construction equipment shall operate on the grid only with a minimum cover of four inches. Rubber-tired equipment may operate directly on the grid at speeds less than five miles per hour if the underlying material is capable of supporting the loads. Sections of geogrid which are damaged by construction activity shall be repaired at the Contractor’s expense. 4. MEASUREMENT & PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the appropriate bid items in the Proposal. 025205-T Page 1 of 2 SECTION 025205-T REMOVING AND REPLACING PAVEMENTS (S-54) 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavement and surfacing on streets, roads, alleys, parkways and other places where underground facilities are to be constructed. 2. MATERIALS Unless otherwise specified on the plans, materials and proportions used along with this specification shall conform to the respective following specifications: “TxDOt Item 247 – Type A Grade 1 Base”; “Hot Mix Asphaltic Pavement”; “Lime Stabilization”; “Portland Concrete Cement”; “TxDOT Item 360 – Concrete Pavement.” 3. METHOD OF CUTTING The outline of the trench shall be marked upon the surface of the pavement to be cut, and all cuts into the pavement shall be saw cut as nearly vertical as it is possible to make them. All unwanted materials removed shall be disposed of by the contractor and shall not be used as backfill material. 4. BACKFILL OF TRENCH Excavation and backfilling of trench shall be in accordance with Specification “Excavation & Backfill Utilities and Sewers.” 5. REPLACING STREET PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better replacements. 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavement, the replacement shall consist of a reinforced Class "A" concrete slab with a minimum thickness of six (6) inches. The type of finish for the replaced section shall be the same as that appearing on the old pavement. Reinforcement shall be #4 bars at 12" each way. Any other type shall be replaced with like or better replacement. 7. REPLACING SIDEWALKS On all sidewalk pavement, the replacement shall consist of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 welded wire fabric. Shell or asphalt sidewalks shall be replaced with caliche or asphalt surface. 025205-T Page 2 of 2 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City Standard if required by the Engineer. Cuts through the curb shall be replaced with Class "B" concrete. Preserve original steel and reinforce all new curbs with 3 - #4 bars. Adjust grades for drainage. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter, where a shoulder is disturbed it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, all street pavement, driveway pavements, sidewalks and curbs and gutters removed and replaced as specified above shall be subsidiary to the appropriate bid item. 025212-T Page 1 of 3 SECTION 025212-T LIMESTONE BASE 1. DESCRIPTION This Specification shall govern all work for furnishing and placing Limestone Base required to complete the project. 2. MATERIAL Furnish uncontaminated materials of uniform quality that meet the requirements of the Plans and specifications. The material shall consist of crushed limestone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use multiple sources. The material shall be approved by the Engineer, and the Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. All acceptable materials shall conform to the requirements of Table 1. Table 1 Material Requirements Property Test Method Requirement Master Gradation Sieve Size (% retained) Tex-110-E 2-1/2 in. – 1-3/4 in. 0 7/8 in. 10–35 3/8 in. 30–50 No. 4 45–65 No. 40 70–85 Liquid Limit, % max.1 Tex-104-E 35 Plasticity Index, max.1 Tex-106-E 10 Wet Ball Mill, % max.2 Tex-116-E 40 Wet Ball Mill, % max. increase passing the No. 40 sieve 20 Classification3 Tex-117-E 1.0 Min. Compressive Strength3, psi Lateral Pressure 0 psi 45 Lateral Pressure 15 psi 75 1. Determine plastic index in accordance with Tex-107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex-104-E. 2. When a soundness value is required by the Plans, test material in accordance with Tex-411-A. 3. Meet both the classification and the minimum compressive strength, unless otherwise shown on the Plans. 025212-T Page 2 of 3 3. CONSTRUCTION METHODS 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 sections, lines, and grades shown on the Plans or as directed. A. Preparation of Subgrade. Prepare subgrade in accordance with Specification 025200, “Subgrade Preparation.” B. Placing. Spread and shape limestone base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers in maximum 8” loose lifts. Maintain the shape of the course. Control dust by sprinkling, as required or as directed by the Engineer. Correct or replace segregated areas as directed by the Engineer, at the Contractor’s expense. Place successive base courses and finish courses using the same construction methods required for the first course. C. Compaction. Compact using density control method 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. Sprinkle or aerate the limestone base, as necessary, to obtain the specified moisture content. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. On superelevated curves, begin rolling at the low side and progress 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 specified requirements are met. This work shall be performed at the Contractor’s expense. Unless noted otherwise in the Construction Plans, compact to at least 95% of the maximum dry density determined by standard Proctor test. Areas that fail to meet density requirements shall be scarified, re-compacted, and re-tested at the Contractor’s expense. D. Finishing. After completing compaction, clip, skin, or tight-blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the sections, lines, and grades as shown on the Plans or as directed. 025212-T Page 3 of 3 E. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. The final base surface shall be smooth and conform to lines, grades, and sections shown on the Plans. Areas with any deviation in excess of 1/4 inch in cross-section and in lengths of 16 feet measured longitudinally shall be corrected by loosening, adding or removing materials, reshaping, and re-compacting as described above. Moisture and density shall be maintained throughout the installation process. Upon completion of installation, the finished base surface shall be prime coated in accordance with Specification 025412, “Prime Coat.” 4. MEASUREMENT AND PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the appropriate bid items in the Proposal. 025402-T Page 1 of 2 SECTION 025402-T PLANING ASPHALTIC SURFACES 1. DESCRIPTION This specification shall govern all work required for planing an existing asphaltic concrete pavement required to complete the project. For the purpose of the project and related documentation, “Planing” is synonymous with “Milling.” 2. EQUIPMENT Planer shall be a self propelled planing machine capable of removing, in one pass, a.c. surface to any required thickness less than 9 inches, in a minimum of 6-foot width. The planer shall be capable of accurately and automatically establishing profile grades along each edge of the machine by referencing from the existing pavement or curb and shall have an automatic system for controlling cross slope. The machine shall be equipped with an integral loader to remove material being cut from the surface of the roadway and discharge the cuttings into a truck, all in one operation. Adequate back- up equipment (street sweepers, loaders, water trucks, etc.) and personnel will also be provided to minimize dust and remove all cuttings. The planer shall be equipped with means to control dust created by the cutting action and shall have a manual system providing for uniformly varying the depth of cut while the machine is in motion thereby making it possible to cut flush to all inlets, manholes, or other obstructions within the paved area. Any machine that is incapable, in the opinion of the Engineer, of meeting these requirements will not be permitted to be used. Various machines may be permitted to make trial runs to demonstrate to the Engineer the capabilities of that machine. 3. CONSTRUCTION METHODS The pavement surface shall be removed to the depth, width, grade and cross section as shown on the plans, or as directed by the Engineer. The Engineer may require that the pavement planing operation be referenced from an independent grade control in those areas where he deems this type of control to be appropriate. For this type of operation, the independent grade control shall be established and maintained by the Contractor in a manner acceptable to the Engineer, and the final position of it shall be acceptable to the Engineer. In the event the entire pavement width along a section of street has not been planed to a flush surface by the end of a work period resulting in a vertical or near vertical longitudinal face extending more that 1.25 inches in height, this longitudinal face shall be sloped in a manner acceptable to the Engineer so as not to create a hazard to traffic. Traverse faces that are present at the end of a work period shall be tapered in a manner approved by the Engineer to avoid creating a hazard for traffic. 025402-T Page 2 of 2 The loose material resulting from the operation shall become property of the Contractor and disposed of by the Contractor in an acceptable manner, unless indicated otherwise. When located adjacent to steep curbs, pavement that cannot be removed by the planing machine shall be removed by other methods acceptable to the Engineer and the pavement and curb surface shall be cleaned of all debris and left in a neat and presentable condition. In planed areas where traffic is permitted, "Grooved Pavement Ahead" Signs shall be erected in advance of the planed areas. Signs shall be erected prior to planing in the areas and shall be maintained in place while the planed area is overlaid. Signs shall be in accordance with the "Texas Manual on Uniform Traffic Control Devices for Streets and Highways" and "Standard Highway Sign Designs for Texas". In planed areas where traffic is permitted, a safe and satisfactory riding surface shall exist. Unless otherwise shown on the plans or directed by the Engineer, the grade reference used by the Contractor may be of a type approved by the Engineer. Control points, if required by the plans or Engineer, will be established for the finished grade by the Engineer. These points will be set at intervals not to exceed 50 feet. The Contractor shall set the grade reference for the sensor of the automatic control to follow from the control points established by the Engineer, and this grade reference shall have sufficient support so that the maximum deflection shall not exceed 1/16 inch per 25 feet. The planed surface shall be smooth and true to the established line, grade and section, When tested with a 10 foot straightedge placed parallel to the centerline of the roadway or tested by equivalent or acceptable means, except as provided herein, the maximum deviation shall not exceed 1/8 inch in 10 feet. Any point in the planed surface not meeting this requirement shall be corrected as directed by the Engineer. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Planning Asphalt shall be measured by the square yard of pavement surface area planed. Measurement will be made only one time for an area, regardless of the number of passes required to be made in order to achieve the desired results. Payment shall be full compensation for all manipulation, labor, tools, equipment and incidentals necessary to complete the work described herein. 025412-T Page 1 of 2 SECTION 025412-T PRIME COAT (Asphaltic Material Only) 1. DESCRIPTION This specification shall consist of an application of asphaltic material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60°F and falling, but it may be applied when the air temperature is above 50°F and is rising, the air temperature being taken in the shade and away from artificial heat. Asphaltic material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphaltic material used for the prime coat shall be MC-30 or SS-1, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of the Specification 025404 – “Asphalts, Oils and Emulsions”. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface may be cleaned by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled just prior to application of the asphaltic material. The asphaltic material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphaltic material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphaltic material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphaltic material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphaltic material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. Prime shall be applied at a temperature within the recommended range per Specification 025404 – “Asphalts, Oils and Emulsions” with that range being 70°F to 175°F for MC-30. Application rate shall be 0.20 GAL/SY for MC-30 and 0.15 GAL/SY for SS-1, unless otherwise specified. 025412-T Page 2 of 2 The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal or on the Plans, PRIME COAT shall be measured by the gallons of prime applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for all freight involved; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025424-T Page 1 of 8 SECTION 025424-T HOT MIX ASPHALT CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. 2. MATERIALS 2.1. Aggregate: The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TEX-410- A. Polish Value not less than 30 for aggregate used in the surface course per TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that passes the Los Angeles abrasion requirements per above. Screenings shall be blended with a maximum of 15% un-crushed aggregate or field sand for Type D mixes or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight 3/8” 100 No. 8 70-100 No. 200 0-30 2.1.3 Filler shall consist of dry stone dust, portland cement, hydrated lime, or other approved by the Engineer. 025424-T Page 2 of 8 Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 8 100 No. 200 55-100 2.2 Reclaimed Asphalt Pavement (RAP): Reclaimed asphalt pavement may be incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3 Asphalt: Asphalt Material shall be in accordance with Section 025404 "Asphalt, Oils, and Emulsions". 2.3.1 Paving Mixture: APPLICATION ASPHALT GRADE Residential or Low Volume PG 64-22 Collector Surface Course PG 70-22 Binder Course PG 64-22 Arterial Surface Course PG 76-22 Binder Course PG 64-22 Base Courses PG 64-22 2.3.2 Tack Coat shall consist of an emulsion, SS-1 diluted with equal volume of water and applied at a rate ranging from 0.04 to 0.10 gallons per square yard. 3. PAVING MIXTURE 3.1 Mix Design: The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job-mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of mixture. The design procedures are actually intended to result at a job-mix with properties in compliance with these specifications and when properly placed the job-mix will be durable and stable. The sieve analysis of the job-mix shall be within the range of the Master Gradation and Tolerances specified herein. The job-mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. 025424-T Page 3 of 8 If the specific gravity of any of the types of aggregates differ by more than 0.3, use volume method. Plot sieve analysis of job-mix; percent passing versus size on four-cycle semi-log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2 Master Gradation of Aggregate: The aggregate for the type of mix specified shall be within the following tabulated limits per TEX-200-F (Dry Sieve Analysis): Sieve Size Type A B C D Course Base Fine Base Course Surface Fine Surface 2” 100 1-1/2" 98-100 100 1” 78-94 98-100 100 3/4" 64-85 84-98 95-100 100 1/2” 50-70 98-100 3/8" 60-80 70-85 85-100 No. 4 30-50 40-60 43-63 50-70 No. 8 22-36 29-43 32-44 35-46 No. 30 8-23 13-28 14-28 15-29 No. 50 3-19 6-20 7-21 7-20 No. 200 2-7 2-7 2-7 2-7 VMA % minimum 12 13 14 15 * 2-8 when Test Method Tex-200-F, Part II (Washed Sieve Analysis) is used. 3.3 Tolerances: The mixture delivered to the job site shall not vary from the job-mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material courser than 3/8" and for Type D material courser than #4. Variations from job-mix shall not exceed the following limits, except as noted above: 025424-T Page 4 of 8 Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4 Mix Properties: The mixture shall have a minimum Hveem stability of 40 for Type A,B, and C mixes and 35 for Type D mixes per TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum per TEX-227-F and TEX-207-F. 3.5 Sampling and Testing of raw materials: The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1 Mixing Plants. Mixing plants shall be either the weight batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2 Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3 Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4 Surge-Storage System. A surge-storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute, or other devices designed to minimize segregation of the asphalt mixture. 4.5 Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28-foot back-back street in a maximum of two passes. 4.6 Rollers. All rollers shall be self propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 025424-T Page 5 of 8 5. STORAGE, PROPORTIONING, AND MIXING 5.1 Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2 Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3 Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the job-mix. 5.4 Mixing. 5.4.1 Weight Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2 Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3 The mixture produced from each type of plant shall not vary from the job-mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by Test Method TEX-212-F. 5.4.4 The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1 Construction conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F. and rising but not when the air temperature is 50 degrees and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. 025424-T Page 6 of 8 6.2 Prime Coat. If a prime coat is required, it shall be applied as a separate item conforming to the requirements of the specification, "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3 Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. 6.4 Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil not allowed. 6.5 Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner such that when properly compacted, the finished surface will be smooth or uniform density, and meet the requirements of the typical cross sections as shown on the plans. 6.5.1 Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2 Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer. 6.6 Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 deg. F. 6.7 In-Place Density. In-place density control is required for all mixtures except for thin, irregular level-up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and not individual determination shall be lower than 90%. Testing shall be in accordance with the Plans, TEX-207-F, and TEX-227-F. 025424-T Page 7 of 8 Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8 Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thicknesses shall be more than 1/4" less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9 Surface smoothness criteria and tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade, and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each block (intersection to intersection) or 600-foot section, whichever is the lesser, shall not exceed ninety inches per mile per traffic lane. For each block of 600-foot section not meeting this criteria, the Engineer shall have the option of requiring that block or section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M - Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized Defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten-foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. 025424-T Page 8 of 8 6.10 Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Hot Mix Asphaltic Concrete shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the plans and the proposal form. Payment shall each be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. All templates, straightedges, scales, and other weights and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. 025520-T Page 1 of 4 SECTION 025520-T FULL DEPTH PAVEMENT REPAIR 1. DESCRIPTION Full depth pavement repair (“FDPR”) of localized areas of flexible pavement including Subgrade, base, and surface course as shown on the Plans. 2. MATERIALS AND INSTALLATION Provide and install materials as shown on the Plans and in accordance with: A. Specification 025204, “Geogrid Reinforcement” B. Specification 025200, “Subgrade Preparation” C. Specification 025212, “Limestone Base” D. Specification 025412, “Prime Coat” E. Specification 025424, “Hot-Mix Asphalt Concrete Pavement” 3. EQUIPMENT Furnish equipment in accordance with the associated specification for the work to be performed. 4. CONSTRUCTION Repair using one or more of the following operations as indicated on the Plans. Provide a smooth line and grade conforming to the adjacent pavement. A. Removing Pavement Structure. Sawcut neat vertical faces around the perimeter of the work area when removing pavement structure layers. If necessary, remove adjacent soil and vegetation to prevent contamination of the repair area, and haul off. Do not damage adjacent pavement structure during repair operations. Remove flexible pavement structure layer to the desired depth as indicated on the Plans. Removed materials are the property of the Contractor unless otherwise shown on the Plans. Dispose of removed materials in accordance with federal, state, and local regulations. B. Preparing Subgrade. Fill holes, ruts, and depressions in subgrade with approved material. If required, thoroughly wet, reshape, and compact the subgrade as directed. Remove unstable and non-uniform subgrade material and repair in accordance with Specification 025200, “Subgrade Preparation.” C. Geogrid Reinforcement. Install geogrid reinforcement, as specified, in accordance with Specification 025204, “Geogrid Reinforcement.” 025520-T Page 2 of 4 D. Placing Base Material. Base material shall be either Type ‘B’ Hot-Mix Asphalt Concrete or Limestone Base depending on the specified FDPR type. Place, spread, and compact the base material in accordance with the applicable specification to the thickness specified in the Plans. E. Prime Coat. Install prime coat, as specified, in accordance with Specification 025412, “Prime Coat (Asphaltic Material Only).” F. Full Depth Pavement Repair Sections. 1) Type 1 – Type ‘B’ HMAC Base (Including Type ‘D’ HMAC surface course) shall be used to repair small areas of street as shown on the Plans and shall include the following: a) Remove existing asphalt and base to the thickness indicated on the Plans and in accordance with item 4.A of this Specification. b) Provide ordinary compaction of the subgrade in accordance with Specification 025200, “Subgrade Preparation.” c) Install Type ‘B’ HMAC base to the thickness indicated on the Plans and in accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” d) Apply tack coat in accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” e) Install Type ‘D’ HMAC surface course to the thickness indicated on the Plans and in accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” 2) Type 2 – Type ‘B’ HMAC Base shall be used to repair small areas of street in mill and overlay projects as shown on the Plans and shall include the following: a) Milling of the surface asphalt shall NOT be included for payment in this scope of work, but shall be paid for under the Milling bid item. b) Remove existing asphalt and base, beneath the specified mill depth, to the thickness indicated on the Plans and in accordance with item 4.A of this Specification. c) Provide ordinary compaction of the subgrade in accordance with Specification 025200, “Subgrade Preparation.” d) Install Type ‘B’ HMAC base to the thickness indicated on the Plans in accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” e) Apply tack coat in accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” f) Install Type ‘D’ HMAC surface course to the thickness indicated on the Plans and in with accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” Type ‘D’ HMAC surface course shall NOT be included in this scope of work, but shall be paid for under the Type ‘D’ HMAC bid item. 025520-T Page 3 of 4 3) Type 3 – Limestone Base shall be used to repair large areas of street in mill and overlay projects as shown on the Plans and shall include the following: a) Milling of the surface asphalt shall NOT be included for payment in this scope of work, but shall be paid for under the Milling bid item. b) Remove existing asphalt and base, beneath the specified mill depth, to the thickness indicated on the Plans and in accordance with item 4.A of this Specification. c) Proof roll the subgrade in accordance with Specification 025100, “Proof Rolling.” Where “soft” subgrade is identified repair areas in accordance with Specification 025200, “Subgrade Preparation.” d) Install geogrid over the prepared subgrade and up the sides of the sawcut pavement. Geogrid shall be installed in accordance with Specification 025204, “Geogrid Reinforcement.” e) Install limestone base over the geogrid at the thickness indicated in the Plans and in accordance with Specification 025212, “Limestone Base.” f) Apply prime coat in accordance with Specification 025412, “Prime Coat.” g) Install Type ‘D’ HMAC surface course to the thickness indicated on the Plans and in with accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” Type ‘D’ HMAC surface course shall NOT be included in this scope of work, but shall be paid for under the Type ‘D’ HMAC bid item. 4) Type 4 – Limestone and HMAC Base shall be used to repair large areas of street in mill and overlay projects as shown on the Plans and shall include the following: a) Milling of the surface asphalt shall NOT be included for payment in this scope of work, but shall be paid for under the Milling bid item. b) Remove existing asphalt and base, beneath the specified mill depth, to the thickness indicated on the Plans and in accordance with item 4.A of this Specification. c) Proof roll the subgrade in accordance with Specification 025100, “Proof Rolling.” Where “soft” subgrade is identified repair areas in accordance with Specification 025200, “Subgrade Preparation.” d) Install geogrid over the prepared subgrade and up the sides of the sawcut pavement. Geogrid shall be installed in accordance with Specification 025204, “Geogrid Reinforcement.” e) Install limestone base over the geogrid at the thickness indicated in the Plans and in accordance with Specification 025212, “Limestone Base.” f) Apply prime coat in accordance with Specification 025412, “Prime Coat.” 025520-T Page 4 of 4 g) Install Type ‘B’ HMAC base to the thickness indicated on the Plans in accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” h) Apply tack coat in accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” Tack coat shall NOT be included in this scope of work, but shall be paid for under the Tack Coat bid item. i) Install Type ‘D’ HMAC surface course to the thickness indicated on the Plans and in with accordance with Specification 025424, “Hot-Mix Asphalt Concrete Pavement.” Type ‘D’ HMAC surface course shall NOT be included in this scope of work, but shall be paid for under the Type ‘D’ HMAC bid item. G. Finishing. Re-grade and compact disturbed topsoil. Clean roadway surface after repair operations. 5. MEASUREMENT AND PAYMENT Full Depth Pavement Repair (“FDPR”) shall be measured and paid by the Square Yard for each type and thickness of "Full Depth Pavement Repair” as shown on the Plans and in the Proposal. Payment shall be full compensation for all manipulation, labor, tools, equipment and incidentals necessary to complete the work described herein. 025610-T Page 1 of 2 SECTION 025610-T CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland Cement combined concrete curb and gutter or separate concrete curb with or without reinforcing steel as required, constructed on an approved subgrade or foundation material in accordance with these specifications, in conformity with the lines and grades established by the Engineer and details shown on the plans. 2. MATERIALS Unless otherwise specified on plans, materials and proportions for concrete used in construction under this specification shall conform the requirements as specified for Class "A" Concrete under specification, Section 030020 "Portland Cement Concrete". Reinforcing steel, if required, shall conform to the requirements as specified in the specification, Section 032020 "Reinforcing Steel". Expansion joint filler shall be material meeting the requirements specified in specification, Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade per typical cross section, and hand tamped and sprinkled. If dry, the foundation material shall be sprinkled lightly immediately before concrete is deposited thereon. Outside forms shall be of wood or metal, of a section satisfactory to the Engineer, straight, free of warp and a depth equal to the depth of the curb and gutter. They shall be securely staked to line and grade, and maintained in a true position during the depositing of concrete. Inside forms for the curb shall be approved material, shall be of such design as to provide the curb required and shall be rigidly attached to the outside forms. The reinforcing steel shall be placed in position as shown on the typical sections. Care shall be exercised to keep all steel in its proper location. Concrete for curb and gutter shall be mixed in a manner satisfactory to the Engineer. The curb and gutter shall be placed in sections of the length indicated on the plans, and each section shall be separated by a premoulded or board joint of cross section specified for the curb and gutter and of the thickness indicated on the plans. After the concrete has been struck off and after it has become sufficiently set, the exposed surfaces shall be thoroughly worked with a wooden float. The exposed edges shall be rounded by the use of an edging tool to the radius indicated on plans. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. 025610-T Page 2 of 2 The completed curb and gutter shall be cured with Type 2, white pigmented, curing compound unless shown otherwise on plans. Other methods of curing as outlined in the specification, Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. Fill and compact areas behind curbs and adjacent to sidewalks and driveways to the full height of the concrete without delay after completion of concrete work. The top 6" (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finished earth grade shall be clean excavated material or topsoil capable of supporting a good growth of grass when fertilized and seeded or sodded. It shall be free of concrete, asphalt, shell, caliche, debris and any other material, which detracts from its appearance or hampers the growth of grass. 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Concrete Curb and Gutter or Concrete Curb will be measured by the linear foot for each type of curb. Payment shall be full compensation for preparing the subgrade; furnishing and placing all materials including reinforcing steel and expansion material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025802-T Page 1 of 2 SECTION 025802-T TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flag-men and such temporary devices and relocation of existing signs and devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of Texas Manual on Uniform Traffic Control Devices, unless indicated otherwise, in the Traffic Control Plans. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists. The Traffic Control Plan (TCP) shall be provided by the Contractor and submitted to the Traffic Engineer for approval, prior to construction. A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off-hours phone number of the competent person shall be provided in writing at the Pre-Construction Conference. The competent person shall be on site, during working hours and on call in the event of off-hour emergency. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Temporary Traffic Controls shall be subsidiary to the project. If included as a bid item in the Proposal, Temporary Traffic Controls shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flag-men and such temporary devices and relocation of existing signs and devices and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. Payment shall be made on the following basis: the initial monthly estimate will include 50% of the 025802-T Page 2 of 2 lump sum bid minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025805-T Page 1 of 2 SECTION 025805-T ABBREVIATED PAVEMENT MARKINGS (S-101) 1. Scope. This specification covers the placement; maintenance and removal of abbreviated markings, which are to be placed on roadways which, are open to traffic as required to complete the project. 2. General Requirements. The pavement-marking material shall consist of an adhesive-backed reflective tape that can be applied to the pavement, Scotch-Lane Series A200 or approved equal. Markings shall be of good appearance, have straight, unbroken edges and have a color that complies with all FHWA regulations. 3. Dimensions. Pavement markings shall be minimum of 3-7/8 inches wide. Lengths and spacing will be as specified. 4. Color. The markings, as well as retroreflected light from the markings, shall be white or yellow as called for in the plans. 5. Visibility. When dry, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When dry, the pavement markings (when illuminated by automobile low-beam headlights at night) shall be distinctively visible for 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. Placement and Maintenance. At sunrise and sunset of each day, abbreviated markings meeting all specifications requirements shall be in place on all roadways on which traffic is allowed and where suitable standard pavement by the markings is not in place. The transverse location of the line(s) formed by the markings shall be as determined by the Engineer. Unless otherwise shown on the plans, the abbreviated markings shall be placed as follows: Condition Spacing Length of Stripe Straight 80 feet (approx.) 24 inch Curve 40 feet (maximum) 24 inch The spacing of stripe may be modified by the Engineer. However, the maximum spacing specified above shall not be exceeded in any case. The Contractor will be responsible for maintaining the abbreviated pavement markings, until standard pavement markings are in place. 025805-T Page 2 of 2 7. Removal. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for in the plans. 8. Measurement & Payment Unless indicated otherwise in the Proposal, Abbreviated pavement markings shall be considered subsidiary to the Traffic Control Bid Item in the Proposal. Payment shall be full compensation for furnishing all materials, labor, tools, equipment and incidentals necessary to place the markings and for maintaining and removing and markings as required. 025807-T Page 1 of 3 SECTION 025807-T PAVEMENT MARKINGS (S-45) PAINT AND THERMOPLASTIC 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways applied in accordance with these specifications and at the locations shown on the plans or as directed by the Engineer. 2. MATERIALS Paint shall be Type F per AASHTO M248. Thermoplastic shall be in accordance with AASHTO M 249. 3. CONSTRUCTION METHODS 3.1 Weather Limitations - The marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F, and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand marking equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray-type marking machine. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross sections and clear-out edges without running of spattering and within the limits for straightness set forth herein. Suitable adjustments shall be provided on the sprayer (s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint, the existing surface shall be dry and entirely free from dirt, grease, oil, acids, laitance, or other foreign matter which would reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, Latinate, and loose materials. Areas which cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na 3 Po 4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 025807-T Page 2 of 3 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experience technician to supervise the location, alignment, layout, dimensions, and application of the marking. 3.5 Application - Marking shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Paint shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All marking shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 nor more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment or inspecting and sampling of the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while the drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible and shall erect or place suitable warning signs, flags or barricades, protective screens, or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirement of the specifications or plans has been delivered to the project or incorporated in the work or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 025807-T Page 3 of 3 4. MEASUREMENT & PAYMENT Unless indicated otherwise in the Proposal, Pavement Markings shall be measured by the linear foot of each type of marking. Payment shall be full compensation for furnishing all materials and for all preparation, layout, and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025814-T Page 1 of 2 SECTION 025814-T PREFABRICATED PAVEMENT MARKINGS (TxDOT 668) 668.1. Description. Furnish and place prefabricated pavement markings. 668.2. Materials. Furnish prefabricated pavement marking materials meeting the requirements of DMS 8240, “Permanent Prefabricated Pavement Markings.” Store all materials in a weatherproof enclosure and prevent damage during storage. 668.3. Construction. A. General. Obtain approval for the sequence of work and estimated daily production. Before the end of each working day, remove all waste generated from the jobsite. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. B. Placement Limitations. Do not place pavement-marking materials between September 30 and March 1 unless otherwise permitted. 1. Moisture. Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1 ft.-square piece of clear plastic that has been placed on the pavement and weighted on the edges. 2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. If the material manufacturer establishes no temperature requirements, do not place material if the pavement temperature is below 60°F or above 120°F. C. Dimensions. Place markings in accordance with the color, length, width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. D. Methods. Place all material in accordance with the material manufacturer’s instructions, unless otherwise directed. In addition to the manufacturer’s instructions, place materials in accordance with the surface condition, moisture, and temperature requirements of this Item. E. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water-blast cleaning is not required unless shown on the plans. Blast-clean, when required, in accordance with Item 678, “Pavement Surface Preparation for Markings.” Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement marking material manufacturer or as directed. Use adhesive, when required, of the 025814-T Page 2 of 2 type and quality recommended by the pavement marking material manufacturer. Do not clean concrete pavement surfaces by grinding. F. Performance Requirements. 1. Adhesion. Markings do not lift, shift, smear, spread, flow, or tear by traffic action. 2. Appearance. Markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3. Visibility. Markings have uniform and distinctive retroreflectance when inspected in accordance with Tex 828 B. G. Performance Period. All markings and replacement markings must meet the requirements of this Item for at least 15 calendar days after installation. Remove all pavement markings that fail to meet requirements and replace at the Contractor’s expense. Replace failing markings within 30 days of notification. 668.4. Measurement. This Item will be measured by the linear foot or by each word, shape, or symbol. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal. Additional measurements or calculations will be made if adjustments of quantities are required. 668.5. Payment. The work performed and materials furnished in accordance with this Item and measured as provided under “Measurement” will be paid for per the units of individual bid items for the type and color specified and the shape, width, and size specified as indicated in the Proposal. This price is full compensation for cleaning the pavement by any means other than required abrasive or water-blast cleaning or milling; furnishing and placing materials; and equipment, labor, tools, and incidentals. Abrasive or water-blast cleaning and milling, when shown on the plans, will be paid for under Item 678, “Pavement Surface Preparation for Markings.” 025816-T Page 1 of 2 SECTION 025816-T RAISED PAVEMENT MARKERS AND TRAFFIC BUTTONS 025816.1 DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers and Traffic Buttons required to complete the project. 025816.2 MATERIALS RAISED PAVEMENT MARKERS shall conform to Section 025818-T "Pavement Markers (Reflectorized)(TxDOT D-9-4200)". TRAFFIC BUTTONS shall conform to Section 025820-T "Traffic Buttons (TxDOT D-9- 4300)". Unless indicated otherwise on the drawings, Raised Pavement Markers and Traffic Buttons shall be of the type to be applied to the roadway surface with a non-integral adhesive. Types of Raised Pavement Markers and Traffic Buttons shall be as follows: TYPE DESCRIPTION I-A One face shall reflect amber light and the body other than the reflective face shall be yellow. I-C One face shall reflect white light and the body other than the reflective shall be white, silver, or light gray. I-R One face shall reflect red light and the body other than the reflective face shall be white, silver, or light gray or may be one-half red on the side that reflects red light. II-A-A Two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II-B-B Two reflective faces, each of which shall reflect blue and the body other than the reflective faces shall be blue. Fire Hydrant Application II-C-C Two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver, or light gray. II-C-R Two reflective faces, one of which reflects white light and one that reflects red light; the body other than the reflective faces shall be white, silver, or light gray or may be one-half red on the side that reflects red light. W Shall be non-reflectorized white body Traffic Button. Y Shall be non-reflectorized yellow body Buttons. 025816-T Page 2 of 2 ADHESIVE for securing Raised Pavement Markers and Traffic Buttons to asphalt or concrete surfaces shall conform to Specification 025828, BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS. 025816.3 METHODS PAVEMENT SURFACE to receive button shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that would impair bond with adhesive. ALIGNMENT AND POSITIONING of markers and buttons shall be such that reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker or button is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker or button and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker or button is not impaired. 025816.4 MEASUREMENT AND PAYMENT Raised Pavement Markers and Traffic Buttons shall be measured per units of individual bid items as indicated in the Proposal. Payment shall include, but not be limited to, furnishing and installing markers or buttons complete with adhesive, all labor, materials, equipment, and incidentals required to complete the work. 025818-T Page 1 of 4 SECTION 025818-T PAVEMENT MARKERS (REFLECTORIZED) (TxDOT D-9-4200) 1. DESCRIPTION This specification shall govern for the materials, composition, quality, sampling and testing of pavement markers (reflectorized) as specified hereinafter. 2. BIDDER’S AND/OR SUPPLIER’S REQUIREMENTS All prospective bidders and/or suppliers are hereby notified that before any material is considered, it shall be of design and shape shown or previously approved by the Engineer. 3. SAMPLING AND TESTING Sampling and testing shall be in accordance with the State Department of Highways and Public Transportation, Materials and Tests Division Manual of Testing Procedures. Costs of sampling and testing are normally borne by the Department. However, the costs of sampling and testing of materials failing to conform with the requirements of this specification shall be borne by the Contractor or Supplier. Costs of sampling and testing failing material shall be assessed at the rate established by the Materials and Tests Engineer, and in effect at the time of testing. Amounts due the Department for conducting such tests will be deducted from monthly or final estimates on contracts or from partial or final payments on direct purchases by the State. 4. MATERIAL REQUIREMENTS This specification covers the general and specific requirements for two classes and eight types of pavement markers, reflectorized. Pavement markers, reflectorized, shall meet all requirements of this specification, except when specific requirements are shown for a specific class or type. A. Classes: 1. Class A: Class A pavement markers are those markers to be applied to the roadway surface with an adhesive, such as epoxy. 2. Class B: Class B pavement markers are those markers to which an adhesive pad is affixed for the purpose of adhering the pavement marker to the roadway surface. B. Types: 1. Type I-A: Shall contain one face that reflects amber light and the body other than the reflective face shall be yellow. 2. Type I-C: Shall contain one face that reflects white light and the body other than the 025818-T Page 2 of 4 reflective face shall be white, silver white or light gray. 3. Type I-R: Shall contain one face that reflects red light and the body other than the reflective face shall be white, silver white, or light gray or may be one-half red on the side which reflects red light. 4. Type II-A-A: Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. 5. Type II-C-C: Shall contain two reflective faces, each of which shall reflect white light and the body other than the reflective faces shall be white, silver white or gray. 6. Type-II-C-R: Shall contain two reflective faces, one of which reflects white light and one of which reflects red light; the body other than the reflective faces shall be white, silver white or light gray or may be one-half red on the side that reflects red light. The reflective faces of the Type II markers shall be located so that the direction of reflection from one face shall be directly opposite to the direction of reflection of the other face. 5. DESIGN AND SHAPE REQUIREMENT 1. Outer Surface: The outer surface of the pavement marker shall be smooth except for the molding or stamping of the manufacturer’s name. All corners and edges exposed to traffic must be rounded. The interface between the reflective faces and body of the marker shall be solid. 2. Bottom: a. Class A: The bottom surface of the Class A pavement marker shall have a minimum roughness comparable to that of fine sandpaper, but shall not be of such roughness or grooved such that air will be entrapped when pressed into the adhesive. b. Class B: A 100 percent solids pressure sensitive adhesive shall be firmly adhered to the bottom of the markers. The adhesive layer shall be approximately 0.06 inch thick and covered with release paper. The bottom surface of the markers, exclusive of the pressure-sensitive adhesive, shall not deviate from a true plane more than 0.05 inch. 3. Reflective Face: The angle formed by the reflective face or faces and the plane of the bottom surface shall not exceed 30 degrees. 6. OPTICAL REQUIREMENT 025818-T Page 3 of 4 A. Optical Performance: The reflective device(s) shall be capable of providing reflection of amber, red or white light as required by the requisition or plans. The reflective light of each reflective face shall conform to the minimum reflective intensity requirements as follows: SPECIFIC INTENSITY PER REFLECTIVE FACE AT 0.2o OBSERVATION Horizontal Entrance Angle Crystal Amber Red 4o 3.00 2.00 0.40 20o 1.50 1.00 0.20 Horizontal entrance angle shall mean the angle, in a plane parallel to the base of the marker, between a line in the direction of the incident light and a line perpendicular to the leading edge of the reflective surface. Observation angle shall mean the angle at the reflector between observer’s line of sight and the direction of the light incident on the marker. Specific intensity shall mean candlepower of the returned light at the chosen observation and entrance angles for each foot candle of incident light per reflective face. Test Method Tex- 842-B will be used to determine specific intensity. The specific intensity of the pavement marker shall not be less than 80 percent of its initial value after being subjected to the heat test in Section 5.B., below. 7. PHYSICAL REQUIREMENTS A. Impact Resistance. The marker shall be tested for quality according to Test Method Tex- 403-A “Method for Testing the Impact Resistance of Pavement Markers.” Criteria for acceptance by the impact resistance requirement shall be as follows: Definition: Any individual marker shall be considered failing if it breaks, cracks or is significantly deformed by the test. A set of five markers shall be subjected to the impact resistance test. If all five markers pass the test, the sample is acceptable. If two or more of the five markers fail the test, the sample shall be rejected. If one of the five markers fail, then a retest will be made on five additional markers from the same sample. If none of the markers from the retest fail, then the sample will be considered passing the impact resistance requirement. B. The marker shall show no change in shape or color when subjected to the requirements of Test Method Tex-846-B. The temperature shall be 140 F with the marker in a vertical position. 025818-T Page 4 of 4 C. Adhesion Requirement: 1. Class A: The Class A pavement marker shall be tested in accordance with Test Method Tex-611-J. Unless otherwise specified, the following shall be the criteria for acceptance: The five specimens tested must evidence a minimum average bond strength of 500 psi. In addition, no more than one individual specimen may evidence a bond strength less than 500 psi. If the average bond strength is less than 500 psi, or two or more individual specimens evidence a bond strength less than 500 psi, the lot represented by the samples shall be rejected. 2. Class B: The Class B pavement marker shall comply with the following adhesion requirements, when tested as follows. A 4" x 4" x 1/4" steel plate with 2" nut welded to the center of the back side shall be sandblasted and coated with the primer recommended by the supplier. After the primer has dried, the adhesive surface of the marker shall be placed against the primed surface and a compressive load of 90 + 5 psi applied to the marker and plate for 10 seconds to obtain good contact. A steel fixture of the type used in Test Method Tex-611-J shall be bonded to the top surface of the marker with epoxy adhesive. After 24 hours, self-aligning straps shall be attached to the composite specimens and they shall be loaded in tension at a cross-head speed of 2.0 + 0.2 inches per minute until failure occurs. Preparation and testing shall be in a laboratory with ambient temperature maintained between 70 and 80 F. Five specimens shall be tested. The average bond strength shall be at least 20 psi. No more than one individual specimen may evidence a bond strength of less than 20 psi, therefore if two or more individual specimens evidence a bond strength of less than 20 psi, the lot represented by the samples shall be rejected. 8. PAYMENT All materials under this specification utilized by the Contractor shall be paid for per the units of individual bid items as indicated in the Proposal. 026206-T Page 1 of 3 SECTION 026206-T DUCTILE IRON PIPE AND FITTINGS (S-81) 1. DESCRIPTION This specification shall govern all work necessary for furnishing all ductile iron pipe and fittings required to complete the project. 2. GENERAL All ductile iron pipe shall conform to AWWA C151. The interior of pipe and fittings shall be lined with enameled cement mortar in accordance with AWWA C104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in A.W.W.A. C- 105. Buried Ductile iron pipe shall be wrapped in two plys of 8 mil polyethylene in accordance with Technical Specifications Section 026602 or Section 026402. 3. FITTINGS All fittings shall be either gray cast iron or ductile iron and in accordance with AWWA C110 or C153. Fittings shall have a pressure rating of 250 p.s.i for sizes through 12" and 150 p.s.i for 14" and larger sizes, unless shown differently on drawings. Unless noted otherwise on drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type; joints for fittings shall be mechanical joints, unless shown otherwise on drawings. Mechanical joints shall conform to AWWA Clll and/or C153. Mechanical joints shall be furnished complete with joint material, Cor-ten nuts, Cor-ten bolts, glands and gaskets. When restrained joints are indicated on the drawings, restrained joints for pipe and fittings of 12" diameter and less shall be mechanical joint with retainer gland Series 1100 by EBA Iron or approved equal with a minimum of 250 p.s.i rated working pressure. Restrained joints for pipe and fittings over 12" in diameter shall be push on type with a retainer ring as LOK-RING by American Ductile Iron Pipe or TR FLEX by U.S. Pipe, or approved equal. Gaskets shall be of synthetic rubber. An analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present shall be supplied. 026206-T Page 2 of 3 5. PIPE Pressure class ductile iron pipe requirements: Pressure Wall Range of Maximum Diameter Class Thickness Allowable Depth Cover (inches) (psi) (inches) (feet) (feet) A - B* 4# 350 0.25 60+ 6 350 0.25 30 - 65 8 350 0.25 20 - 50 10# 350 0.26 15 - 45 12 350 0.28 15 - 44 14# 300 0.30 13 - 42 16 300 0.32 13 - 39 18 300 0.34 13 - 36 20 300 0.36 13 - 35 24 250 0.37 11 - 29 24+ x x x * Range of maximum allowable depth of pipe where: A = Ground water, or unstable bottom, or quick condition. B = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor. # Pipe sizes not typically specified on City projects, but shown for reference. x Requires special evaluation. The face of bells shall be plainly marked by color coding for classes so as to be readily identified in the field. 6. CERTIFICATIONS A certification shall accompany each order of pipe and fittings furnished to job site. Certification shall include the following items: indicate that pipe complies with Part 3 of this specification; indicate that fittings and joints comply with Part 4 of this specification (it should be noted that the supplier shall furnish sufficient technical material for the Engineer to determine whether or not push- on joints can comply with the "or equal" clause); and a copy of a lab analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206-T Page 3 of 3 7. MEASUREMENT & PAYMENT If included as a bid item in the Proposal, Ductile Iron Pipe and Fittings shall be as indicated in the Plans and Proposal. Payment shall include, but not be limited to, furnishing and installing the pipe and fittings complete and in place including joint material and all materials, labor, equipment, and incidentals necessary to provide a safe condition and to complete the work. 027205-T Page 1 of 7 SECTION 027205-T GLASS-FIBER REINFORCED POLYESTER (FRP) MANHOLES I. SCOPE OF WORK This specification shall govern for the furnishing of all work necessary to accomplish and complete the installation of glass-fiber reinforced polyester manholes. Glass-Fiber Reinforced Polyester (FRP) Manholes shall be a one-piece monolithic designed unit constructed of glass- fiber reinforced, supplier certified, unsaturated commercial grade polyester resin containing chemically enhanced silica to improve corrosion resistance, strength and overall performance. FRP manholes shall be manufactured in strict accordance with ASTM D-3753 “Standard Specification for Glass-Fiber Reinforced Polyester Manholes”. II. GOVERNING STANDARDS Manholes shall conform to the following design criteria: A. ASTM D-3753: Standard Specification for Glass-Fiber Reinforced Polyester Manholes. B. ASTM C-581: Practice for Determining Chemical Resistance of Chemical Thermosetting Resins Used in Glass-Fiber Reinforced Structures Intended for Liquid Service. C. ASTM D-2412: Test Method for Determination of External Loading Characteristics of Plastic Pipe by Parallel Plate Loading. D. ASTM D-695: Test Methods for Compressive Properties of Rigid Plastics. E. ASTM D-2584: Test Method for Ignition Loss of Cured Reinforced Resins. F. ASTM D-790: Test Method for Flexural Properties of Unreinforced and Reinforced Plastics and electrical Insulating Materials. G. ASTM D-2583: Test Method for Indentation Hardness of Rigid Plastics by means of a Barcol Impressor. H. AASHTO H-20: Axle Loading. III. GENERAL DESCRIPTION A. Dimensions: The manhole shall be a circular cylinder, reduced at the top to a circular manway not smaller than 31 3/4” inside diameter. Manholes shall be produced in half- foot increments in length +/- 2”. Nominal inside diameters shall be 42“, 48”, 54”, 60”, 66”, and 72“. Tolerance on the inside diameter shall be +/- 1%. Other diameters as agreed upon between purchaser and the manufacturer are covered by this specification. B. Cone Section: The manway reducer must provide a bearing surface on which a standard ring and cover may be supported and adjusted to grade. The reducer shall be concentric and shall be joined to the barrel section at the factory with resin and glass fiber reinforcement, thus 027205-T Page 2 of 7 providing required monolithic design to prevent infiltration and/or exfiltration through the manhole. Cone section shall be self-centering to permit vertical height adjustment (raising or lowering) of manhole by contractor utilizing manufacturer provided materials and detailed written instructions. C. Class: The manhole shall be manufactured in one class of load rating. This class shall be H-20 wheel load (minimum 16,000 pounds dynamic wheel load). D. Stubouts and Connections: 1) Inserta-Tee: Joints for sewer pipe line and drop connections sizes 4” - 12” shall be made by means of Inserta-Tee watertight compression connection. Installation shall be in strict accordance with manufacturer’s written instructions utilizing installation equipment approved for use by the manufacturer of the Inserta-Tee fitting. Use of equipment which does not meet this requirement is expressly prohibited. 2) Pipe Stubouts: a. Install PVC sewer plain end pipe stubouts to manhole with resin and glass-fiber reinforced lay-up. Belled fittings (if required) shall meet the same performance requirements of the sewer pipe to be installed unless otherwise directed by the Engineer. Resin and fiberglass shall be of the same type and grade as used in the fabrication of the fiberglass manhole. b. Install pipe-to-manhole connectors (Mission Rubber Coupling, or Approved Equal) which conform to the performance requirements of ASTM C-923. E. Manhole Bottom: Manholes shall be provided with glass reinforced bottom section designed to withstand the hydrostatic head pressure, empty and water to grade, of a 25-ft. burial depth. (Units deeper than 25-ft. may require additional reinforcement as required). Fiberglass ribs or fiberglass structural members may be utilized to meet the design criteria. Stiffeners shall be of non-corrosive materials encapsulated in fiberglass. FRP encapsulated wood or lumber will not be permitted. Bottom sections shall be furnished with an integral 3” wide anti-flotation flange. Invert and bench shall be factory installed utilizing non-corrosive materials encapsulated in fiberglass minimum 1/4” thick. If called for by the Engineer, invert and bench may be field installed utilizing concrete. F. Marking and Identification: All manholes shall be marked with the following information: 1) Manufacturers Identification 2) Manufacturers Serial Number 3) Manhole Length 027205-T Page 3 of 7 4) ASTM Designation 5) Installation assist marks (vertical lines 900 apart at base of manhole). IV. MATERIALS A. Resin: The resins used shall be unsaturated, supplier certified, commercial grade polyester resins. Mixing lots of resin from different manufacturers, or “odd-lotting” of resins shall not be permitted. Quality-assurance records on the resin shall be maintained. Non-pigmented Resin is required to allow for light or “sand” color of manhole surface in order to facilitate easy from grade interior inspection. UV inhibitors shall be added directly to resins to prevent photodegradation. B. Reinforcing Materials: The reinforcing materials shall be commercial grade “E” type glass in the form of mat, continuous roving, chopped roving, roving fabric, or both, having a coupling agent that will provide a suitable bond between the glass reinforcement and the resin. C. Surfacing Material: If reinforcing material is used on the surface exposed to the contained substance, it shall be a commercial grade chemical-resistant glass or organic surfacing mat having a coupling agent that will provide a suitable bond with the resin. D. Fillers and Additives: Fillers, when used, shall be inert to the environment and manhole construction. Additives, such as thixotropic agents, catalysts, promoters, etc., may be added as required by the specific manufacturing process to be used to meet the requirements of this standard. However, calcium carbonate mixed by the fabricator shall not be permitted. The resulting reinforced plastic material must meet the requirement of this specification. E. Laminate: The laminate shall consist of multiple layers of glass matting and resin. The surface exposed to the sewer/chemical environment shall be resin rich and shall have no exposed fibers. V. MANUFACTURE A. Manhole cylinders, manway reducers, and connectors shall be produced from glass fiber- reinforced polyester resin. Manhole cylinders less than 72” ID shall be manufactured by “computer regulated mandrel process”. Manhole cylinders 72” ID and larger to be manufactured by computer regulated steel mandrel process utilizing structural rib design. B. Interior Access: All manholes shall be designed so that a ladder or step system can be supported by the installed manhole. Manway openings shall accommodate a 32” standard ring and cover with a 30” opening. C. Manway Reducer: Manway reducers shall be concentric with respect to the larger portion of the manhole diameters through 72”. 027205-T Page 4 of 7 D. Cover Ring and Support: The manhole shall provide an area from which a typical ring and cover plate can be supported without damage to the manhole. E. Assembly Joints: Product components, (i.e. cylinders, reducers, bottoms, and connectors) may be joined together to form a complete manhole. VI. REQUIREMENTS A. Exterior Surface: The exterior surface shall be relatively smooth with no sharp projections. Hand-work finish is acceptable if enough resin is present to eliminate fiber show. The exterior surface shall be free of blisters larger than 0.5” in diameter, delamination and fiber show. Gel-coat or paint or other coatings are not allowed. B. Interior Surface: The interior surfaces shall be resin rich with no exposed fibers. Interior surface shall be smooth for improved corrosion resistance and reduced sludge build-up. The surface shall be free of crazing, delamination, blisters larger than 0.5” in diameter, and wrinkles of 0.125” or greater in depth. Surface pits shall be permitted up to 6/ft2 if they are less than 0.75” in diameter and less than 0.0625” deep. Voids that cannot be broken with finger pressure and that are entirely below the resin surface shall be permitted up to 4/ft2 if they are less than 0.5” in diameter and less than 0.0625” thick. Gel-coat or paint or other coatings are not allowed. C. Repairs: Any manhole repair is required to meet all requirements of this specification. D. Manhole Lengths: Manhole lengths shall be in whole or 1/2-foot increments +/- 2”. E. Load Rating: The complete manhole shall have a minimum dynamic load rating of 16,000 lbs. when tested in accordance with ASTM 3753, 8.4 (Note 1). To establish this rating the complete manhole shall not leak, crack, or suffer other damage when load tested to 40,000 lbs. and shall not deflect vertically downward more than 0.25” at the point of load application when loaded to 24,000 lb. F. Stiffness: The cylindrical portion of the manhole is to be tested in accordance with ASTM Method D 2412. The manhole cylinder shall have the minimum pipe-stiffness values shown in the table below, when tested in accordance with ASTM 3753, Section 8.5, (Note 1). Manhole Length (ft) PSI 3 - 6 0.72 7 - 12 1.26 3 - 20 2.01 21 - 25 3.02 26 - 35 5.24 027205-T Page 5 of 7 G. Soundness: In order to determine soundness, an air or water test is to be applied to the manhole test sample. While holding the pressure between 3-5 psi, the entire manhole must be inspected for leaks. Any leakage through the laminate is cause for failure of the test. Refer to ASTM 3753, Sec. 8.6. H. Chemical Resistance: Per ASTM C 581; (see ASTM 3753, Section 8.7), Flexural strength, flexural modulus, and barcol hardness are plotted versus time on log-log coordinates. The line defined by these points is extrapolated to 100,000 hours. The minimum extrapolation retention allowed for any of these properties is 50%. Test samples used are actual pieces of manhole or samples manufactured in a manner consistent in every way with the manhole component construction. VII. TEST METHODS A. All tests shall be performed as specified in ASTM 3753, Section 8, Titled “Test Methods”. See ASTM 3753, Section 8, Note 5, for Test method D-790 and test method D-695. VIII. QUALITY ASSURANCE/QUALITY CONTROL A. Examination: Each manhole component part shall be examined for dimensional requirements, hardness, and workmanship. B. Composition Control: Controls on glass and resin content shall be maintained for all manufacturing processes and for each portion of manhole fabrication. Records shall be maintained for these control checks. Proper glass content may be shown by glass usage checks or glass and resin application rate checks, in accordance with the material composition test in ASTM 8.8.1. C. All required ASTM 3753 testing shall be completed and records of all testing shall be kept and copies of test results shall be presented to customer upon written request within a reasonable time period. IX. CERTIFICATION When requested by the purchaser on his order, a certification shall be made the basis of acceptance. This shall consist of a copy of the manufacturer’s test report or a statement by the supplier, accompanied by a copy of the test results, that the manhole has been sampled, tested, and inspected in accordance with the provisions of ASTM 3753 and this specification, and meets all requirements. An authorized agent of the supplier or manufacturer shall sign each certification so furnished. 027205-T Page 6 of 7 X. HANDLING AND STORAGE Do not drop or impact the fiberglass manhole. Lift manhole with two slings on spreader bar in horizontal position or an appropriately sized timer or steel beam, 8” longer than the cone top opening, inserted crosswise inside the manhole to the underside of the collar with a rope or chain attached to backhoe or other lifting device. Manhole may be rolled, however, insure that ground is smooth and free of rocks, debris, etc. Use of chains or cables in contact with manhole surface is prohibited. XI. INSPECTION A. The quality of all materials, the process of manufacture, and the finished sections shall be subject to inspection and approval by the Engineer, or other representative of the owner. Such inspections shall be made at the place of manufacture, or at site of delivery, and the sections shall be subject to rejection on account of failure to meet any of the specification requirements. Sections rejected after delivery to the job site shall be marked for identification and shall be removed from the job at once. All sections which have been damaged after delivery will be rejected, and if already installed shall be acceptable if repaired or removed and replaced at the contractor’s expense. B. At the time of inspection the material will be examined for compliance with the requirements of this specification and the approved drawings. XII. MEASUREMENT This item will be measured will be measured by each type of individual structure completed. The depth will be measured from the flow line to the top of the rim. The size shall be nominal inside diameter. This item includes, but is not limited to the following: A. Structural excavation B. Loading, hauling, and disposing of all excess material C. Furnishing all labor and materials including fiberglass, concrete, mortar, bricks, drop pipe and fittings, manhole rings and covers D. Placing and compacting all backfill E. Final Grading 027205-T Page 7 of 7 XIII. PAYMENT This item will be paid for at the contract unit price per bid per each structure for the various sizes, types, and various depths of structures complete in place and will be full compensation for all materials required, operations, labor, tools, equipment, and all other incidentals necessary to complete the work as shown on the drawings and specified herein. 027602-T Page 1 of 6 SECTION 027602-T GRAVITY SANITARY SEWERS 1. DESCRIPTION This specification shall govern all work required for furnishing, handling, and installing gravity sanitary sewers required to complete the project. 2. MATERIALS A. Pipe and Fittings: 1. VITRIFIED CLAY PIPE (VCP) and fittings shall be "Extra Strength" in accordance with ASTM C-700. Pipe shall have a minimum laying length of 6 feet, unless indicted otherwise on the plans. All joints shall be in accordance with ASTM C- 425. Joints for pipe and fittings with a nominal diameter of 18 inches or less shall be Plain End (PEP); for larger sizes either PEP or Bell and Spigot. 2. POLY-VINYL CHLORIDE (PVC) PIPE and fittings shall be in accordance with ASTM D-3034. Pipe shall have an SDR of 26. Pipe and fittings shall have push-on compression gasket joints in accordance with ASTM D-3212. B. Bedding Materials: 1. CRUSHED STONE shall be well graded angular crushed stone in the general size range of 3/4" to 1/16" which has good stability. Crushed stone shall be graded in accordance with Size #67 and #68 of AASHTO M 43, ASTM D 448. 2. SAND shall be sands with very little or no fines. Soils with a Unified System Classification of SW and SP, or an AASHTO classification of A-3 shall be required. 3. GRAVEL shall be gravel with less than 10% by weight fines. The sieve analysis of gravel shall be in accordance with Size #67 or #68 of AASHTO M43, ASTM D 448. 4. CONCRETE shall be Class B concrete in accordance with City Standard Specification Section 030020-T for "Portland Cement Concrete". C. Backfill Materials: 1. INITIAL BACKFILL is that material from the top of the bedding material to an elevation within 12 inches of the top of the pipe. This material shall be in accordance with City Standard for "Select Material" or material with a binder having a Plasticity Index between 0 & 13 and a liquid limit less than 46. The material shall be free of vegetation, debris, rocks with a diameter over 1.5 inches 027602-T Page 2 of 6 and clay lumps. This material shall not include soils with a Unified System Classification of OL, MH, OH, CH, and PT or soils with an AASHTO classification of A-7. 2. FINAL BACKFILL is that material placed on the initial backfill. The material shall be in accordance with a technical specification Section 022020-T "EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS". 3. CONSTRUCTION METHODS A. Trench Excavation: See technical specification Section 022020-T "EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS". B. Handling of Materials: 1. HANDLING AND CARE of pipe shall be the responsibility of the Contractor. Pipe shall be unloaded at the point of delivery, hauled to and distributed at the site by the Contractor. Materials shall be handled with care and in accordance with the manufacturer's recommendations. 2. STORAGE AND SECURITY of materials shall be provided by the Contractor. Any material delivered to the site that is not to be incorporated into the work within 10 working days shall be properly stored off the ground. Stacking and handling of materials shall be done as recommended by the manufacturer. 3. REJECTED OR DEFECTIVE materials are those having cracks, flaws, or other defects. Rejected materials shall be marked by the Engineer and removed from the job site by the end of the day by the Contractor. 4. DISTRIBUTION OF MATERIALS at the work site shall be allowed provided that they are incorporated into the work within 10 working days. Materials shall not be placed on private property, unless written permission has been obtained from the owner by the contractor. Materials shall not be placed within five feet of the back of curb or edge of pavement without permission of the Engineer. C. Alignment and Grade: 1. All pipe shall be laid and maintained to the required line and grade. 2. NO DEVIATIONS from design line and grade shall be allowed, unless authorized by the Engineer. 027602-T Page 3 of 6 3. The Contractor shall be provided with off-sets and cut sheets. The Contractor may use batter boards, laser, or other approved methods necessary to construct the sewer to design line and grade. D. Pipe Placement: 1. GENERAL: Proper implements, tools, etc., shall be used by the Contractor for safe and efficient execution of work. All pipes shall be carefully lowered into the trench by suitable equipment in such a manner as to prevent damage. Under no circumstances shall pipe be dropped or dumped into the trench. The Contractor shall not lay pipe in the trench until the bedding and condition of the trench has been approved by the Engineer. The trench shall be free of water and maintained in that condition until the pipe has been laid, the joints have been completed, and the initial backfill has been completed. 2. CLEAN PIPE: All foreign matter or dirt shall be removed from the interior of the pipe before lowering pipe into trench. The interior of pipe shall be maintained free of dirt during the remaining installation operations. E. Jointing Pipe: 1. VITRIFIED CLAY PIPE: ASTM C-12 PLAIN END PIPE (PEP) has a polyurethane elasomer molded to both ends of the pipe. The factory applied PVC sleeve, or collar may be removed and used on either end of the pipe. The mating surface shall be cleaned and lubricated prior to assembly. The pipe shall be aligned in the trench and shoved home to compress the joint and to assure a tight fit between the inner surfaces. Care shall be taken to avoid damaging the collar. BELL AND SPIGOT PIPE shall have bell and spigot mating surfaces wiped clean and free of dirt and other foreign matter. A lubricant shall be applied to the mating surfaces just prior to joining. Bell holes shall be excavated into the bedding material. The spigot end shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. Care shall be taken to avoid damaging the bell. 2. POLY-VINYL CHLORIDE PIPE shall have mating surfaces of the gasketed joint wiped clean of dirt and foreign matter. A lubricant recommended by the coupling manufacturer shall be applied to the bell and spigot mating surfaces just prior to joining. The spigot shall then be centered on grade into the bell of the previous pipe and shall be shoved home to compress the joint and to assure a tight fit between the inner surfaces. Pipe shall not be assembled in reverse order by pushing bell onto spigot. When the pipe is being thusly installed, bell holes shall be excavated in the bedding material. When the joint has been made, the bell hole shall be carefully 027602-T Page 4 of 6 filled with material to provide for adequate support of the pipe. The spigot shall be centered within 1/4 inch of the home line marked on the spigot. F. Bedding and Initial Backfill: 1. VITRIFIED CLAY PIPE: Bedding and initial backfill of VCP shall be in accordance with the details provided in the drawings. The class of bedding required will be dependent on trench width, pipe size and depth of cut. Bedding class shall be obtained from the table provided in the drawings. CLASS A BEDDING: When included in the drawings shall be used for deep cut applications and shall include concrete cradle or concrete arch. CLASS C BEDDING: When in a total sand environment, sand bedding material may be used in place of crushed stone or gravel. CLASS D BEDDING: Shall require either bell holes or sand bottom as required for uniform support of pipe. 2. POLY-VINYL CHLORIDE PIPE: Bedding and initial backfill of PVC pipe shall be in accordance with the details provided in the drawings. Bedding shall be well tamped regardless of type. The type of bedding required shall depend upon the depth of cut and ground water condition and shall be as specified below: BOTTOM OF TRENCH IN GROUNDWATER Depth of Cut Required Bedding Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone BOTTOM OF TRENCH NOT IN GROUND WATER Depth of Cut Required Bedding Less than 15 feet Sand, Gravel, or Crushed Stone Less than 20 feet Gravel or Crushed Stone Over 20 feet Crushed Stone G. Final Backfill: See technical specification Section 022020 "EXCAVATION AND BACKFILL FOR UTILITIES AND SEWERS". 027602-T Page 5 of 6 4. TESTING AND CERTIFICATION A. Leakage Testing: (Required for all types of pipe) 1. EQUIPMENT FOR LEAKAGE TESTING shall be furnished and installed by the Contractor. The Contractor shall test the entire system for leaks. This work shall be witnessed by the Engineer. 2. VITRIFIED CLAY PIPE shall be tested in accordance with ASTM C 828 "Standard Practice for LOW-PRESSURE AIR TEST OF VITRIFIED CLAY PIPE LINES. 3. POLY-VINYL CHLORIDE (PVC) PIPE shall be tested in accordance with Uni- Bell Plastic Pipe Association "Recommended Practice for LOW-PRESSURE AIR TEST OF INSTALLED SEWER PIPE" UNI-B-6. B. Deflection Testing: (Required for PVC Pipe) 1. EQUIPMENT FOR DEFLECTION TESTING shall be provided by the Contractor. Mandrels shall be provided by the Contractor and will be of machined stainless steel pipe with a length not less than 2 diameters. Mandrels will be sized for SDR 26 PVC pipe at 5% deflection. The outside diameter of the standard mandrels shall be as follows: Nominal Size (inch) Mandrel O.D. (inch) 8 7.11 10 8.87 12 10.55 15 12.90 2. TESTING shall be done by the Contractor and witnessed by the Engineer. All pipe shall be tested for deflection no less than 30 days after placement of backfill. The Contractor may wish to check pipe immediately after backfilling for job control. However, this shall not qualify as acceptance testing. No pipe can be tested for formal acceptance until it has been in place, complete with backfill for at least 30 days. C. Retesting: ANY DEFECTIVE WORK OR MATERIALS shall be corrected or replaced by the Contractor and retested. This shall be repeated until all work and materials are acceptable. 027602-T Page 6 of 6 5. SOIL BORINGS The City does not assume responsibility for subsurface information. Soil data and other subsurface information shown on the plans or in the appendix is without warranty as to correctness of fact or interpretation. 6. BRACING AND SHORING Trenching operation shall comply with Worker Safety Requirements for Excavation and Trenching Operations. If, for whatever reason, the trench width at the top of pipe must exceed that width indicated in the bedding details, the Contractor shall modify bedding as required by the Engineer to accommodate the additional load on the pipe. 7. MEASUREMENT Pipe shall be measured by the linear foot as follows: A. Between centers of manholes. B. From the center of a manhole to the end of the line. C. From the end of an existing stub to the end of the line or center of the existing manhole. Depth shall be measured from flow line of pipe to ground surface over centerline of the pipe at time of construction. Measurements to be made at manholes, at intervals not to exceed fifty feet, and at breaks in ground profile. Bedding shall not be measured and shall be considered subsidiary to pipe, unless included as a separate bid item in the proposal. De-watering will be measured for pay by the linear foot of trench, if all the following conditions are met: (1) de-watering was included as bid item in the proposal by the Engineer; (2) de-watering of the trench was accomplished by well point system; and (3) the use of well points was necessary and was authorized by the Engineer. 8. PAYMENT Payment shall include all labor, pipe, bedding, de-watering, equipment for hauling, trench excavation, and all cleaning up and other incidentals necessary to install the pipe complete in place. 027610-T Page 1 of 4 SECTION 027610-T TELEVISED INSPECTION OF CONDUITS (S-125) 1. DESCRIPTION This specification shall govern for all work, equipment, and materials required to provide for remote closed circuit television inspection and documentation of sanitary sewer or other lines as required in the plans and specifications. 2. INSPECTION CONDITIONS Closed circuit television inspection will typically be done under one or more of the conditions listed below, as called for elsewhere in the plans and specifications. 2.1 Inspection and Documentation of Existing Line for Evaluation: Upon completing cleaning operations on an existing line, a closed circuit television camera will be pulled through each line segment. The intent of this process is to carefully inspect the interior of the existing line and obtain detailed information for further study. The Contractor shall provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. The log shall consist of observations recorded on television inspection forms, and shall specifically indicate items such as deviations in line and grade, abnormal conditions of pipe barrel and joints, locations of dropped or broken taps, and locations and quantities of any sources of infiltration or inflow. The distance from the beginning point, such as a manhole in the case of sanitary sewers, shall be noted or each observation on the report forms. 2.2 Inspection & Documentation of Existing Lines Prior to Rehabilitation: After point repairs or any problems along the line have been fixed and the line cleaned, a closed circuit television camera will be pulled through each line segment. The intent of this process is to carefully inspect the interior of the existing line to show that the line is in a condition to receive the liner. The Contractor shall provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. The log shall consist of observations recorded on television inspection forms. The distance from the beginning point, such as a manhole in the case of sanitary sewers, shall be noted for each observation made on the report forms. 027610-T Page 2 of 4 2.3 Inspection and Documentation of Lines after Rehabilitation: Upon completion of the rehabilitation (Lining) of an existing line including any appurtenances such as manholes and tie ins in the case of sanitary sewers, a closed circuit television camera shall be pulled through each completed line segment. The intent of this process is to carefully inspect the interior of the rehabilitated line to determine the location and extent of any unacceptable work. The Contractor shall provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. This log shall consist of observations recorded on television inspection forms, and shall indicate the internal condition of the rehabilitated line, and more particularly any deficiencies therein. The distance from the beginning point, such as manhole in the case of sanitary sewers, shall be noted for each observation made on report forms. If a section or sections of line require additional work after the inspection described above, another inspection will be performed on the re-worked section or sections of line to determine if the work is now acceptable. A revised television report log and an updated video tape recording for these re-worked area inspections will also be required and will be furnished to the Engineer by the Contractor. This process will be repeated as required until it has been determined that the entire line is acceptable. Unless directed otherwise by the Engineer, the Contractor will be required to furnish a separate video tape for each inspection made as well as a tape showing the entire length of the completed line in sequence. 2.4 New Line Upon Completion: Upon completion of the installation of the new line, including any appurtenances such as manholes in the case of sanitary sewers, a closed circuit television camera shall be pulled through each completed line segment. The intent of this process is to carefully inspect the interior of the completed line to determine the location and extent of any unacceptable work. The Contractor shall provide the Engineer with a television report log, and a color professional grade VHS format video tape recorded in standard play (SP) mode for each line or line segment inspected. This log shall consist of observations recorded on television inspection forms, and shall indicate the internal condition of the completed line and more particularly any deficiencies therein. The distance from the beginning point, such as a manhole in the case of sanitary sewers, shall be noted for each observation made on report forms. If a section or sections of line require additional work after the inspection described above, another inspection will be performed in the re-worked section or sections of line to determine if the work is now acceptable. A revised television report log and an updated video tape recording for these re-worked area inspections will also be required, and will be furnished to the Engineer by the Contractor. 027610-T Page 3 of 4 This process will be repeated as required until it has been determined that the entire line is acceptable. Unless directed otherwise by the Engineer, the Contractor will be required to furnish a separate video tape for each inspection made as well as a tape showing the entire length of the completed line in sequence. 3. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, this work shall not be measured for payment, and shall be considered subsidiary to the various other bid items in the contract. 027610-T Page 4 of 4 ATTACHMENT TO 027610 TELEVISED INSPECTION REPORT LOG DATE TIME PROJECT OPERATOR ENTRY POINT EXIT POINT EXISTING PIPE TYPE EXISTING PIPE SIZE MANHOLE DEPTH TAPE NUMBER STARTING COUNTER CAMERA STARTING FOOTAGE COMMENTS CAMERA FOOTAGE (DISTANCE FROM ENTRY POINT) OBSERVATION / COMMENTS 028020-T Page 1 of 3 SECTION 028020-T SEEDING (S-14) 1. DESCRIPTION This specification shall govern all work necessary for fertilizing, planting seeds and maintaining vegetation required to complete the project. 2. MATERIALS 2.1 FERTILIZER: All fertilizer shall be delivered in bags or clearly marked containers showing the analysis, name, trademark, and warranty. The fertilizer is subject to testing by the State chemist in accordance with the Texas fertilizer law. Fertilizer shall have an analysis of 12- 12-12 (% of nitrogen, phosphoric acid, and potash) as determined by the Association of Official Agricultural Chemists. Fertilizer shall be free flowing and uniform in composition. 2.2 SEED: Seed shall be labeled and meet the requirements of the Texas Seed Law. Labels shall indicate purity, germination, name and type of seed. Seed furnished shall be of the previous season's crop and the date of analysis shown on each bag shall be within twelve months of delivery to the project. The quantity of "Commercial Seed" required to equal the quantity of "Pure Live Seed" shall be computed by the following formula: Commercial Seed = Pure Live Seed x 10,000 % Purity x % Germination The quantity of pure live seed and type required are indicated below. See drawings for mixture. LB/ACRE OF PURE LIVE SEED COMMON NAME SCIENTIFIC NAME FOR MIXTURES A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 - Sideoats Grama (premier) Bouteloua Curtipendula .6 - .6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 - Bermudagrass (Unhulled) Cynodon Dactylon - - 30.0 K. R. Bluestem Andropogon Ischaeum 1.2 1.2 1.5 Buffalograss Pennisetum Ciliare - 4.2 - Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1 Mixture - B: Recommended for sandy soil planted between December 1 thru May 1 Mixture - C: Recommended for all soils planted between May 2 thru November 30 028020-T Page 2 of 3 2.3 MULCH: Mulch shall be wood cellulose fiber type. Wood Cellulose Fiber Type - Wood cellulose fiber shall have no growth inhibiting ingredients and shall be dried with a moisture content less that 10% by weight. Fibers shall be dyed an appropriate color to facilitate visual metering and application of mulch. The cellulose fiber shall be manufactured so that after addition and agitation in slurry tank with fertilizers, seeds, and other approved additives, the fibers in the material will become uniformly suspended to forms a homogeneous slurry; when sprayed on the ground, the material shall form a uniform cover impregnated with seeds; the cover shall allow added water to percolate to the underlying soil. The fiber material shall be supplied in packages of not more than 100 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed-fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator, and capable of pressure discharge. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 3. CONSTRUCTION METHODS 3.1 PREPARATION OF SEEDBED: The area to be treated along with requirements for seed, fertilizer and other treatments shall be done as indicated on the drawings and as specified below. Top Soil – Prior to planting, the area to be seeded shall be graded, shaped and covered with a minimum of four (4) inches of top soil. Tilling - The area to be seeded shall be tilled to a depth of 2 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. 3.2 FERTILIZING: Fertilizer shall be uniformly applied at a rate of 400 lb/acre, after tilling. Fertilizing and seeding shall be done concurrently. If seeds and fertilizer are distributed in a water slurry, the mixture shall be applied to the area to be seeded within 30 minutes after all the components have come into contact. 3.3 SEEDING: The seed mixture shall be uniformly distributed at a rate specified above. 028020-T Page 3 of 3 Wood Cellulose Fiber Mulch Seeding - After tilling, mulch shall be applied. Wood cellulose fibers shall be added to the hydraulic seeder after the proportionate amounts of seeds, fertilizer, water and other approved materials are added. Application shall be 1500 lb/acre on flats, 2000 lb/acre on 3:1 slopes, and 2500 lb/acre on 2:1 or greater. 100 lb. of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. 3.4 MAINTENANCE: The Contractor will water, repair and reseed areas as required for a period of 45 days. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seedings have been damaged or destroyed, the affected portion shall be re- established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, growth is defined as at least one plant per square inch. 4. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, seeding will be measured by the horizontal square yard of surface area seeded. Payment shall be full compensation for top soil, tilling, fertilizing, planting, watering and maintaining vegetation, furnishing all materials required, and all manipulation, labor, tools, equipment and incidentals necessary to complete the work. Payment for seeding under this specification shall be accomplished as follows: - 25% of the total cost of the Seeding Bid Line Item (less retainage) shall be paid to the Contractor after installation of the seed, or hydromulch; - The remaining 75% of the total cost of the Seeding Bid Item will be held until the Contractor achieves grass growth per this specification as approved by the Engineer. Upon the Engineer’s acceptance of the grass growth, the remaining 75% of the total cost of the Seeding Bid Item (less retainage) will be paid to the Contractor. 030020-T Page 1 of 13 SECTION 030020-T PORTLAND CEMENT CONCRETE 1. DESCRIPTION This specification shall govern for the materials used; for the storing and handling of materials; and for the proportioning and mixing of concrete for culverts and incidental concrete construction. The concrete shall be composed of Portland cement, aggregates (fine and coarse), admixtures if desired or required, and water, proportioned and mixed as hereinafter provided. 2. MATERIALS A. Cement. The cement shall be Type I, II or III Portland Cement conforming to ASTM Designation: C 150, modified as follows: Unless otherwise specified by the Engineer, the specific surface area of Type I and II cements shall not exceed 2000 square centimeters per gram (Wagner Turbidimeter - Test Method Tex-310-D). For concrete piling, the above limit on specific surface area is waived for Type II cement only. The Contractor shall furnish the Engineer, with each shipment, a statement as to the specific surface area of the cement expressed in square centimeters per gram. For cement strength requirements, either the tensile or compressive test may be used. Either Type I or II cement shall be used unless Type II is specified on the plans. Except when Type II is specified on the plans, Type III cement may be used when the anticipated air temperature for the succeeding 12 hours will not exceed 60o F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020-T Page 2 of 13 B. Mixing Water Water for use in concrete and for curing shall be free from oils, acids, organic matter or other deleterious substances and shall not contain more than 1000 parts per million of chlorides as CL nor than 1000 parts million of sulfates as SO 4. Water from municipal supplies approved by the State Health Department will not require testing, but water from other sources will be sampled and tested before use in structural concrete. Tests shall be made in accordance with the "Standard Method of Test for Quality of Water to be used in Concrete" (AASHO Method T-26), except where such methods are in conflict with provisions of this specification. C. Coarse Aggregate Coarse aggregate shall consist of durable particles of gravel, crushed blast furnace slag, crushed stone, or combinations thereof; free from frozen material or injurious amount of salt, alkali, vegetable matter, or other objectionable material either free or as an adherent coating; and its quality shall be reasonably uniform throughout. It shall not contain more than 0.25 percent by weight of clay lumps, nor more than 1.0 percent by weight of shale, nor more than 5 percent of weight of laminated and/or friable particles when tested in accordance with Test Method Tex- 413.A. It shall have a wear of not more than 40 percent when tested in accordance with Test Method Tex-410-A. Unless otherwise specified on the plans, coarse aggregate will be subjected to five cycles of the soundness test in accordance with Test Method Tex-411-A. The loss shall not be greater than 12 percent when sodium sulfate is used, or 18 percent when magnesium sulfate is used. Permissible sizes of aggregate shall be governed by Table 4, except that when exposed aggregate surfaces are required, coarse aggregate gradation will be as specified on the plans. When tested by approved methods, the coarse aggregate, including combinations of aggregates when used, shall conform to the grading requirements shown in Table 1. 030020-T Page 3 of 13 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on each Sieve Aggregate Grade No. Nominal Size 21/2 In. 2 In. 1-1/2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/2 in. 0 0 to 5 30 to 65 70 to 90 95 to 100 4 (57)* 1 in. 0 0 to 5 40 to 75 90 to 100 95 to 100 8 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (Test Method Tex-406-A) plus the allowable weight of clay lumps, shall not exceed one percent, or the value shown on the plans, whichever is smaller. D. Fine Aggregate Fine aggregate shall consist of clean, hard, durable and uncoated particles of natural or manufactured sand or a combination thereof, with or without a mineral filler. It shall be free from frozen material or injurious amounts of salt, alkali, vegetable matter or other objectionable material and it shall not contain more than 0.5 percent by weight of clay lumps. When subjected to the color test for organic impurities (Test Method Tex-408-A), it shall not show a color a darker than standard. The fine aggregate shall produce a mortar having a tensile strength equal to or greater than that of Ottawa sand mortar when tested in accordance with Test Method Tex-317-D. Where manufactured sand is used in lieu of natural sand for slab concrete subject to direct traffic, the acid insoluble residue of the fine aggregate shall be not less than 28 percent by weight when tested in accordance with Test Method Tex-612-J. When tested by approved methods, the fine aggregate or combinations of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020-T Page 4 of 13 TABLE 2 Fine Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. 3/8 In. No. 4 No. 8 No. 16 No. 30 No. 50 No. 100 No. 200 1 0 0 to 5 0 to 20 15 to 50 35 to 75 65 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (Test Method Tex-203-F). The sand equivalent shall not be less than 80 nor less than the value shown on the plans, whichever is greater. For Class A and C and E Concrete, the fineness modulus as defined below for fine aggregates shall be between 2.30 and 3.10. The fineness modulus will be determined by adding the percentages by weight retained on the following sieves, and dividing by 100; Nos. 4, 8, 16, 30, 50 and 100. E. Mineral Filler. Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. F. Mortar (Grout). Mortar for repair of concrete shall consist of 1 part cement, 2 parts finely graded sand, and enough water to make the mixture plastic. When required to prevent color difference, white cement shall be added to produce the color required. When required by the Engineer, latex adhesive shall be added to the mortar. G. Admixtures Calcium Chloride will not be permitted. Unless otherwise noted, air-entraining, retarding and water reducing admixtures may be used in all concrete and shall conform to the following requirements: A "water-reducing, retarding admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency and will retard the initial set of the concrete. A "water-reducing admixture" is defined as a material which, when added to a concrete mixture in the correct quantity, will reduce the quantity of mixing water required to produce concrete of a given consistency. 030020-T Page 5 of 13 1) Retarding and Water Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C 494, modified as follows: a. The water-reducing retarder shall retard the initial set of the concrete a minimum of 2 hours and a maximum of 4 hours, at a specified dosage rate, at a temperature of 90o F. b. The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. c. Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. 2) Air Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C 260 modified as follows: a. The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type I cement from one mill. b. Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air entraining admixture used in the referenced and test concrete shall be neutralized Vinsol resin. 3. STORAGE OF CEMENT All cement shall be stored in well ventilated weatherproof buildings or approved bins, which will protect it from dampness or absorption of moisture. Storage facilities shall be ample, and each shipment of packaged cement shall be kept separated to provide easy access for identification and inspection. The Engineer may permit small quantities of sacked cement to be stored in the open for a maximum of 48 hours on a raised platform and under waterproof covering. 4. STORAGE OF AGGREGATE The method of handling and storing concrete aggregate shall prevent contamination with foreign materials. If the aggregates are stored on the ground, the sites for the stock piles shall be clear of all vegetation and level. The bottom layer of aggregate shall not be disturbed or used without recleaning. When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stock piles shall be separated by physical barriers. 030020-T Page 6 of 13 Methods of handling aggregates during stockpiling and subsequent use shall be such that segregation will be minimized. Unless otherwise authorized by the Engineer, all aggregate shall be stockpiled at least 24 hours to reduce the free moisture content. 5. MEASUREMENT OF MATERIALS The measurement of the materials, except water, used in batches of concrete shall be by weight. The fine aggregate, coarse aggregate and mineral filler shall be weighed separately. Where bulk cement is used it shall be weighed separately but batch weighing of sacked cement will not be required. Where sacked cement is used, the quantities of material per batch shall be based upon using full bags of cement. Batches involving the use of fractional bags will not be permitted. Allowance shall be made for the water content in the aggregates. Bags of cement varying more than 3 percent from the specified weight of 94 pounds may be rejected, and when the average weight per bag in any shipment, as determined by weighing 50 bags taken at random, is less than the net weight specified, the entire shipment may be rejected. If the shipment is accepted, the Engineer will adjust the concrete mix to a net weight per bag fixed by an average of all individual weights which are less than the average weight determined from the total number weighed. 6. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a Coarse Aggregate Factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the requirement contained herein and in accordance with the THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer however, this will not relieve him of providing concrete meeting the requirements of these specifications. Trial batches will be made and tested using all the proposed ingredients prior to the placing of concrete, and when the aggregate and/or brand of cement or admixture is changed. Trial batches shall be made in the mixer to be used on the job. When Transit Mix concrete is to be used, the trial designs will be made in a transit mixer representative of the mixers to be used. Batch size shall not be less than 50 percent of the rated mixing capacity of the truck. 030020-T Page 7 of 13 Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that no substantial change in any of the proposed ingredients has been made. The coarse aggregate factor shall not be more than 0.82, except that when the voids in the coarse aggregate exceed 48 percent of the total dry loose volume, the coarse aggregate factor shall not exceed 0.85. The coarse aggregate factor shall not be less than 0.70 for Grades 1, 2 and 3 aggregate. If the strength required for the class of concrete being produced is not secured with the cement specified in Table 4, the Contractor may use an approved water reducing or retarding admixture, or he shall furnish aggregates with different characteristics which will produce the required results. Additional cement may be required or permitted as temporary measure until the redesign is checked. Water reducing or retarding agents may be used with all classes of concrete at the option of the Contractor. When water reducing or retarding agents are used at the option of the Contractor, reduced dosage of the admixture will be permitted. Entrained air will be required in accordance with Table 4. The concrete shall be designed to entrain 5 percent air when Grade 2 coarse aggregate is used and 6 percent when Grade 3 coarse aggregate is used. Concrete as placed in the structure shall contain the proper amount as required above with a tolerance of plus or minus 1-1/2 percentage points. Occasional variations beyond this tolerance will not be cause for rejection. When the quantity of entrained air is found to be above 7 percent with Grade 2 coarse aggregate or 8 percent for Grade 3 coarse aggregate, additional test beams or cylinders will be made. If these beams or cylinders pass the minimum flexural or compressive requirements, the concrete will not be rejected because of the variation in air content. 7. CONSISTENCY In cases where the consistency requirements cannot be satisfied without exceeding the maximum allowable amount of water, the Contractor may use, or the Engineer may require, an approved water reducing or retarding agent or the Contractor shall furnish additional aggregates, or aggregates with different characteristics, which will produce the required results. Additional cement may be required or permitted as a temporary measure until aggregates are changed and designs checked with the difference aggregates or admixture. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When field conditions are such that additional moisture is needed for the final concrete surface finishing operation, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum. The concrete shall be workable, cohesive, possess satisfactory finishing qualities, and of the stiffest consistency that can be placed and vibrated into a homogenous mass. Excessive bleeding shall be avoided. Slump requirements will be as specified in Table 3. 030020-T Page 8 of 13 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete (1) Thin-Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete 4 3 5 2.5 6 .5 5 6 4 NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water cement ration, the desired and maximum slump and the strength requirements of the various classes of concrete shall conform to the requirements of Table 3 and Table 4 and as required herein. During the process of the work, the Testing Laboratory will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimen will be tested in accordance with Test Methods Tex-418-A or Tex-420-A. Test beams or cylinders will be required as specified on the plans. For small placements on structures such as manholes, inlets, culverts, wingwalls, etc., the Engineer may vary the number of tests to a minimum of one for each 25 cubic yards placed over a several day period. All test specimens, beams of cylinders, representing tests for removal of forms and/or falsework shall be cured using the same methods, and under the same conditions as the concrete represented. "Design Strength" beams and cylinders shall be cured in accordance with THD Bulletin C-11. The Contractor shall provide and maintain curing facilities as described in Bulletin C-11 for the purpose of curing test specimens. Provision shall be made to maintain the water in the curing tank at temperatures between 70o F and 90o F. When control of concrete quality is by twenty-eight day compressive tests, job control will be by seven day compressive tests which are shown to provide the required twenty-eight day strength, 030020-T Page 9 of 13 based on results from trial batches. If the required seven day strength is not secured with the cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Class of Concrete Sx. Cement per C.Y. Min. Comp Strength (f'c) 28 Day psi Min. Beam Strength 7 Day psi Max. Water Cement Ratio Coarse Aggr. No. A* 5.0 3000 500*** 0.60 2-4-8**** B* 4.5 2500 417 0.60 2-4-8**** C* 6.0 3600 600*** 0.45 1-2-4** D 6.0 3000 500 0.60 2-4 S 6.5 4000 570 0.50 2-4 *Entrained Air (slabs, pier and bent concrete) **Grade 1 coarse Aggregate may be used in foundation only (except cased drilled shafts) ***When Type II Cement is used with Class C Concrete, the 7 day beam break requirement will be 550 p.s.i; with Class A, 460 p.s.i min. ****Permission to use Grade 8 Aggregate must have prior approval of the Engineer 9. MIXING CONDITIONS The concrete shall be mixed in quantities required for immediate use. Any concrete which is not in place within the limits outlined in specifications, Section 038000 "Concrete Structures", Article "Placing Concrete General", shall not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect quality of the concrete to be placed, the Engineer may order postponement of the work. Where work has been started and changes in weather conditions require protective measures, the Contractor shall furnish adequate shelter to protect the concrete against damage from rainfall, or from freezing temperatures. If necessary to continue operations during rainfall, the Contractor shall also provide protective coverings for the material stock piles. Aggregate stock piles need be covered only to the extent necessary to control the moisture conditions in the aggregates to adequately control the consistency of the concrete. 10. MIXING AND MIXING EQUIPMENT All equipment, tools, and machinery used for hauling materials and performing any part of the work shall be maintained in such condition to ensure completion of the work under way without excessive delays for repairs or replacements. 030020-T Page 10 of 13 The mixing shall be done in a batch mixer of approved type and size that will produce uniform distribution of the material throughout the mass. Mixers may be either the revolving drum type or the revolving blade type, and shall be capable of producing concrete meeting the requirements of these specifications. After all the ingredients are assembled in the drum, the mixing shall continue not less than 1 minute for mixers of one cubic yard or less capacity plus 15 seconds for each additional cubic yard or portion thereof. The mixer shall operate at the speed and capacity designated by the Mixer Manufacturers Bureau of the Associated General Contractors of America. The mixer shall have a plate affixed showing the manufacturer's recommended operating data. The absolute volume of the concrete batch shall not exceed the rated capacity of the mixer. The entire contents of the drum shall be discharged before any materials are placed therein for the succeeding batch. The first batch of concrete materials placed in the mixer for each placement shall contain an extra quantity of sand, cement, and water sufficient to coat the inside surface of the drum. Upon the cessation of mixing for any considerable length of time, the mixer shall be thoroughly cleaned. The concrete mixer shall be equipped with an automatic timing device which is put into operation when the skip is raised to its full height and dumping. This device shall lock the discharging mechanism and prevent emptying of the mixer until all the materials have been mixed together for the minimum time required, and it shall ring a bell after the specified time of mixing has elapsed. The water tank shall be arranged so that the amount of water can be measured accurately, and when the tank starts to discharge, the inlet supply shall cut off automatically. Whenever a concrete mixer is not adequate or suitable for the work, it shall be removed from the site upon a written order from the Engineer and a suitable mixer provided by the Contractor. Pick-up and thro-over blades in the drum of the mixer which are worn down more than 10 percent in depth shall be repaired or replaced by new blades. Improperly mixed concrete shall not be placed in the structure. Job mix concrete shall be concrete mixed in an approved batch mixer in accordance with the requirements stated above, adjacent to the structure for which the concrete is being mixed, and moved to the placement site, in non-agitating equipment. 11. READY-MIX PLANTS A. General. It shall be the Contractor's responsibility to furnish concrete meeting all requirement of the governing specifications items and concrete not meeting the slump, workability and consistency requirements of the governing specification item shall not be placed in the structure 030020-T Page 11 of 13 or pavement. Ready-Mixed Concrete shall be mixed and delivered by means of one of the following approved methods: 1) Mixed completely in a stationary mixer and transported to the point of delivery in a truck agitator or a truck mixer operating at agitator or a truck mixer operating at agitation speed. (Central-Mix Concrete) 2) Mixed completely in a truck mixer and transported to the placement site at mixing and/or agitating speed (Transit-Mix Concrete), subject to the following provisions. a. Truck mixers will be permitted to transport concrete to the job site at mixing speed if equipped with double actuated counters which will separate revolutions at mixing speed from total revisions. b. Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less then 50 nor more than 70 revolutions at mixing speed, transport it to the job site at agitating speed and complete the required mixing before placing the concrete. 3) Mixed completely in a stationery mixer and transported to the job site in approved non-agitating trucks with special bodies. This method of transporting will be permitted for concrete pavement only. B. Equipment 1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. 2) Mixers and Agitators. a. General: Mixers shall be of an approved stationary or truck-type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in accordance with the manufacturer's design and 030020-T Page 12 of 13 arrangement for that particular unit when any part or section is worn as much as 10 percent below the original height of the manufacturer's design. b. Stationary Mixers: These shall conform to the requirements of Article "Mixing and Mixing Equipment". Truck mixers mounted on a stationary base will not be considered as a stationary mixer. c. Truck Mixer: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately growing the desired speed of rotation shall be mounted as an integral part of the mixing unit for the purpose of rotating the drum. Truck mixers equipped with a transmission that will govern the speed of the drum within the specified rpm will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number of revolutions of the drum as specified in "Part A" above may be readily verified. The counters shall be read and recorded at the start of mixing at mixing speeds. Each until shall have adequate water supply and accurate metering or gauging devices for measuring the amount used. d. Agitators: Concrete agitators shall be of the truck type, capable of maintaining a thoroughly mixed and uniform concrete mass and discharging it within the same degree of uniformity specified for mixers. Agitators shall comply with all of the requirements for truck mixers, except for the actual mixing requirements. C. Operation of Plant and Equipment Delivery of ready-mixed concrete shall equal or exceed the rate approved by the Engineer for continuous placement. In all cases, the delivery of concrete to the placement site shall assure compliance with the time limits in the applicable specification for depositing successive batches in any monolithic unit. The Contractor shall satisfy the Engineer that adequate standby trucks are available. A standard ticket system will be used for recording concrete batching, mixing and delivery date. Tickets will be delivered to the job inspector. Loads arriving without ticket and/or in unsatisfactory condition shall not be used. When a stationary mixer is used for the entire mixing operation, the mixing time for one cubic yard of concrete shall be one minute plus 15 seconds for each additional cubic yard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. The mixer shall be charged so that some of the mixing water will enter the drum in advance of the cement and aggregate. All of the mixing water shall be in the drum by the end of the first one- 030020-T Page 13 of 13 fourth of the specified mixing time. Water used to flush down the blades after charging shall be accurately measured and included in the quantity of mixing water. The introduction of the initial mixing water, except blade wash down water and that permitted in this Article, shall be prior to or simultaneous with the charging of the aggregates and cement. The loading of truck mixers shall not exceed 63 percent of the total volume of the drum. When used as an agitator only, the loading shall not exceed 80 percent of the drum volume. When Ready-Mix Concrete is used, additional mortar (one sack cement, three parts sand and sufficient water) shall be added to the batch to coat the drum of the mixer or agitator truck and this shall be required for every load of Class C concrete only and for the first batch from central mix plants. A portion of the mixing water, required by the batch design to produce the desired slump, may be withheld and added at the job site, but only with permission of the Engineer and under his supervision. When water is added under the above conditions, it shall be thoroughly mixed as specified below for water added at the job site. Mixing speed shall be attained as soon as all ingredients are in the mixer, and each complete batch (containing all the required ingredients) shall be mixed not less than 70 nor more than 100 revolutions of the drum at mixing speed except that when water is added at the job site, 25 revolutions (minimum) at mixing speed, will be required to uniformly disperse the additional water throughout the mix. Mixing speed shall be as designated by the manufacturer. All revolutions after the prescribed mixing time shall be at agitating speed. The agitating speed shall be not less than one nor more than 5 rpm. The drum shall be kept in continuous motion from the time mixing is started until the discharge is completed. 12. PLACING, CURING AND FINISHING The placing of concrete, including construction of forms and falsework, curing and finishing, shall be in accordance with the specification, Section 038000 "Concrete Structures". 13. MEASUREMENT & PAYMENT No direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract. 038000-T Page 1 of 19 SECTION 038000-T CONCRETE STRUCTURES (S-41) 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS A. Concrete. All concrete shall conform to the provisions of the specification, "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans, or by pertinent governing specifications. B. Expansion Joint Material 1) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. At the Contractor's option, the material shall be one of the following types, unless otherwise noted on the plans: a) "Preformed Bituminous Fiber Materials" shall meet the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM Designation: D1751. b) "Preformed Non-Bituminous Fiber Material" shall meet the requirements of the Standard Specifications for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction, ASTM Designation: D1751, except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 2) Joint Sealing Materials. Unless otherwise shown on the plans, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressible. The material shall not crack or break when exposed to low temperatures. a) Class 1-a. (Two component, Synthetic Polymer, Cold Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self 038000-T Page 2 of 19 leveling. It shall cure sufficiently at an average temperature leveling. It shall cure sufficiently at an average temperature of 77° F ± 3 F maximum of 24 hours. For performance requirements see under b-2 below. b) Class 1-b. (Two component, Synthetic Polymer, Cold Pourable, Self Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77° F ± 3 F maximum of 3 hours. c) Performance Requirements. Class 1-a and 1-b, when tested in accordance with Test Method Tex-525-C, shall meet the above curing times and requirements as follows: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 F. Penetration, 77° F. 150 gm. cone, 5 sec., max.-cm. ....................... 0.90 Bond and Extension 75%, Oo F, 5 cycles Dry Concrete Blocks ....................................... Pass Wet Concrete Blocks ...................................... Pass Steel Blocks...(Primed if specified by Manuf.) Pass Flow at 200o F ................................................. None Water Content % by weight, max ................... 5.0 Resilience Original sample min. % (cured) ...................... 50 Oven aged at 158° F min. % ........................... 50 For Class 1-a Material Only Cold Flow (10 min.) ........................................ None 3) Asphalt Board shall consist of two liners of 0.016 inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with Test Method Tex-524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches. 4) Rebonded Neoprene Filler shall consist of ground closed-cell neoprene particles, rebonded and molded into sheets of uniform thickness of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D1752, Type 1 where applicable: 038000-T Page 3 of 19 PROPERTY METHOD REQUIREMENT Color ASTM D1752 Type 1 Black Density ASTM D1752 Type 1 40 PCF Min Recovery ASTM D1752 Type 1 90% Min. Compression ASTM D1752 Type 1 50 to 500 psi Extrusion ASTM D1752 Type 1 0.25 In. Max. Tensile Strength ASTM D1752 Type 1 20 psi Min. Elongation 75% Min The manufacturers shall furnish the Engineer with certified test results as to the compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. C. Curing Materials 1) Membrane curing materials shall comply with the "Standard Specification Liquid Membrane-Forming Compounds for Curing Concrete", ASTM Designation: C 309, Type 1 clear or translucent, or Type 2 white pigmented. The material shall have a minimum flash-point of 80o F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40o F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface, at the rate of coverage specified herein, dry to touch in not more than 4 hours and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with Test Method Tex-219-F. Percentage 038000-T Page 4 of 19 loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the following: 24 hours after application......................2 percent 72 hours after application......................4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. 2) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term monolithic placement shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have 038000-T Page 5 of 19 details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS A. General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the State Department of Highways and Public Transportation for the design of structures. Commercially produced structural units used in form work shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface and sufficient details and data shall be submitted for use in checking form work details for approval. Forms shall be practically mortar-tight, rigidly braced and strong enough to prevent bulging between supports and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one-sixteenth of an inch. Deflections due to cast-in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. 038000-T Page 6 of 19 Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. B. Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces which remain exposed shall be equal to that specified as B-B Plyform Class I or Class II Exterior of the U. S. Department of Commerce, National Bureau of Standard latest edition. Forms or form lumbers to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred or has defects that will produce inferior work shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Walls shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of walls shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. 038000-T Page 7 of 19 Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-fourths inch on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch from the concrete surface. They shall be made so the metal may be removed without undue chipping or spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. C. Metal Forms. The foregoing requirements for timber forms as regard to design, mortar-tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. 038000-T Page 8 of 19 The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the specification, Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I-beams or girders. 7. PLACING CONCRETE-GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50o F. The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch, and the placing of concrete in the forms shall not exceed the following: Air or Concrete Temperature Maximum Time Non-Agitated Concrete Up to 80o F 30 minutes Over 80o F 15 minutes Agitated Concrete 90o F or above 45 minutes 75o F to 89° F 60 minutes 35o F to 74° F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature-time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non-agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit 038000-T Page 9 of 19 of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of form work and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done in daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finish work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical down-spouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clean of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. 038000-T Page 10 of 19 The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placement of concrete. Authorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Opening in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be provided for emergency use in addition to the ones required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and through working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at point 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing or mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has taken its initial set, at least one curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 038000-T Page 11 of 19 8. PLACING CONCRETE IN COLD WEATHER A. Cast-in-Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35o F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32o F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180o F, and/or the aggregate temperature shall not exceed 150o F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50o F and 85o F before introduction of the cement. All concrete shall be effectively protected as follows: 1) The temperature of slab concrete of all unformed surfaces shall be maintained at 50o F or above for a period of 72 hours from time of placement and above 40o F for an additional 72 hours. 2) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40o F or above for a period of 72 hours from time of placement. 3) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32o F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimen will be made and cured with the placement to ascertain the condition of the concrete as placed prior to form removal and acceptance. 038000-T Page 12 of 19 B. Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: 1) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. 2) Steam heat shall keep the air surrounding the concrete between 50o F and 85 o F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. 3) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification will apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom-dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. Its surface shall be kept approximately level during placement. The tremie shall consist of a water-tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom-dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point 038000-T Page 13 of 19 of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one nor more than 2 hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonable smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal courses will be permitted after the caissons or cofferdams are free from water and the seal course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing in which case measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All uniformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish or; may be stripped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and stripped with a fine brush leaving a fine grained texture. 038000-T Page 14 of 19 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw-like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times, and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one-sixteenth inch in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. A broom finish shall be applied with longitudinal screeding. A broom or burlap drag finish shall be applied with transverse screeding. Unless otherwise specified, the burlap drag shall consist of four or more layers of 10-ounce burlap fabric, free of seams, dirt or hardened concrete. It shall be kept wet when in use and it shall be drawn over the surface in as many passes as required to produce the desired texture depth. Broom finishes shall be applied with stiff bristled brooms. The Contractor shall have on hand at all times brooms for the purpose of providing the desired texture depth when surface conditions are such that the burlap drag will not provide it. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035-inches with a minimum texture depth of 0.030-inches for any one test when tested in accordance with Test Method Tex-436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. 038000-T Page 15 of 19 After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 foot straight-edge. The straight-edge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straight-edge to the surface of the slab shall not exceed one-eight of an inch, making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three-sixteenth of an inch will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts, and shall have the proposed method, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities therefore shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of 4 curing days except as noted herein. EXCEPTIONS TO 4-DAY CURING Description Required Curing Top slabs of Direct Traffic 8 curing days (Type I or III) cement Culverts 10 curing days (Type II cement) Concrete Piling (non-prestressed) 6 curing days When the air temperature is expected to drop below 35o F, the water curing mats shall be covered with polyethylene sheeting, burlap-polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50o F for at least 19 hours, (colder days if satisfactory provisions are made to maintain the temperature at all surfaces of the concrete above 40o F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing: A. Form Curing. When forms are left in contact with the concrete, other curing methods will 038000-T Page 16 of 19 not be required except for cold weather protection. B. Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification, Section 030020 "Portland Concrete Cement". Sea water will not be permitted. Water which stains or leaves an unsightly residue shall not be used. 1) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats, anchored positively to the forms, or to the ground, so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. 2) Water Spray. This method shall consist of overlapping sprays or sprinklers that keeps all unformed surfaces continuously wet. 3) Ponding. This method requires the covering of the surfaces with a minimum of two inches of clean granular material, kept wet at all times, or a minimum of one-inch depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated sand. C. Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalk, driveways, medians, islands, concrete riprap, cement stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1 or Type 2 membrane curing compound may be used where permitted except that Type 1 (Resin Base Only) will be permitted for slab concrete in bridge decks and top of direct traffic culverts. 038000-T Page 17 of 19 TABLE 1 REQUIRED PERMITTED STRUCTURE UNIT DESCRIPTION WATER FOR CURING MEMBRANE FOR INTERIM CURING WATER FOR CURING MEMBRANE FOR INTERIM CURING 1 Top slabs of direct traffic culverts X X 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.) Other superstructure concrete (wing walls, parapet walls, etc.) X 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete structures, concrete riprap, etc. X* X* 4 All substructure concrete, culverts, box sewers, inlets, manholes, retaining walls X* X* *Polyethylene sheeting, burlap polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. Membrane curing shall be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. 038000-T Page 18 of 19 The membrane curing compound shall be applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of applications of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand-powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface and if the surface of the concrete has become dry, it shall be thoroughly moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes, or other defects; or if rain falls on the newly-coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day when Type I and Type II cement is used, and not less than one-half day when Type III cement is used, provided it can be done without damage to the concrete. 038000-T Page 19 of 19 Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the Standard Specifications for the respective items or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: A. After form removal, all porous or honey-combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. B. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. C. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch and the surface repaired. D. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. E. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. F. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 17. MEASUREMENT AND PAYMENT Concrete Structures shall be measured per the units of various structures and concrete classifications specified on the Plans and Proposal of completed work as indicated in the plans, as the case may be. Measurement will be as shown on the Plans and in the Proposal. Payment shall be full compensation for furnishing all materials, labor, tools, equipment and incidentals necessary to complete the work described herein. 165100-T Page 1 of 5 SECTION 16 51 00 EXTERIOR LIGHTING 1.0 GENERAL 1.1 Applicable Publications: The publications listed below form a part of this specification to the extent referenced. The publications are referred to within the text by the basic designation only. AMERICAN ASSOCIATION OF STATE HIGHWAY AND TRANSPORTATION, OFFICIALS (AASHTO) LTS2 Structural Supports for Highway Signs, Luminaries and Traffic Signals AMERICAN NATIONAL STANDARDS INSTITUTE (ANSI) C2 1999 National Electrical Safety Code C78.1375 1990 Electric Lamps - 400-Watt, M59 - Single-Ended Metal-Halide Lamps C78.1377 1990 Electric Lamps - 250-Watt, M57 - Single-Ended Metal-Halide Lamps C136.21 1987 Roadway Lighting - Vertical Tenons Used With Post-Top-Mounted Luminaries AMERICAN SOCIETY FOR TESTING AND MATERIALS (ASTM) A-153 1982 (R 1987) Zinc Coating (Hot-Dip) on Iron and Steel Hardware NATIONAL FIRE PROTECTION ASSOCIATION (NFPA) 70 1999 National Electrical Code UNDERWRITERS LABORATORIES INC. (UL) 773 1987 (R 1992) Plug-In, Locking Type Photocontrols for Use with Area Lighting 1029 1986 (R 1991) High-Intensity-Discharge Lamp Ballasts 1572 1991 (R 1992) High Intensity Discharge Lighting Fixtures 1.2 Submittals: Submittals include manufactures data for: A) Lamps B) Light fixtures C) Poles 165100-T Page 2 of 5 D) Lighting controls E) Photometric data overlay on new parking lot and roadway background (if other than Kim Lighting is selected) 1.3 Storage of Poles: Do not store poles on ground. Support poles so they are at least one foot above ground level and growing vegetation. Do not remove factory-applied pole wrappings until just before installing pole. 2.0 PRODUCTS 2.1 Light Fixtures. A) Housing: Shall be a one piece die cast or extruded copper free aluminum. Copper free to mean no more .6% copper content. A solid barrier wall shall separate the optical and electrical compartments. The support arm mounting end shall be equipped with double thick wall gussets. All internal housing hardware shall be stainless steel or electro-zinc plated. The door assembly shall be removeable and hinged with stainless steel pins for tooless entry into the lamp chamber. The housing shall be mechanically and chemically sealed to form a rain tight seal. B) Lens & Frame: The lens frame shall be one-piece die cast or extruded aluminum with a 1” minimum depth around the gasket flange. All hinges shall be integral with stainless steel pins. The lens shall be a clear 3/16 “ thick heat and impact resistant glass retained by stainless steel clips with full silicone gasketing around the perimeter. C) Reflector Module: Shall be a specular Alzak, finish. (minimum 85% reflectance). The reflector shall be field rotatable in 90 deg increments. All sockets shall be factory pre-wired to a quick disconnect plug and include a wire seal through the barrier wall. The module shall be available in four light distribution patterns that are all interchangeable within the same housing. The reflector compartment shall be sealed to prevent the entrance of dust or moisture. D) Support Arm: Shall be of one-piece extruded aluminum with internal bolt guides and fully recessed top and bottom. The luminare to pole attachment shall be via internal draw bolts and include a pole reinforcing plate with wire strain relief. The arm shall be circular cut for the specific round pole. E) Finish: The housing, lens frame, latch, and support arm shall be of matching material with the application of a 2.5 mil thick polyester powder paint coat. All components shall be cleaned and primed with a protective chromate pretreatment. with a 1500 hour salt spray test endurance rating. All material shall be powder paint coated platinum silver and anodized for maximum corrosion protection. Note: All light fixtures and poles will require the final approval of the engineer. (KIM Entablature or approved equal) 2.2 Lamps: 165100-T Page 3 of 5 Metal-Halide Lamps 250-watt conforming to ANSI C78.1377. 400-watt conforming to ANSI C78.1375 2.3 Ballasts for High-Intensity-Discharge (HID) Luminaries: All electrical components shall be UL recognized. The ballast assembly shall include a heavy duty unitized ballast tray with keyhole slots and quick disconnect plugs for easy installation and replacement. Ballasts shall be: 1. High power factor rated for – 20 degree F starting for metal halide. 2. Designed to operate on voltage system to which they are connected. 3. Constructed so that open circuit operation will not reduce the average life ballasts shall have a solid-state igniter/starter with an average life in the pulsing mode of 3500 hours at the intended ambient temperature. 2.4 Photocell Switch: UL 773, hermetically sealed cadmium-sulfide cell rated 480 volts ac, 60 Hz with single- throw contacts. Provide switch in a high-impact-resistant, non-corroding and nonconductive molded plastic housing with a locking-type receptacle conforming to ANSI C136.10. Switch shall turn on below 3 foot-candles and off at 3 to 10 foot-candles. A time delay shall prevent accidental switching from transient light sources. Provide a directional lens in front of the cell to prevent fixed light sources from creating a turnoff condition. 2.5 Lighting Contactors: All lighting contactors shall be 3 pole 100 amp designed for 600 volt AC operation. Contactors shall be the non combination type mounted in a surface mount NEMA 1 enclosure. All lighting contactors shall be equipped to accept a remote mounted photo- electric cell. Each lighting contactor shall be equipped with a hand-off -automatic 3 position selector switch mounted thru the front of the contactor enclosure. The selector switch shall operate as follows: hand position will activate lighting contactor bypassing the photocell control system; the off position disables the lighting contactor from becoming energized; and the auto position places the contactor under the control of the photocell. 2.6 Poles: A) Provide poles designed for wind loading of 105 miles per hour with a 1.3 gust factor determined in accordance with AASHTO LTS2 while supporting luminaries. Poles shall be designed for use with underground supply conductors. B) All Poles, shall have a hand hole having a minimum clear opening of 2.5 by 5 inches. All handhole covers shall be secured by stainless steel captive screws. C) Aluminum poles shall be round tapered spun extruded aluminum of alloy 6063-T6 Provide a pole grounding connection designed to prevent electrolysis when used with copper ground wire. Grounding shall be by one ¼-20 green screw located at pole hand hole. The pole base shall be cast aluminum fully welded to the shaft, supplied with 4 cast aluminum bolt covers that blend with the base contour to form a one-piece appearance. The base shall have a 5” diameter conduit opening. The pole shall be anchored using four 1” x 33” hot dipped galvanized L hook anchor bolts supplied with eight nuts, eight 165100-T Page 4 of 5 washers, and a rigid pressed board template. The pole finish shall be TGIC thermoset polyester powder coat paint applied over a chromate conversion coating, color to match fixture. All poles shall also be anodized for maximum corrosion protection. 2.7 Brackets and Supports: ANSI C136.3, ANSI C136.13, and ANSI C136.21, as applicable. Pole brackets shall be not less than 1 1/4-inch galvanized steel pipe secured to pole. Slip-fitter or pipe-threaded brackets may be used, but brackets shall be coordinated to luminaires provided, and brackets for use with one type of luminaire shall be identical. 2.8 Pole Foundations: All pole foundations shall be designed and constructed to minimize the effect of soil shrinking and swelling. All foundations shall be straight shaft drilled piers founded at a minimum depth as shown on drawings. All piers shall utilize a combination of end bearing and skin friction to develop the desired load bearing capacity. All piers shall be reinforced to their full depth. Piers that are founded at referenced depth shall be proportioned assuming a maximum allowable end bearing pressure of 4500 psf with a safety factor of 3.0. The piers may also be designed and constructed for an allowable skin friction value of 400 psf for that portion of the pier that comes in contact with the clay soils. Concrete placed in the drilled piers should not be placed at slumps less than five inches. For any given excavation, placement of steel and concreting shall be completed within the same workday. 3.0 EXECUTION 3.1 Installation of Poles: ANSI C2, NFPA 70, and to the requirements specified herein. A) Provide pole foundations with galvanized steel L configured anchor bolts, threaded at the top end. Provide galvanized nuts, washers, and ornamental covers for anchor bolts. Thoroughly compact backfill with compacting arranged to prevent pressure between conductor, jacket, or sheath and the end of conduit ell. Adjust poles as necessary to provide a permanent vertical position with the bracket arm in proper position for luminaire location. B) Pole Setting Poles in straight runs shall be in a straight line. Dig holes large enough to permit the proper use of tampers to the full depth of the hole. Place backfill in the hole in 6-inch maximum layers and thoroughly tamp. Place surplus earth around the pole in a conical shape and pack tightly to drain water away. 3.2 Photocell Switch Aiming: Switches shall be installed above the building roof line facing north unless otherwise noted in manufactures recommendations or drawings. 165100-T Page 5 of 5 3.3 Light Fixture Aiming: Contractor shall aim light fixtures as noted on the drawings or as directed by the Engineer after light fixtures are installed. 4.0 MEASUREMENT AND PAYMENT All measures shall be made in accordance with those units of measure as noted in the bid documents and as specified on the drawings. Payment shall include all necessary labor, tools, equipment, supplies, and materials necessary to complete the scope of work as outlined in the bid documents, payment shall also include all necessary disposal and hauling. END OF SECTION 165100 February 5, 2014 City of Corpus Christi Department of Engineering Services Post Office Box 9277 Corpus Christi, Texas 78469-9277 Attention: Mr. Daniel Biles, P.E. Director of Engineering Services • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE EXPLORATION, FOUNDATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED INTERNATIONAL BOULEVARD IMPROVEMENTS PROJECT City of Corpus Christi Project No. E12137 Corpus Christi International Airport Corpus Christi, Texas RETL Job No. — G113282 Dear Mr. Biles, In accordance with our agreement, we have conducted a subsurface exploration for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted to both the City of Corpus Christi and to RVE, Inc. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL) would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883-4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www.rocktesting.com 6817 LEOPARD STREET • CORPUS CHRISTI, TEXAS. 78409-1703 10856 VANDALE ST. SAN ANTONIO, TEXAS 78216-3625 OFFICE (361) 883-4555 • FAX: (361) 883-4711 OFFICE (210) 495-8000 • FAX: (210) 495-8015 SUBSURFACE EXPLORATION, FOUNDATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED INTERNATIONAL BOULEVARD IMPROVEMENTS PROJECT CITY OF CORPUS CHRISTI PROJECT NO. E12137 CORPUS CHRISTI INTERNATIONAL AIRPORT CORPUS CHRISTI, TEXAS RETL PROPOSAL NUMBER: G113282 PREPARED FOR: CITY OF CORPUS CHRISTI DEPARTMENT OF ENGINEERING SERVICES POST OFFICE BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 FEBRUARY 5, 2014 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 TEXAS BOARD OF PROFESSIONAL ENGINEERS FIRM REGISTRATION NO. - 2101 Ay. **** .11.tr tt, .*A i MARK C. ROCK 0 . 71395•'�► 14, +jkit- 4,`.!FGEc���ISTR. 11b4(1,4./(M**tEN Mark C. Rock, P.E. Vice President of Operations A?)F i*: CHRISTOPHER A. ROCK �/ •o� 95866 .��5 �FS •..ENS c. cs��►� ft\�` mtit,go Christopher A. Rock, P.E. Vice President Corpus Christi TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 4 Field Tests and Measurements 4 LABORATORY TESTING PROGRAM 5 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 6 Groundwater Observations 6 FOUNDATION RECOMMENDATIONS 7 Project Description 7 PVR Discussion 7 Drilled Piers 8 L -Pile Design Criteria 9 Drilled, Cast -in -Place, Pier Construction Considerations 9 PAVEMENT RECOMMENDATIONS 10 Full Depth Pavement Repair 13 Routine Maintenance of Flexible Pavement Systems 14 Earthwork and Foundation Acceptance 14 GENERAL COMMENTS 15 APPENDIX Boring Location Plan Boring Logs B-01 through B-12 Key to Soil Classifications and Symbols February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 INTRODUCTION This report presents the results of a soils exploration for the proposed International Boulevard Improvements Project, City of Corpus Christi Project No. E12137, located at the Corpus Christi International Airport in Corpus Christi, Texas. This study was conducted for the City of Corpus Christi and RVE, Inc. Authorization The work for this project was performed in accordance with Rock Engineering and Testing Laboratory, Inc. (RETL) proposal number P101513B dated October 28, 2013. The scope of work was approved and incorporated into a City of Corpus Christi's Agreement for "Construction Materials Engineering Laboratory's Inspection and Materials Testing Services" and sent to RETL via a transmittal letter dated November 20, 2013. Purpose and Scope Based on information provided to RETL, the proposed project will include rehabilitation of International Boulevard. It is understood that the proposed project will include rehabilitation of the existing roadway and installing multiple overhead traffic control devices and signs. RETL performed the following: • Evaluation of the subsurface soils within the limits of the proposed roadway rehabilitation project by obtaining information on the in-situ soils and groundwater conditions and to provide flexible pavement sections suitable for 20 and 30 -year pavement designs. • Provision of recommendations on the suitability of recycling the existing asphalt roadway to be re -used as base material for a flexible pavement section. If the material is suitable, RETL will provide recommendations suitable for 20 and 30 -year pavement designs. If milling and reclaiming the existing pavement constituents is not suitable, RETL will also provide this recommendation in the final report. • Provide foundation recommendations for the proposed traffic control devices and signs. The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein, have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. No other representations are expressed or implied, and no warranty or guarantee is included or intended. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. 1 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. General INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to assist the design engineer in selecting suitable pavement sections for the proposed street rehabilitation project and to design foundations for the proposed traffic control devices and signs. The information submitted for the proposed project is based on project details provided by RVE, Inc. and the soil information obtained at the sample locations. The Geotechnical Engineer warrants that the findings, recommendations, specifications, or professional advice contained herein, have been presented after being prepared in accordance with generally accepted professional engineering practice in the fields of foundation engineering, soil mechanics and engineering geology. No warranties are expressed or implied. This report has been prepared for the exclusive use of the City of Corpus Christi and RVE, Inc. for the specific application for the proposed International Boulevard Project to be constructed at the Corpus Christi International Airport in Corpus Christi, Texas. FIELD EXPLORATION Scope The field exploration to evaluate the engineering characteristics of the subsurface materials included performing the soil borings and determining strength and classification of the subgrade soils samples obtained. A summary of the field investigation performed for the International Boulevard Rehabilitation project is provided in the table below: 2 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. - E12137) Corpus Christi, Texas RETL Job No.: G113282 INTERNATIONAL BOULEVARD CORPUS CHRISTI, TEXAS Depth of HMAC & Flexible Base Material Boring Number Elev. (ft) Boring Depth (ft) Location Depth of HMAC (in) Depth of Base (in) B-01 43.1' 5 N 27° 47.015' W 97° 30.148' International Boulevard; Sta. 39+00; 6' from west edge of pavement; Outside SBL 8.00 --- B-02 43.4' 5 N 27° 46.937' W 97° 30.146' International Boulevard; Sta. 34+20; 5' from east edge of pavement; Inside SBL 10.00 --- B-03 42.0' 25 N 27° 46.859' W 97° 30.141' Prop. Traffic Control Devices & Miscellaneous Signs; Sta. 29+50; 6' from east edge of pavement --- --- B-04 43.1' 5 N 27° 46.766' W 97° 30.145' International Boulevard; Sta. 23+50; 4' from west edge of pavement; Outside SBL 8.50 2.00 B-05 42.1' 5 N 27° 46.691' W 97° 30.152' International Boulevard; Sta. 19+40; 6' from west edge of pavement; Outside SBL 2.00 10.00 B-06 41.0' 5 N 27° 46.514' W 97° 30.250' International Boulevard; Sta. 7+00; 3' from west edge of pavement; Outside SBL 2.25 8.75 B-07 41.5' 5 N 27° 46.619' W 97° 30.075' International Boulevard; Sta. 11+00; 6' from east edge of pavement; Outside NBL 2.00 7.00 B-08 41.7' 5 N 27° 46.676' W 97° 30.110' International Boulevard; Sta. 15+00; 22' from east edge of pavement; Inside NBL 4.50 8.50 B-09 42.8' 5 N 27° 46.738' W 97° 30.121' International Boulevard; Sta. 19+00; 3' from east edge of pavement; Outside NBL 2.00 7.00 B-10 44.2' 5 N 27° 46.874' W 97° 30.127' International Boulevard; Sta. 27+00; 22' from east edge of pavement; Inside NBL 3.00 9.00 B-11 42.4' 5 N 27° 47.015' W 97° 30.126' International Boulevard; Sta. 36+00; 2' from east edge of pavement; Outside NBL 2.50 8.50 B-12 42.0' 25 N 27° 47.017' W 97° 30.132' Prop. Traffic Control Devices & Miscellaneous Signs; Sta. 36+25; 6' from west edge of pavement --- --- Where: NBL = North Bound Lane SBL = South Bound Lane 3 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 Due to the considerable thickness variability of the existing HMAC and base materials encountered at the boring locations, it is RETL's opinion that rehabilitation of the roadway using salvaged existing materials is not an economical alternative. The borings performed for this project were used to determine the classification and strengths of the in-situ soils. The information obtained on the boring logs includes boring location, boring depth, thickness of pavement constituents, soil classification, soil strengths, laboratory test results and GPS coordinates obtained using a commercially available GPS at the boring locations. The boring logs are included in the Appendix. Drilling and Sampling Procedures At each boring location, where applicable, pavement cores were performed to provide access to the subsurface soils. The pavement cores were obtained using a coring machine equipped with a diamond bit to penetrate the existing pavement constituents to a depth the subgrade soils were encountered. Once the existing pavement constituents were penetrated and removed, a drilling rig equipped with a rotary head turning hollow stem augers was used to advance the boreholes to the desired boring termination depth. Disturbed samples were obtained employing both split -barrel sampling procedures in general accordance with the procedures for "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)". Undisturbed samples were obtained using thin-wall tube sampling procedures in accordance with the procedures for "Thin Walled Tube Sampling of Soils, (ASTM D1587)". The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. All of the samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Measurements Penetration Tests - During the sampling procedures, standard penetration tests (SPT) were performed to obtain the standard penetration value of the soil. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 -inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. The "N" value is the sum of the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. 4 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 Water Level Observations - Water level observations were obtained during the test boring operations and are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations - The ground surface elevations at the boring locations were provided and are included in the "Summary of Boring Information" table and on the boring logs. All depths referred to in this report are from the actual ground surface at the boring locations during the time of our field investigation. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundation and pavement systems for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on all samples. In addition, selected samples were subjected to dry unit weight determinations (ASTM D2937), Atterberg limits tests (ASTM D4318) and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples were evaluated from unconfined compressive strength tests (ASTM D2166). Estimated soil strengths were obtained using a hand penetrometer. All phases of the laboratory testing program were conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. SUBSURFACE CONDITIONS General The types of soils encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, pocket penetrometer tests, strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, all samples will be disposed of 3 -months after issuance of this report. 5 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the actual boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The generalized soil conditions encountered have been summarized and soil properties including soil classification, plasticity, strength and design soil parameters are provided in the following table: Soil Profile Table D Description LL PI C 4) ye N P 0-17 Fat/Lean CLAY 42-80 12-59 2400 0 120 5-11 2.0-4.5+ 17-25 Fat CLAY --- --- 2700 0 60 --- 3.25-4.0 It should be noted that a suspicious odor was observed in boring B-03 between the depths of 11 to 12.5 -feet. The City of Corpus Christi and RVE, Inc. were notified of our finding. RETL does not have the expertise to identify the source of the odor. Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf N = Standard Penetration Test P = Pocket Penetrometer (tsf) Groundwater Observations Groundwater (GW) observations and the depths the borings caved are provided in the following table: 6 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: GI 13282 GROUNDWATER (GW) OBSERVATIONS BORING NO. DURING DRILLING UPON COMPLETION 24 -Hr. DELAYED READINGS B-03 None Dry and Open GW at 17'and Caved at 17.5' B-12 17' GW at 24.5' and Open GW at 14'and Caved at I4.5' *Borings B-01, B-02 and B-04 through B-11 were terminated at a depth of 5 -feet. Groundwater was not encountered or observed in these borings during or immediately upon completion of the drilling operations. Based on RETL's experience in the vicinity of this project, observations made in the field and moisture contents obtained in the laboratory, it appears that groundwater at this site, during the time of our field investigation, will be encountered near the 17 -foot depth. The groundwater readings provided in the table above are indicative of the conditions at the boring locations during the time of our field investigation. It should be emphasized that water levels in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site will be subject to seasonal conditions, recent rainfall, drought or temperature effects. FOUNDATION RECOMMENDATIONS Project Description Based on information provided to RETL, the proposed project will include improvements and full depth repairs to an existing 2 travel lane roadway. In addition, multiple overhead traffic control devices and miscellaneous signs, measuring approximately 19 -feet in height, will be relocated. It is understood that drilled piers will be utilized to support the proposed overhead traffic control devices and miscellaneous signs. PVR Discussion The laboratory test results indicate that the subsoils in the active zone at this site are predominately high in plasticity. The maximum calculated total potential vertical rise (PVR) at this site is on the order of 4'/4 to 4'A -inches. The PVR was calculated using the Texas Department of Transportation Method TEX-124E and took into account the depth of the active zone, estimated to extend to a depth of approximately 15 -feet, and the Atterberg limits test results of the soils encountered within the active zone. 7 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. Drilled Piers INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 Underreamed drilled piers and straight shaft drilled piers were considered for use at this site to support the proposed traffic control devices and signs. Due to slickensided soils and the potential presence of an unknown odor at boring location B-03 between the depths of 11 to 12.5 -feet, which is the depth at which the underreamed portion of the drilled pier would be excavated, it is RETL's opinion that straight shaft drilled piers would be the preferred method of supporting the traffic control devices and signs. Straight shaft drilled piers would produce less spoils during excavation and the presence of slickensided soils have a higher likelihood of sloughing into the excavation while excavating the underreamed portion of an underreamed drilled, therefore, only recommendations for straight shaft drilled piers will be provided in this report to support the proposed traffic control devices and signs. The structural designer can utilize the allowable unit skin friction values for the range in depths included in the following table for straight shaft drilled piers to resist the axial loads given the strengths of the subsurface soils encountered: ALLOWABLE UNIT SKIN FRICTION VALUES Depth Below Existing Grade (ft) Allowable Unit Skin Friction (psf) 0-5 Neglect 5-17 600 17-22 700 All depths are referenced from the existing ground surface elevations at the boring locations during the time of our field investigation. The allowable unit skin friction values provided above are based on the strengths of the in-situ soils and utilize a safety factor of 2 to prevent shear failure. The minimum depth of a straight shaft drilled pier required to resist uplift forces from the expansive soils encountered at this site, assuming a minimum load of 25 kips, is 19 -feet and the maximum termination depth for straight shaft drilled piers is 22 -feet. If the minimum load on any pier is less than 25 -kips, RETL should be given the opportunity to revisit the minimum depth recommendations for straight shaft drilled piers at this site. Resistance to uplift can be calculated by taking 60 -percent of the axial capacity of a straight shaft drilled pier. Straight shaft drilled piers should be spaced no closer than three pier diameters apart measured center to center. Drilled piers at this site should be adequately reinforced with a minimum of 1 - percent of the cross-sectional area of the pier shaft throughout the depth of the pier to withstand uplift forces. 8 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. L -Pile Design Criteria INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G 1 13282 Design criteria for use in software programs such as L -Pile to analyze the deep foundations to resist lateral loads are provided in the following table: L -Pile Design Criteria D Description C 4) ye K Eso 0-5 Fat/Lean CLAY 120 5-17 Fat CLAY 2400 0 120 1000 0.005 17-22 Fat CLAY 2700 0 55 1000 0.005 Where: D = Depth in inches below existing grade C = Soil Cohesion, psi (undrained) (I)= Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pci K = static soil modulus (pci) E50 = 50% strain value Drilled, Cast -in -Place, Pier Construction Considerations Based on observations made in the field, temporary steel casing will be required to successfully install straight shaft drilled piers at this site. Typically, pier diameters up to 30 -inches can use temporary steel casing. Straight shaft drilled piers will require the use of temporary steel casing to prevent groundwater infiltration and soil sloughing into the pier excavation prior to placing reinforcing steel and pier concrete. The casing will require a competent clay stratum to seal the casing. Competent clay strata, for sealing the casing, exists throughout the depth of the borings performed at this site. Overdriving of casing should be avoided but may be warranted. Temporary steel casing, to be paid for by the linear foot, should be included in the bid documents. Concrete should be placed as soon as possible after all loose material has been removed, the pier excavation inspected and reinforcing steel installed. A relatively high slump concrete mix (6 to 7 -inches) is suggested to minimize aggregate segregation caused by the reinforcing steel. Free fall of concrete into the pier excavation is permitted provided the concrete can be placed into the pier excavation without striking the sides of the excavation or hitting the rebar. It should be noted that research has shown that free fall concrete guided at the top of the excavation to avoid contact with the sides of the pier excavation and reinforcing steel can drop more than 80 -feet without any measurable segregation. In addition, the research has shown that as long as the concrete drop is in air the strength of the concrete was not adversely affected. In situations where it is impossible for the concrete to fall freely without striking the rebar cage or sides of the pier excavation the free fall should be limited to 10 -feet, or placed with a tremie. Pier excavations should not be allowed to stay open overnight. 9 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 The successful placement of a drilled pier foundation system is dependent on the expertise of the drilled pier foundation contractor. A test pier excavation should be performed at the site to verify the contractor's construction methods and to identify any potential groundwater infiltration and soil sloughing problems. The Geotechnical Engineer, or his designated representative, should be present to witness the installation of all the drilled piers, including the test pier excavation. PAVEMENT RECOMMENDATIONS The proposed roadway rehabilitation will include the include improvements and full depth repairs to an existing 2 travel lane roadway. The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by a California Bearing Ratio (CBR) for the design of flexible pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. CBR value) have not been performed for this analysis. Based upon local experience and soil classification of the surficial soils, the estimated CBR value for the natural surficial fat clay soils encountered at this site is 2. The Average Daily Traffic (ADT) numbers utilized for this project were provided by the City of Corpus Christi. Given the ADT counts provided, the 2034 and 2044 traffic projections to determine vehicles per design lane were calculated by taking into account the following considerations: • 2% Growth • 4% Truck Distribution based on roadway classification as a "Collector" • 100% Design Lane Traffic Distribution • Terminal Serviceability Index — 2.5 • Most Recent ADT Provided by City of Corpus Christi — 2379 VPD (June, 2007) 10 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: GI 13282 If the owner or consultant provides pavement design considerations that conflict with those assumed above, then RETL should be given the opportunity prior to final issue of the plans and specifications, to determine if supplemental recommendations are warranted. ADT numbers calculated for 20 and 30 -years, calculated 18 -kip Equivalent Single Axle Loads (ESAL) and calculated required structural number are provided in the table below for 20 and 30 -year pavement designs: International Boulevard; Summary of Pavement Design Criteria Flex. Pavement Section 20 Yr. 30 Yr. ADT 4060 4,950 Flex. ESAL's 489,007 907,147 Required SN 4.29 4.7 The recommended flexible pavement sections calculated using the American Association of the State Highway and Transportation Officials, "GUIDE FOR DESIGN OF PAVEMENT STRUCTURES," are provided in the following tables: 20 YEAR FLEXIBLE PAVEMENT SECTIONS Flex. Pavement Section lA 1B 1C 1D lE 1F 1G 1H Type D HMAC 4" 4" 4" 4" 5" 5" 5" 5" Flex Base Material Type A Gr. 1 10" 14" 14" 9" 7" 11" 11" 6" Geogrid TX5 No No No TX5 No No No TX5 Geogrid BX -1100 BX -1100 No BX -1100 No BX -1100 No BX -1100 No L.S. Subgrade (6%) 8" 8" No 8" 8" 8" No 8" Calculated SN 4.36 4.28* 4.28* 4.39 4.36 4.28* 4.28* 4.33 i Min. Required SN 4.29 4.29 4.29 4.29 4.29 4.29 4.29 4.29 11 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 30 YEAR FLEXIBLE PAVEMENT SECTIONS Flex. Pavement Section 1A 1B IC 1D 1E 1F 1G 1H Type D HMAC 5" 5" 5" 5" 6" 6" 6" 6" Flex Base Material Type A Gr. 1 10" 14" 14" 9" 7" 11" 11" 6" Geogrid TX5 No No No TX5 No No No TX5 Geogrid BX -1100 BX -1 100 No BX -1100 No BX -1100 No BX -1 100 No L.S. Subgrade (6%) 8" 8" No 8" 8" 8" No 8" Calculated SN 4.78 4.70 4.70 4.81 4.78 4.70 4.70 4.75 Min. Required SN 4.70 4.70 4.70 4.70 4.70 4.70 4.70 4.70 *Does not meet minimum required SN, but it is RETL's opinion that a difference in SN for Flexible Pavement is negligible and these flexible pavement sections should be considered an equivalent pavement section. After all surface organics, deleterious materials and existing roadway materials have been removed to the desired subgrade elevation, the upper 12 -inches of exposed raw subgrade shall be compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and at, or above, the optimum moisture content. Any soft areas identified shall be removed and properly recompacted in place. Where specified in the tables above; upon completion of the raw subgrade preparation, lime shall be mixed with the scarified subgrade soils. Lime stabilization shall be performed in accordance with TxDOT Item 260, "LIME TREATMENT FOR MATERIALS USED AS SUBGRADE (ROAD MIXED)." Lime shall be mixed into the raw subgrade soils based on 6 -percent of the maximum dry unit weight of the raw subgrade soils, as determined by the standard Proctor (ASTM D698). After the proper curing time, usually 24 to 48 -hours, the lime stabilized soils should be remixed and compacted to a minimum density of 98 -percent of the maximum dry density, as determined by a standard Proctor test (ASTM D698), and at, or above, the optimum moisture content. Where specified in the tables above; upon completion of the raw subgrade preparation a layer of the specified geogrid shall be placed on the properly prepared subgrade and shall extend outside the limits of the crushed limestone base material, or to the limits dictated by the City of Corpus Christi, whichever is greater. The geogrid shall be placed in accordance with the manufacturer's recommendations. The flexible base materials utilized shall meet the minimum physical requirements for TxDOT Item 247, Type A, Grade 1. Base materials in flexible pavement areas should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 98 -percent of the maximum dry density, as determined by the modified Proctor test (ASTM D1557), and within 11/2 -percent of the optimum moisture content. 12 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 RETL recommends placing a single course seal coat or a prime coat (MC -30 or MC -70) on the finished flexible base material prior to placing the HMAC courses. A seal coat should be utilized if opened to traffic. Hot mix asphaltic concrete should meet the requirements set forth in TxDOT Item 340; Type D and/or Type B HMAC. Type B may be used as a base layer provided the minimum and maximum thicknesses for Type D and Type B HMAC provided in the table below are not violated. Minimum and maximum thickness of HMAC placement for the types of HMAC recommended is provided in the following table: Minimum and Maximum HMAC Thickness HMAC Mixture Type Min. Compacted Thickness Maximum Compacted Thickness Type B HMAC 2.5" 5" Type D HMAC 1.5" 3" Any other pay items not specifically referenced shall be either City of Corpus Christi specifications or TxDOT specifications. All TxDOT specifications are referenced from the 2004 Texas Department of Transportation, "STANDARD SPECIFICATIONS FOR CONSTRUCTION OF HIGHWAYS, STREETS AND BRIDGES." Allowances for proper drainage and proper material selection of base materials are most important for performance of asphaltic pavements. Ruts and areas that hold water in asphalt pavements allow for quick deterioration of the pavement primarily due to saturation of the underlying base and subgrade. Full Depth Pavement Repair Repair of the pavement distress areas in the existing pavement section shall be in accordance with Texas Standard Specifications 2004; ITEM 351, "FLEXIBLE PAVEMENT STRUCTURE REPAIR". The minimum repair dimension shall be 3 -feet in both width and length. The adjacent pavement shall not be damaged during pavement repair operations. The repair dimension shall be determined by the minimum repair dimension or should be a minimum of 1 -foot outside the area of pavement showing distress in all directions, whichever dimension is greater. Once the dimension of repair has been determined the pavement shall be saw cut to remove HMAC, base material and existing subgrade soils using shovels to create a smooth firm exposed subgrade. All pavement within the pavement repair dimension determined shall be removed to a minimum depth of 1 -foot, or until firm soils are encountered, whichever is greater. Once the existing damaged pavement constituents have been removed and discarded, the exposed subgrade soils shall compacted to a minimum density of 95 -percent of the maximum dry unit weight, as determined by a standard Proctor test (ASTM D 698), and within 2 -percent of the optimum moisture content. 13 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: G113282 Upon completion of the subgrade preparations, a layer of Tensar Geogrid BX -1100 shall be placed in the excavation and shall lap up all the sides of the excavation a minimum of 6 -inches. The Tensar Geogrid shall be installed in accordance with the manufacturer's instructions. HMAC shall be placed on properly prepared subgrade soils. The hot mix asphaltic concrete should meet the physical requirements set forth in TxDOT Item 340; Type D or B HMAC and shall be compacted to achieve a minimum in-place density between 92 to 96 -percent of the maximum theoretical specific gravity. Some leniency with the specified in-place density of HMAC may be appropriate for the first 4 -inch thick compacted lift. HMAC shall be placed in lifts not to exceed 4 -inches of compacted thickness. Routine Maintenance of Flexible Pavement Systems The pavement sections provided in this report are designed based 18 -kip equivalent single axle loads over the design life. During the design life, the roadway will require routine maintenance such as crack sealing and seal coats for flexible pavements. Without proper maintenance moisture infiltration into the base material and subgrade will result in rapid deterioration of the pavement system. RETL recommends that the City of Corpus Christi protect their investment by incorporating an aggressive maintenance program. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils if excavations remain open for long periods of time. Therefore, it is recommended that all excavations be extended to final grade and the utilities, boxes, and manholes be installed as soon as possible to minimize potential damage to the bearing soils. The bearing level should be free of loose soil, ponded water or debris and should be observed by the Geotechnical Engineer, or his designated representative. Concrete, pavement constituents, bedding materials and backfill materials should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed from the excavation and replaced with properly compacted fill. Backfill materials should be placed in maximum 8 -inch thick loose lifts and compacted to a minimum density of 95 -percent of the maximum dry density, as determined by the standard Proctor (ASTM D698), and the moisture content should be maintained within —1 to +3 -percent of the optimum moisture content. In place density tests to verify proper compaction shall be performed at a minimum frequency as dictated by the City of Corpus Christi requirements. The Geotechnical Engineer or his designated representative should monitor the placement of roadway constituents, bedding material, backfill and backfill behind the curb. Any areas not meeting the required compaction should be recompacted and retested until compliance is met. 14 of 15 February 5, 2014 City of Corpus Christi Attn: Mr. Daniel Biles, P.E. INTERNATIONAL BLVD. (City of CC Proj. No. — E12137) Corpus Christi, Texas RETL Job No.: 0113282 GENERAL COMMENTS If there are any revisions to the plans for the proposed project, or if deviations from the subsurface conditions noted in this report are encountered during construction, RETL should be retained to determine if changes in the recommendations are required. If RETL is not retained to perform these functions, RETL will not be responsible for the impact of those conditions on the performance of the project. It is recommended that RETL be retained to provide observation and testing during the construction of the proposed project. RETL cannot accept any responsibility for any conditions which deviate from those described in this report, nor for the performance of the project if not engaged to also provide construction observation and testing. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 15 of 15 APPENDIX A 1 1 1 I 1 MATCHUNE 1<. 5 '1'}{ LP 70 m 15 STREET CORE .riSTA. 23+50 W (2' OFF EO.P.) IC.T 1E IN DAMAGED PAVEMENT • B -4r NTERN,TIONAL BOULEVARD (ENTRANCE ROAD B-3 .++ V AGB- 1 0 25 (IEOTECHNIGL 00RE _J.-• ��STA 29+SOW (6' OF EO.P.)1 5 STREET CORE' STA. 34+20 W (Q INSIDE LANE) CORE IN DAMAGED PAVEMENT! t B-20. INTERNATIONAL BOULEVARD E7CT ROAD; me 5' STREET CORE STA 27+00 E (Q INSIDE UNE) CORE IN GOOD PAVEMENT r 00 15' STREET CORE r STA. 30+00 W (r1 OUTSIDE IANE)1 En CORE IN 0000 PAVEMENT a 2s' GEOTECHNICAL 00RET- �.. B-1 ; ..P'' I ' LISTA. 36+25 E (6' OF E0.P.)r ....,,r,..B-12 �r ' B-11 `" � 's STILET CORE f ` ISTA. 36+00 E (2' OF E.O.P )I CORE IN DAMAGED PAVEMENT CEI40RAL 007051 IMAGE FROM GOOC1E EARTH 2013. RVE SHALL MARK THE LOCATION OF CORES IN THE FIELD PRIOR TO CORING. STREET CORES SWILL DE 5' IN DEPTH. GEOTECHNICAL BORINGS SHALL BE 25' IN DEPTH. ALL CORES SHALL BE BACKFILLED WITH IN-KIND LATERALS. HORIZONTAL SCALE 150 450' STREET CORING LOCATION GEOTECHNICAL BORING LOCATION THIS DOCUMENT 15 RELEASED FOR INFORRMTION PURPOSES ONLY BY CARLOS A 4191102 P.0., 97327 ON 12/3/13, AND SIWl NOT BE USED FOR CONSTRUCTION OR PERAOT PURPOSES. INTERNATIONAL BOULEVARD IMPROVEMENTS — GEOTECHNICAL EXHIBITS STREET CORING & GEOTECHNICAL BORING LOCATION MAP GIT PROJECT/ 012117 5NFi7 2 OF 2 V Corpus Chr sti Engineering n a engineering -surveying 131 T 94 -•-, '45 ''''.:',.. ,0* " , .1179Li, _., A, •;,t., 4. ...._cp, • .--. 6r.. -- 4' B-6 ,.... ,. I.- .„. , .t. - ...„__, ,,,,.. ,.. 4 .to 4 ..,.e 1,91.-' is-T5.A.S1R7 TOO CWORE(t. OUTSIDE LANE) rtbk-r4,......S,PA'..S Igi ....L‘V41.• 4' CORE IN 11414AGEO PAVEMENT • .... ' 1 Y ,r9. **"... g Z )., ( .17.7-:. .'"....-7 7 -. * ''. no S I 4/ N : =I i. .. re. ..::: I.'. r.,"'.-* ,„,„ ... - .-',... v. , 11 1.0 40. I .740 , ,,.... ... ..., ..... 41.4 ' . • 40 .. , ..• , '2".4., ... .1., . IQ . a , 7 .A.t? .....-. ,.., ...... , ..: • .05 - , , ,.;,...• ... 116,4 , . ... ,04.4 , L: . "12t. ••:$47. 13 l _ . .• .4I, C• dal)W. ,.. P I , . 41•1 , . 4• 1,.. i i 1 ....: ,,,...... ••.1 4° 41444 . 4- , . ..,, . 7,7. . tv . . ...r . ,,;• . , , , : . . . .4. ..... - 4 0 1 _I 0 • 00m: 4,0. 4 400, st • • 41. 4044 Mt. • 4.47 *ma.. ne 5 STREET CORE STA. 11+00 E( OLITSIOE LANE) CORE 114 DAMAGED PAVEMENT top B I 1: INTERNATIONAL BOULEVARD (LOOP ROAD)_. IR I 1.11 11 &Inns HORIZONTAL SCALE =BAUM& 1. WAGE FROM GOOGLE EARTH 2013. 2. RVE SHALL MARK THE LOCATION OF CORES IN THE FIELD PRIOR TO CORING. 3. STREET CORES SHALL BE 5' IN DEPTH. 4 GEOTECHNICAL BORINGS SHALL BE 25IN DEPTH. 5. ALL CORES SHALL BE BACKFILLED 91111 IN-KIND MATERIALS. 2 ;se B-7 150' 300' 450• kB-8 5' STREET CORE STA. 19+40 W OUTSIDE LAN CORE IN D150255E0 PAVEMENT B-5 5' STREET CORE STA. 19+00 E (9. OUTSIDE LANE) CORE 114 DAMAGED PAVEMENT rimtti CORE STA. 15+00 E 114510E LANE) CORE IN 5000 PAVEMENT 1 THIS DOCUMENT 15 RELEASED FOR INFORVADON PURPOSES ONLY BY CARLOS A. INRIDIE2 P.E, 97327 ON 12/3/13, AND SHALL NOT BE USED FOR CONSTRUCTION OR PERMIT PURPOSES. I FAX1411. INTERNATIONAL BOULEVARD IMPROVEMENTS STREET CORING u3cADom - GEOTECHNICAL EXHIBITS • GEOTECHNICAL901040 LocAnoN STREET CORING & GEOTECHNICAL BORING LOCATION MAP CITY INHAIECT/ 01237 SHEET 1 Of 2 (). Corpus Chr sti Engineering engIneering-surveying ,444 !MY 1.116 MA t LOG OF BORING B-01 SHEET 1 of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/09/13 - 12/09/13 LABORATORY DATA LOG OF BORING G113282 INTERNATIONAL BOULEVARD.GPJ ROCK_ETL.GDT 1/23/14 u- W 0 5 - SAMPLE NUMBER SH S-1 SH S-2 C0 w a i \co/ z 0 ce w ioocezr, 3 ozzw UY m O O W 0 zn 1,a cc MOISTURE CONTENT (%) F. LIQUID LIMIT ERBERG LIMITS g 0 � z J U U g a PI ATT PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stern Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 43.1' DESCRIPTION OF STRATUM ASPHALT (8.00") 1 1 P= 3.5 P= 3.5 32 29 60 23 37 85 FAT CLAY, with sand, dark gray, moist, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. (CH) Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER TORVANE SHEAR TES RES STR TR TSTA ENG ESISTANCE NCE TH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 47.015' W 97° 30.148'. Boring Location: International Boulevard; Sta. 39+00; 6' from west edge of pavement; Outside south bound lane LOG OF BORING B-02 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/09/13 - 12/09/13 FIELD DATA LABORATORY DATA 4_ 5 LOG OF BORING G113282 INTERNATIONAL BOULEVARD GPJ ROCK_ETL.GDT 1/23/14 SAMPLE NUMBER SH S-1 SH S-2 U W a \/ MOISTURE CONTENT (%) ATTERBERG LIMITS � z H U U a a LL PI 0 PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT Lu W00) z z 0` 0 b CO MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stern Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 43.4' DESCRIPTION OF STRATUM ASPHALT (10.00") 1 P= 4.5 L=3.5 27 25 60 24 36 84 FAT CLAY, with sand, dark gray, moist, very stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER TORVANE SHEAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.937' W 97° 30.146'. Boring Location: International Boulevard; Sta. 34+20; 5' from east edge of pavement; Inside south bound lane B-03 SHEET 1 of 1 G 0- N rF� Rock Engineering & Testing Lab., Inc. TTX 78409InternationalCorpus 6817 pard t, ' O C $4. Corpuss Christi, -62 Co °e° v.v.' (361) 883-4555 4A° Gse° Fax: (361) 883-4711 9y 0 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: Blvd.; Cus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/10/13 -12/10/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) LOWS/FT ONS/SQ FT DNS/SQ FT ;CENT RECOVERY/ ;K QUALITY DESIGNATION ISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. 24 -Hour Delayed Reading: GW at 17' and caved at 17.5. SURFACE ELEVATION: 42.0' LL PL PI DESCRIPTION OF STRATUM �% I 1_ _S-1 �j- 5 - f- = =sH fr10 - / , _ - / /r 15 - r /r- if- S - 'D, 20 Y % J 7 � z 0 SH SH S-2 SH S-3 S-4 SH S-5 ss S-6 SHI S-732 - - - - S-8 SH I I I I I _ I P=4.5+ 22 P= 4.0 28 P= 3.5 28 P= 3.0 30 P= 3.25 27 N= 11 23 1 p= 3.5 P= 4.0 26 68 69 25 26 43 43 96 92 1.4 2.1 92 97 88 FAT CLAY, dark gray, dry, very stiff. Same as above, gray, moist. (CH) Same as above, brown. FAT CLAY brown, moist, very stiff, slickensided. (CH) Same as above, with odor. Same as above, stiff. FAT CLAY, greenish gray and brown, moist, very stiff. Same as above. N 25 m N CI C7 CD Boring was terminated at a depth of 25 -feet. o N - STANDARD PENETRATION TEST RESISTANCE mi LL P - POCKET PENETROMETER RESISTANCE 0 01 T - POCKET TORVANE SHEAR STRENGTH SIfrom J REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.859' W 97° 30.141'. Boring Location: Prop. Traffic Control Devices & Miscellaneous Signs; Sta. 29+50; 6' east edge of pavement LOG OF BORING B-04 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/09/13 - 12/09/13 FIELD DATA LABORATORY DATA LOG_OF_BORING G113282 INTERNATIONAL BOULEVARD GPJ ROCK_ETL.GDT 1/23/14 SAMPLE NUMBER SH S-1 SH S-2 W 0- MOISTURE CONTENT (%) ATTERBERG LIMITS 0 U U PI r (LIQUID LIMIT PLASTIC LIMIT PL U- 0) F j z W p Z 0 Oa COMPRESSIVE z 0 Z O cob MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stern Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 43.1' DESCRIPTION OF STRATUM ASPHALT (8.50") 1 1 P= 2.5 P= 4.5+ 29 21 42 30 12 82 \BASE MATERIAL (2.00") LEAN CLAY, with sand, dark gray, dry, stiff. (CL) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, very stiff. Boring was terminated at a depth of 5 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER TORVANE SHEAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27°46.766' W 97° 30.145'. Boring Location: International Boulevard; Sta. 23+50; 4' from west edge of pavement; Outside south bound lane LOG OF BORING B-05 SHEET 1 of 1 G 0- res Rock Engineering & Testing Lab., Inc. 6817t. , 1 0 C .0 Corpus LChristi,pard T TX 78409 4eo QPM Telephone: (361) 883-4555 9yr9r ` oie Fax: (361) 883-4711 a C7 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX P NUMBER: G113282 DATE(S) DRILLED: 12/09/13 -12/09/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 42.1' LL PL PI DESCRIPTION OF STRATUM •• :•:BASE ys-1 4- SHI SHSame S-2 113= \ASPHALT (2.00") l MATERIAL (10.00") r P= 2 5 3.5 3o 30 76 25 51 86 FAT CLAY dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. as above, very stiff. (CH) 5 - s I i i i i 3 J 3 ) a U V 0 V 0 7 Boring was terminated at a depth of 5 -feet. R N - STANDARD PENETRATION TEST RESISTANCE �' P - POCKET PENETROMETER RESISTANCE Di T - POCKET TORVANE SHEAR STRENGTH D REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.691' W 97° 30.152'. Boring Location: International Boulevard; Sta. 19+40; 6' from west edge of pavement; Outside south bound lane m f - O -1 w W 0 0 0 a O 0 o: W —J 0 0 ccJ 0 Z W 2 N CO N Cc) Q O z a 0 m1 0 0 J LOG OF BORING B - Rock Engineering & Testing Lab., Inc. 6817hard St. corpuss Christi, TX Co78409 qeo Q,Q Telephone: (361) 883-4555 �qro oQe° Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/10/13 -12/10/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger ISOIL SYMBOL DEPTH (FT) SAMPLE NUMBER ,\SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 41.0' LL PL PI DESCRIPTION OF STRATUM - - - SHI S-1 SH' S-2 32 33 68 20 48 93 `ASPHALT (2.25") \BASE MATERIAL (8.75") r — P= 2 0 P= 2.0 FAT CLAY dark gray, moist, stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. 5 N - STANDARD P - POCKET T - POCKET Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE PENETROMETER RESISTANCE TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.514' W 97° 30.250'. Boring Location: International Boulevard; Sta. 7+00; 3' from west edge of pavement; Outside south bound lane .J w W 0 0 a O 0 o: W J 0 m -J 0 0 Z w 1- Z m m_ O 2 CC 0 0 O Q O J LOG OF BORING B-07 G 0- rFs Rock Engineering & Testing Lab., Inc. 6817ge`d O o Corp sLChard , T �, ' �° corpus Christi, TX 78409 09 0. Telephone: (361) 883-4555 qr tee° Fax: (361) 883-4711 r * CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project p LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/10/13 -12/10/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stern Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT F 2 n 0 F g 0 PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 41.5' LL PL PI DESCRIPTION OF STRATUM ASPHALT (2.00") P- P- � / - - = SH S-1 SH S-2 I P= 3.5 1 P= 4.5 22 27 71 23 48 90 \57552 GEOGRID BASE MATERIAL (7.00") GES RID FAT CLAY, dark gray, dry, very stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, moist. (CH) 5 Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.619' W 97° 30.075'. Boring Location: International Boulevard; Sta. 11+00; 6' from east edge of pavement; Outside north bound lane LOG OF BORING B-08 SHEET 1 of 1 42. a�-4. Rock Engineering & Testing Lab., Inc. 6817 Leopard `, ' O C $ Corpuss Christi, TTX 78409 °e 93.4Telephone: (361) 883-4555 94ro GQ,Q° Fax: (361) 883-4711 9y � �; CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX P NUMBER: G113282 DATE(S) DRILLED: 12/10/13 - 12/10/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stern Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 41.7' LL PL PI DESCRIPTION OF STRATUM " / = - 4. SH s-1 SH S-2 (4.50") \ASPHALT r. MATERIAL (8.50") & GEOGRID I I P= 4.5+ P= 3.0 26 31 69 23 46 88 \BASE FAT CLAY, dark gray, moist, very stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. 5 - i 's i i E i i i i V J 5 Boring was terminated at a depth of 5 -feet. > N - STANDARD PENETRATION TEST RESISTANCE of P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH o ., REMARKS: Boring depth and location was determined by RVE. Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.676' W s7° 30.110'. Boring Location: International Boulevard; Sta. 15+00; 22' from east edge of pavement; Inside north bound lane LOG OF BORING B-09 SHEET 1 of 1 FIELD DATA Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/10/13 -12/10/13 LABORATORY DATA O 2 y y I a W z ATTERBERG P o:y w >c co o Uy} n LOaLk' F z to �m W W g o QzzLUU of mOOWO zai-n.w 4. 5 0 0 CDJ F W 0 0 0 CCa C7 0 m CO N CO CI cc 0 mi 01 0 SS s-1 0) O 2 LIMITS D P DRILLING METHOD(S): Hollow Stern Auger GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. ; Dry and open upon completion of drilling operations. W O z cn SURFACE ELEVATION: 42.8' SH S-2 DESCRIPTION OF STRATUM ASPHALT 2.00" BASE MATERIAL (7.00") FILL MATERIAL (3.00") FAT CLAY, dark gray, moist, stiff. Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, very stiff. (CH) Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.738' W 97° 30.121'. Boring Location: International Boulevard; Sta. 19+00; 3' from east edge of pavement; Outside north bound lane 1- Tr J w W 0 0 a. 0 0 W J 0 m J z 0 0 z z rr W z z_ co 0 z 0 mu.i 0 0 - J LOG OF BORING B- G `a1.0" ss Rock Engineering & Testing Lab., Inc. xc' 0 C X4,0 Corp6817 Leopard , t.T �� ' corpus Christi, TX 78409 4eo 9 Telephone: (361) 883-4555 4ro de Fax: (361) 883-4711 y Sao CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/10/13 - 12/10/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERSERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater (GW) was not encountered during drilling operations. Dry and open upon completion of drilling operations. SURFACE ELEVATION: 44.2' LL PL PI DESCRIPTION OF STRATUM ����� \ASPHALT (3.00") r MATERIAL (9.00") ABASE FILL MATERIAL (3.00") / _ SS S-1 SH S-2 N= 5 I P= 2.5 32 32 71 24 47 84 FAT CLAY with sand, dark gray, moist, firm. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above, stiff. 5 Boring was terminated at a depth of 5 -feet. N - STANDARD PENETRATION TEST RESISTANCE P - POCKET PENETROMETER RESISTANCE T - POCKET TORVANE SHEAR STRENGTH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 46.874' W 97° 30.127'. Boring Location: International Boulevard; Sta. 27+00; 22' from east edge of pavement; Inside north bound lane SHEET 1 of 1 ���`� rFs Rock Engineering & Testing Lab., Inc. Leopard, t. 78409InternationalCorpus T , i OC r a Corpus Christi, TX Co '4e° ,esSt Telephone: (361) 883-4555 4,4 9.9° Fax: (361) 883-4711 )- `t CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: Blvd.; Cus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/10/13 - 12/10/13 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT T: TONS/SQ FT PERCENT RECOVERY/ ROCK QUALITY DESIGNATION MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) C '.2 c 7J °i JJ O -n0 F. C 0 ' m Z = m 0 < m 2g D m < 3° m TT en D » O N x5 2.8m DZ a w O 70 5-p mag Z N -8c D A 0,. . O ' -n o o. k.., -1 m al0 > 0 -1 0 F I- LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX PL PI ,ASPHALT (2.50") f MATERIAL (8.50" it _ \BASE ,FILL MATERIAL (4.00") T SH S-1 I P= 4.5 22 FAT CLAY, dark gray, moist, very stiff. Presence of lime was 0 sH S_2 ILP: 4.5 22 73 22 51 not indicated using phenolphthalein, a lime indicating solution. Same as above. (CH) 88 5 - Q V E D .J L e D Y 1 X Q J m 0 m J Z 0 0 Q Z Ce W 1— � N fn Boring was terminated at a depth of 5 -feet. z 0 N - STANDARD PENETRATION TEST RESISTANCE REMARKS: mi P - POCKET PENETROMETER RESISTANCE Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 47.015' W 97° 30.126'. 0 0 T - POCKET TORVANE SHEAR STRENGTH Boring Location: International Boulevard; Sta. 36+00; 2' from east edge of pavement; SiOutside north bound lane J LOG OF BORING B-12 SHEET 1 of 1 Rock Engineering & Testing Lab., Inc. 6817 Leopard St. Corpus Christi, TX 78409 Telephone: (361) 883-4555 Fax: (361) 883-4711 CLIENT: City of Corpus Christi (#E12137) PROJECT: International Boulevard Improvements Project LOCATION: International Blvd.; Corpus Christi, TX NUMBER: G113282 DATE(S) DRILLED: 12/10/13 -12/10/13 FIELD DATA LABORATORY DATA SOIL SYMBOL E w w SAMPLE NUMBER W aa.. MOISTURE CONTENT (%) ATTERBERG LIMITS 0 a g _L PI F (LIQUID LIMIT PLASTIC LIMIT PL DRY DENSITY POUNDS/CU.FT MINUS NO. 200 SIEVE (%) DRILLING METHOD(S): Hollow Stem Auger GROUNDWATER INFORMATION: Groundwater (GW) was encountered at 17' during drilling operations. GW at 24.5' and open upon completion of drilling operations. 24 -Hour Delayed Reading: GW at 14' and caved at 14.5'. SURFACE ELEVATION: 42.0' DESCRIPTION OF STRATUM 4, 5 - 10 15 20 • • 4: 25 SH S-1 SH S-2 SH S-3 SH S-4 SH S-5 SH S-6 SH S-7 SH S-8 P= 4.5+ 13 P= 4.5+ 21 P= 2.75 31 P= 3.0 28 P= 3.5 25 P= 2.0 - 28 2 P= 3.25 30 P= 3.5 32 75 62 53 25 22 19 50 40 34 98 1.0 90 83 91 FAT CLAY, dark gray, dry, very stiff. (CH) Presence of lime was not indicated using phenolphthalein, a lime indicating solution. Same as above. Same as above, brown, moist. (CH) FAT CLAY brown, moist, very stiff. Same as above, slickensided. Same as above, with sand, stiff. (CH) Sand seam encountered. FAT CLAY, brown, moist, very stiff. Sand seam encountered. Same as above. Boring was terminated at a depth of 25 -feet. N - STANDA P - POCKET T - POCKET RD PENETRATION PENETROMETER TORVANE SHEAR TEST RESISTANCE RESISTANCE STRENGTH REMARKS: Boring depth and location was determined by RVE, Inc. Boring operations were performed by RETL at GPS Coord. N 27° 47.017' W 97° 30.132'. Boring Location: Prop. Traffic Control Devices & Miscellaneous Signs; Sta. 36+25; 6' from west edge of pavement Engineering & Testing Laboratory, Inc. 6817 Leopard Street Corpus Christi, Texas 78409 Office: (361) 883-4555 Fax: (361) 883-4711 KEY TO SOIL CLASSIFICATIONS AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM Symbol TERMS CHARACTERIZING SOIL Major Divisions Letter Hatching Color NAME STRUCTURE GW p Lu ' Well – graded gravels or gravel – sand mixtures, little or no fines SLICKENSIDED – having inclined planes Of weakness that are slick and glossy in appearance GRAVEL GP o Q t ir Poorly -graded gravels or gravel – sand mixtures, little or no fines FISSURED –containing shrinkage cracks, frequently filled with fine sand AND GRAVELLY SOILS GM if ll.LAMINATED O Silty gravels, gravel – sand – silt mixtures or silt; usually more or less vertical (VARVED) – composed of thin layers of varying color and COARSE GRAINED SOILS GC ',V f W } Clayey gravels, gravel - sand – clay mixtures texture, usually grading from sand or silt at the bottom to clay at the top. SW p Well -graded sands or gravelly sands, little or no fines CRUMBLY – cohesive soils which break into small blocks or crumbs on drying CALCAREOUS – containing appreciable SAND SP cc Poorly – graded sands or gravelly sands, little or no fines quantities of calcium carbonate, generally nodular. WELL GRADED – having wide range in AND SANDY SOILS SM • O Silty sands, sand – silt mixtures grain sizes and substantial amounts of all intermediate particle sizes. POORLY GRADED - predominantly of SC % i >- Clayey sands, sand – clay mixtures one grain size (uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) ML I Inorganic silts and very fine sands, rock flour, silty or clayey fine sands or clayey silts with SYMBOLS FOR TEST DATA SILTS AND CLAYS CL �� w w 0 Inorganic Gays of low to medium plasticity, gravelly clays, sandy clays, silty clays, lean clays M/C = 15 – Natural moisture content in percent. FINE LL < 50 OL —_ — — — Organic silts and organic silt -clays of low plasticity it = 95 – Dry unit weight in lbs/cu ft. Qu = 1.23 – Unconfined compression GRAINED SOILS MH Inorganic silts, micaceous or diatomaceous fine sandy or silty soils, elastic silts strength in tons/ sq ft. 51 – 21 – 30 – Liquid limit, Plastic limit, and Plasticity index. SILTS AND CLAYS LL>50 CH// /1 W co m Inorganic clays of high plasticity, fat clays 30% FINER – Percent finer than No. 200 mesh sieve OH Organic clays of medium to high plasticity, organic silts 30 B/F – Blows per foot, standard penetration test. HIGHLY ORGANIC SOILS P • • , Lu z ¢ cc O Peat and other highly organic soils Y – Ground water table. TERMS DESCRIBING CONSISTENCY OF SOIL (Z) COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO, BLOWS /FT, STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS / FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very loose Loose Firm (medium) Dense Very Dense 0 – 4 4 – 10 10 – 30 30 – 50 over 50 Very Soft Soft Plastic (med. Stiff) Stiff Very Stiff Hard < 2 2 – 4 4 – 8 8 – 15 15 – 30 over 30 < 0.25 0.25 – 0.50 0.50-1.00 1.0 – 2.00 2.00 – 4.00 over 4.00 Field classification for "Consistency" is determined with a 0.25" diameter penetrometer. ATTACHMENT 2 REQUIRED SUBMITTAL LIST PROJECT: International Drive Improvements (Bond 2012), Project No. E12137 OWNER: City of Corpus Christi ENGINEER: LJA Engineering, Inc. Attn.: Carlos A. Martinez, P.E. APPLICABLE SPECIFICATION OR DRAWING SUBMITTAL SUBMITTAL TRANSMITTAL FORM FOR THE CITY OF CORPUS CHRISTI Project Name: International Drive Improvements (Bond 2012), Project No. E12137 Submittal Date: Submittal No.: Submittal Product/Shop Drawing Name: Plan Sheet Reference: Specification Reference: Product/Shop Drawing Manufacturer: Contractor’s Review Stamp: Engineer’s Stamp O 1 c. C) ,, 1,:,.. Z s RELEASED CONSTRUCTIOIO . Director 7„ m „.0,..,:., m ?SaOoPm ` Fr m42 INTERNATIONAL DRIVE .- R S HIGH AY 77 (2, O GL(ICOATiE ROAD 1 y�7 tin, m Z ?�J —i N m, 0 I MvZlk rn ���_ a = mm myxm 4 10 Np� +pp T 13 Z G m000i n /V G�m rn 2 D Ra 0 , o l MCKENZIE RD ' r) o. -I 0 < O (� RANO MORGAN ;7:1 z ° SOUTH RC Programs CURKW000 n`Dc= M CUJ7KN'000•, m Ilk o N D y� BOCKHO -,� Fit a II -II ENG 1 NEER 1 N GI TBPE FIRM REG. NO. F-829 CO —<W moK� m N m O Sys r D a �F �o� f Z 2J ---1 0 . . MIREOR g IliQJOE <Dj) II M f iim�- . V —I D 17 "�kr p IP Lo LO n -4111 a ' 2o5y Or `r R a AW,XP ,s3, ate 4� A �� ?O O N 0 II 466 INN Cr.) 'IbSa6 Z o in ]tap ~ �O y 4' ° O A R�t"Fa / 0 1 W CO Z® SH \GNES . L\l VTS VICINI m cN c, -o am < P inn z =o r 0y o C) QMZI m 0 / JOE MIREUR ROAD N S m vJ �VN(n AWN-' Na WNNa �P(000 PP V P(AIIA W N 7' O(w600LN Ja)LN N? WN7•25)P0V ^, THE L NOTIFICATI AT 1-80 CALL BEA Wayx Know whari below. Gall before ou di; OI(NfI�VaIUNWN7'O. NmmNNNNNNNNNN-oNN-DNN111-c-c-cDD O-omr-oo )f NN NNNNNmomm rrn 1 m x D D DD D1 1 1 1 1 x 1 1 D 1 1 x x m m O O O D O O� < 0 0 D 1 1 1 1 1 1 1 X 0 X X m N m 1 m(Onw__i-ZI-ZI,-ZIzzzzz zzmzzTI'I-nTDInnD1.,m0-21AylZl1ry,RA1fA*1mmmm_i_,-Inl� m3fZ*lfr*1 m00A0D >>DDb D DIDnDDmDannc)C)ID-rnn_w>Zx11AZ������Z�ZZ 0-4 �zZ c �����t�1��zz� mmlo�oTccfoo c�r.00 mrx y oovov vvloo00 0 -1 -coo > CD ) R, R. R. R. R. R. R. m 1Wf0NNNNN (n 0000 N.'9NU 11 D ,c -)r) Zr'm' .im)NN DDDDD')DDD551Z1-4-1 yymvZ5ZZU) 01100Nf0g�ZZ mCO mmmm11111 «� 'i'T m zzozzN mmmmmmm ZZ000000 AA N z 1 Ommm2am )ovv NDm movmmmmmmmmmm mmr, ,-,,r- zzvc� NmmmKmmDc--_IN m A rn; Z r r r r C x o 0 0 ; 3 r 1 o o 1 Z Z -.1-.4-.1 D D 00 00 (:).Z wwwww 0 0 C 0 0 0 v 0 0 0 0 m v D 0 D D m D;;; 3 M K -NIZ w N O m DDcD NO. DESCRIPTION :ET INDEX DDI-DI00000D �33�1-ZIDDDD20mr� [-TOP Z W N'a mAXXIMPO'iM1m0 .-.nom 0...._. RE YOU DIG! PARTICIPANTS REQUEST 48 HOURS NOTICE BEFORE YOU DIG, DRILL, OR BLAST — STOP AND CALL 811 ZOO DOD D D NNNNNTI*J�>>D)D ZZrrrrOOZZ N �.-.000000gmN-• 20 0ZZv000v >XX0j00N VINNrr N-•1) Z mmmmmm 0zoo O; mOovvo0 V NAW N�moo-00R'R'I�R'XXN� Z,oO0rmmmmmm(mj=mmcm rD --Z,>>>»00000ZvvJDDmomomoC)>>Om Om ,- m o*)(1n(1n(1nmmNODvvm 1 O r z Z Z Z -0 O O u) 0„„,,,„CA cn(A(AA CAi I D D ma)Nmmmm�7mmvv m.-. Z NNNN(nNNNZ r r W D D N N N Z o r D D D D D D Z 0mma1A WN-+ -oNN`' rrrr,�,� DO 1 m A;00000 D zz zz' 1C A-'-'-'VWO O mZ Z m m m m m ('' N 000000 A m D+++000 3 NN�.......................N01 CA NV m00 Vm)(mn(mn(mn ',m z m0N0000 JI- �� o 00 O.w..W. �i.+N� m 2111000 z mm Zm p000�Vw vV 0000 0Z _m---++ ..zcvcn+oo O .4.4.4.4, D 0++000 P1 "M oocNO z 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E12137 SHEET 1 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) it ................ IA LJA Engineering, Inc. TBPE FIRM REG NO F-1308 �t1> uv Tft CARLOS A. MARTINEZ 97327 ' 10.22.2015 CONSULTANT'S SHEET 1 PROJECT NO. 13034 TITLE SHEET CITY of CORPUS CHRISTI TEXAS Department of Capital Programs CIVIL GENERAL NOTES: CONTROL DEVICES, MEASURES, EQUIPMENT, TEMPORARY PAVEMENT AND MANPOWER 18. AFTER COMPLETION OF THE PROJECT, WHEN REMOVING THE BARRICADES AND SIGNS NECESSARY TO MAINTAIN TRAFFIC CONTROL DURING THE PROJECT IN ACCORDANCE 1. A SUBSURFACE GEOTECHNICAL INVESTIGATION WAS CONDUCTED IN FEBRUARY 2014 THE CONTRACTOR SHALL FILL ANY HOLES LEFT BY THE BARRICADES OR SIGN WITH THE PLANS AND SPECIFICATIONS. BY ROCK. THE GEOTECHNICAL ENGINEERING REPORT IS INCLUDED IN THE CONTRACT SUPPORTS AND RESTORE THE AREA IN WHICH THE SIGNS ARE REMOVED TO ITS DOCUMENTS AS REFERENCE TO THE CONTRACTOR FOR MATERIAL PLACEMENT, ORIGINAL CONDITION. UNLESS NOTED OTHERWISE ON THE PLANS & SPECIFICATIONS. 19. UNEVEN PAVEMENT SIGNS SHALL BE USED DURING CONSTRUCTION, AS NECESSARY. 6. BARRICADES, SIGNS AND OTHER TRAFFIC CONTROL DEVICES SHALL BE INSTALLED AS 2. EXISTING UTILITIES SHOWN ON THE PLANS ARE FOR REFERENCE ONLY AND DO NOT SHOWN ON THE ADVANCED WARNING PLANS HEREIN & IN ACCORDANCE WITH THE NECESSARILY REPRESENT THE EXACT LOCATION OF SUCH FACILITIES, NOR IS IT 20. THE CONTRACTOR SHALL FURNISH TO THE CITY A CERTIFICATE OF COMPLIANCE CITY -APPROVED TRAFFIC CONTROL PLANS. IMPLIED THAT ALL EXISTING UTILITIES ARE SHOWN ON THE PLANS. LJA, INC. CERTIFYING THAT ALL MATERIALS AND WORK COMPLY WITH THE SPECIFICATIONS AS ASSUMES NO RESPONSIBILITY FOR THE EXISTENCE OR LOCATION OF ANY SURFACE SHOWN IN THE CONTRACT DOCUMENTS. 7. IF DURING THE COURSE OF THE PROJECT IT IS DETERMINED THAT ADDITIONAL OR SUBSURFACE UTILITIES OR STRUCTURES. THE CONTRACTOR IS RESPONSIBLE FOR TRAFFIC CONTROL MEASURES ARE REQUIRED TO SAFELY DIRECT TRAFFIC THROUGH, CONTACTING THE APPROPRIATE UTILITY OWNERS AND FIELD LOCATING ALL EXISTING 21. THE CONTRACTOR SHALL BE RESPONSIBLE FOR COORDINATING WITH UTILITY OR AROUND, THE PROJECT, THESE ADDITIONAL MEASURES SHALL BE PROVIDED BY UNDERGROUND, SURFACE AND OVERHEAD UTILITIES PRIOR TO COMMENCING WITH COMPANIES WHEN WORKING IN CLOSE PROXIMITY TO THEIR UNDERGROUND LINES. THE CONTRACTOR AT NO ADDITIONAL COST. ANY CONSTRUCTION OPERATIONS. CONTRACTOR SHALL NOTIFY THE ENGINEER THIS WORK SHALL BE CONSIDERED SUBSIDIARY TO THE APPROPRIATE BID ITEMS. IMMEDIATELY AND PRIOR TO COMMENCING CONSTRUCTION OF ANY OBSELJAD CONFLICTS OR DISCREPANCIES WITH THE PLANS. 22. FULL DEPTH PAVEMENT REPAIR IS REFERENCE AS FDPR. 3. THE CONTRACTOR SHALL NOTIFY PROPERTY OWNERS OF PROPOSED CONSTRUCTION STORM WATER NOTES: IN FRONT OF THE RESPECTIVE PROPERTIES AT LEAST 72 HOURS PRIOR TO START OF CONSTRUCTION. 1. THE CONTRACTOR IS RESPONSIBLE FOR INSTALLING ALL EROSION CONTROL DEVICES IN ACCORDANCE WITH THE PLANS, SPECIFICATIONS AND SWPPP AND MAINTAINING 4. PRIOR TO BEGINNING CONSTRUCTION, ALL TEMPORARY EROSION CONTROL DEVICES ALL EROSION CONTROL DEVICES THROUGHOUT THE DURATION OF THE PROJECT. SHALL BE IN PLACE. THE CONTRACTOR IS RESPONSIBLE FOR PROVIDING AND MAINTAINING EROSION CONTROL MEASURES TO PROTECT ADJACENT PROPERTIES AND 2. CONTRACTOR SHALL CONSTRUCT NEW CURB AND GUTTER ACCORDING TO THE LINES DRAINAGE WAYS AND TO COMPLY WITH TCEQ SWPPP REQUIREMENTS. THE AND GRADES AS SHOWN ON THE PLANS; THEREBY ENSURING THAT POSITIVE CONTRACTOR SHALL PROVIDE ADDITIONAL EROSION CONTROL MEASURES, AS DRAINAGE IS MAINTAINED ALONG THE NEW CURB AND GUTTER. NECESSARY, DURING CONSTRUCTION TO PREVENT LOSS OF SEDIMENT AND OTHER POLLUTANTS FROM THE WORK ZONES DURING CONSTRUCTION. ADDITIONAL EROSION WATER NOTES: CONTROLS, IF REQUIRED, SHALL BE CONSIDERED SUBSIDIARY TO THE APPROPRIATE BID ITEMS. 1. THE CIN OF CORPUS CHRISTI UTILITIES DEPARTMENT WILL FURNISH AND INSTALL WATERLINE MATERIALS AND LABOR FOR THIS PROJECT. 5. PRIOR TO BEGINNING CONSTRUCTION, THE CITY OF CORPUS CHRISTI WILL CONVENE A PRE -CONSTRUCTION CONFERENCE TO INCLUDE THE CITY, CONSULTING ENGINEER, 2. THE CONTRACTOR SHALL GIVE FORTY-EIGHT (48) HOURS NOTICE TO THE CITY OF AND CONTRACTOR. THE CONTRACTOR SHALL PREPARE A PROJECT SCHEDULE USING CORPUS CHRISTI'S WATER DEPARTMENT PRIOR TO THE NECESSITY FOR THE CLOSING THE CRITICAL PATH METHOD (CPM) AND A TRAFFIC CONTROL PLAN, AND SUBMIT OR OPENING OF EXISTING VALVES UNLESS AN EMERGENCY EXISTS. ONLY WATER BOTH THE CITY SEVEN (7) DAYS BEFORE THE PRE -CONSTRUCTION CONFERENCE. DEPARTMENT PERSONNEL CAN OPERATE VALVES. CONTRACTOR SHALL NOT INTERRUPT WATER SERVICE FOR MORE THAN 2 HOURS PER DAY. THE CONTRACTOR SHALL 6. THE CONTRACTOR SHALL BE RESPONSIBLE FOR THE STAGING AREA(S), AS WELL AS MAKE WATERLINE CONNECTIONS DURING LOW PEAK HOURS TO MINIMIZE STOCKPILE SITE(S) FOR EXCESS EXCAVATED MATERIALS. THE CONTRACTOR SHALL INTERRUPTIONS. THE CONTRACTOR MAY WORK DURING NIGHT-TIME HOURS TO COORDINATE WITH THE CITY FOR LOCATION(S) OF SUITABLE STAGING AREA(S) AND MINIMIZE DAY -TIME INTERRUPTIONS. STOCKPILE SITE(S). 3. ALL WATERLINE ADJUSTMENTS SHALL CONFORM TO THE CITY OF CORPUS CHRISTI 7. THE CONTRACTOR SHALL MAINTAIN A REFLECTIVE CAUTION BARRIER AROUND HIS STANDARD WATER DETAILS. STAGING AND MATERIALS LAYDOWN AREAS AT ALL TIMES. LAYDOWN AREAS WILL NOT 4. FOR EXISTING FIRE HYDRANTS TO BE REMOVED AND SALVAGED, THE CONTRACTOR BE ALLOWED ON PUBLIC RIGHT OF WAY. SHALL PLUG THE FIRE HYDRANT VALVE, REMOVE THE FIRE HYDRANT ASSEMBLY 8. ALL PAVED SURFACES SHALL BE KEPT CLEAN AND SWEPT AT ALL TIMES. THE FROM THAT POINT TO THE HYDRANT AND REMOVE THE VALVE BOX ON THE PLUGGED CONTRACTOR IS REQUIRED TO SWEEP PAVED SURFACES ON AN IMMEDIATE BASIS AS VALVES. OFTEN AS NECESSARY. NO DIRECT PAYMENT WILL BE MADE FOR SWEEPING PAVED 5. NEW FIRE HYDRANTS INSTALLED ON EXISTING WATERLINES SHALL BE INSTALLED SURFACES. USING A TAPPING SLEEVE AND VALVE. 9. THE CONTRACTOR SHALL REPAIR OR REPLACE, AT CONTRACTOR'S EXPENSE, ANY AND ALL EXISTING UTILITIES, DRAINAGE FACILITIES, ELECTRICAL DUCT BANKS, CABLES, WASTEWATER NOTES: PAVEMENT, DRIVEWAYS, SIDEWALKS, CURBS, PIPELINES, SIGNS, LIGHTS, FENCES, GATES, PROPERTY PINS OR OTHER ITEMS DAMAGED OR DISTURBED BY 1. DURING THE INSTALLATION/REHABILITATION OF WASTE WATER INFRASTRUCTURE, THE CONTRACTOR'S OPERATIONS. CONTRACTOR WILL BE RESPONSIBLE FOR MAINTAINING WASTE WATER FLOWS AT ALL TIMES WITHIN THE EXISTING WASTE WATER SYSTEM AND SHALL NOT RESTRICT 10. NATURAL AND CULTIVATED VEGETATION AREAS OUTSIDE OF THE CONSTRUCTION LIMITS ACCESS TO RESIDENCES OR BUSINESSES. SHALL BE LEFT UNDISTURBED AS MUCH AS POSSIBLE DURING CONSTRUCTION. ALL DISTURBED AREAS SHALL BE TOPSOILED, SEEDED AND WATERED SUFFICIENTLY TO 2. CONTRACTOR IS RESPONSIBLE FOR ALL REQUIRED WW BYPASS OPERATIONS ESTABLISH NEW GROWTH AT THE CONTRACTOR'S EXPENSE. NO ADDITIONAL PAYMENT NECESSARY FOR MAINTAINING CONTINUOUS WW SERVICE. CONTRACTOR MUST SUBMIT WILL BE MADE FOR RESTORATION OF DISTURBED AREAS OUTSIDE OF THE LIMITS OF A WW BYPASS PLAN TO THE ENGINEER A MINIMUM OF ONE (1) WEEK BEFORE CONSTRUCTION. CONSTRUCTION ACTIVITIES FOR COORDINATION WITH THE WW DEPARTMENT AND CONSTRUCTION INSPECTION DEPARTMENT. WW BYPASS OPERATIONS CANNOT 11. THE CONTRACTOR IS RESPONSIBLE TO MAINTAIN AND NOT BLOCK OR IMPEDE COMMENCE UNTIL BYPASS PLAN IS APPROVED BY THE CITY OF CORPUS CHRISTI. DRAINAGE. ANY OBSTRUCTIONS TO EXISTING DRAINAGE WAYS DUE TO THE CONTRACTOR'S OPERATIONS SHALL BE REMOVED BY THE CONTRACTOR. 3. CONTRACTOR MUST PERFORM AND PASS CCTV INSPECTIONS ON NEWLY INSTALLED GRAVITY WASTE WATER LINES PRIOR TO INSTALLING NEW PAVEMENT. 12. WATER REQUIRED FOR MAINTENANCE OF ROADWAYS AND DUST CONTROL WILL NOT BE PAID FOR DIRECTLY, BUT SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS PAVEMENT MARKERS: BID ITEMS. 13. THE CONTRACTOR IS REQUIRED TO SPRINKLE FOR DUST CONTROL ON AN IMMEDIATE 1. STAPLES OR NAILS SHALL NOT BE USED TO SECURE MARKINGS. BASIS AS OFTEN AS NECESSARY. NO DIRECT PAYMENT WILL BE MADE FOR THIS WORK, BUT IT SHALL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. 2. THE CONTRACTOR MAY ESTABLISH ADVISORY SPEED LIMITS IN THE WORK ZONES PER CITY OF CORPUS CHRISTI CODE 53.114, AND AS APPROVED BY THE ENGINEER. 14. THE CONTRACTOR SHALL ABIDE BY THE "WATER CONSERVATION AND DROUGHT TRAFFIC CONTROL NOTES: CONTINGENCY PLAN" ADOPTED BY THE CITY OF CORPUS CHRISTI IF WATER RESTRICTIONS ARE IMPOSED DURING THE COURSE OF THIS PROJECT. 1. UNLESS NOTED OTHERWISE IN THE PLANS, THE CONTRACTOR IS RESPONSIBLE FOR PREPARATION OF SPECIFIC TRAFFIC CONTROL PLANS THAT COINCIDE WITH THE 15. CONTRACTOR IS REQUIRED TO MAINTAIN COMPACTED LIMESTONE TO ADJACENT CONTRACTOR'S CONSTRUCTION MEANS AND METHODS. PROPERTIES WITH THE EXCEPTION OF SHORT PERIODS OF DURATION. THE CONTRACTOR WILL PROVIDE AND MAINTAIN TEMPORARY PAVED ACCESS TO STREETS 2. CONTRACTOR SHALL SUBMIT TRAFFIC CONTROL PLANS TO THE CITY TRAFFIC AND COMMERCIAL ENTRANCES AT ALL TIMES. EMERGENCY VEHICLES SHALL HAVE ENGINEER FOR APPROVAL A MINIMUM OF ONE (1) WEEK PRIOR TO INSTALLATION. ACCESS TO COMMERCIAL PROPERTIES AT ALL TIMES. 3. CONTRACTOR WILL PROVIDE 1 WEEK'S NOTICE BEFORE ANY LANE CLOSURES OR 16. EXISTING PAVEMENTS WITHIN THE SCOPE OF THIS PROJECT WHICH ARE DAMAGED BY CHANGE IN CONSTRUCTION SEQUENCING TO POLICE, FIRE, CORPUS CHRISTI THE CONTRACTOR IN THE PROCESS OF HIS WORK WILL BE REPLACED AS QUICKLY INDEPENDENT SCHOOL DISTRICT AND CITY TRAFFIC ENGINEER. AS POSSIBLE. 4. CONTRACTOR WILL BE RESPONSIBLE FOR MAINTAINING AND REPLACING EXISTING 17. CLEANING OF ASPHALT EQUIPMENT WILL NOT BE ALLOWED ON PUBLIC RIGHT OF SIGNAGE IN CONFLICT WITH PROPOSED CONSTRUCTION. WAY. ANY PETROLEUM PRODUCTS SPILLED WITHIN THE RIGHT OF WAY SHALL BE CLEANED UP AND DISPOSED OF PROPERLY. NO CONSTRUCTION WASTE MATERIALS 5. THE TRAFFIC CONTROL BID ITEM(S) IN THE PROPOSAL SHALL INCLUDE ALL TRAFFIC WILL BE ALLOWED TO BE BURIED WITHIN THE RIGHT OF WAY. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT i E12137 SHEET 2 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) CITY of CORPUS TEXAS Department of ,m, 1 A LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i CARLOS A. MAR11NEZ1 • 97327 10.22.2015 CONSULTANT'S SHEET 2 PROJECT NO. 13034 GENERAL NOTES CHRISTI Capital Programs NAME: 12\CLIENTS\C$91 0r CC -1\$3034 — 1nt.motono1 BoCPO \s -15-15L 3-701111/*E0 qu/N1mES 55111.145'.a.omou 015 ID 2:5007 orn 0 o) 0 (11 0 0 W 0 N 0 � PART C — STORM WATER IMPROVEMENTS co W co N co CO O CO fa CO CO CO J CO o) CO CO CO - CO W co N co PART B — STREET IMPROVEMENTS D iJ > > PART A — GENERAL rT� BASE BID ESTIMATED QUANTITIES SUMMARY HYDROSEED 18" CONCRETE S.E.T. DITCH GRADING REMOVE DRIVEWAY AND CULVERT RIBBON CURB (INCL. LIMESTONE BASE BENEATH CURB TO 1' B.O.C.) STREET EXCAVATION FOR CURB RAISED REFLECTIVE PAVEMENT MARKINGS (NII—B—B) BLUE RAISED REFLECTIVE PAVEMENT MARKINGS (TYI—C) WHITE RAISED REFLECTIVE PAVEMENT MARKINGS (NII—A—A) YELLOW REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(BKN)(100 MIL) REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(BKN)(100 MIL) REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(SLD)(100 MIL) REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(24")(SLD)(100 MIL) STOP BAR 1.5" TO 3" TYPE 'D' HMAC LEVEL—UP TACK COAT (0.20 GALLONS\SY) FULL DEPTH PAVEMENT REPAIR (TYPE B) (SUBGRADE COMPACTION UP TO FINAL SURFACE COURSE) FULL DEPTH PAVEMENT REPAIR (TYPE A) PER PROOF ROLLING OPERATIONS (ASSUME 10% OF FDPR) FULL DEPTH PAVEMENT REPAIR (TYPE A) (SUBGRADE COMPACTION UP TO FINAL SURFACE COURSE) MILL 1.5" EXISTING HMAC OZONE ACTION DAYS EXPLORATORY EXCAVATION TRAFFIC CONTROL STORM WATER POLLUTION PREVENTION PLAN BONDS AND MOBILIZATION DESCRIPTION D D D D D -r'I -r'I -r'I r > N V) N V) Z 2849 N 670 W 8,124 G J J COCD p o) O coO 396 W J Ut N N U -4 j ? W W W J co („I — — —. QUANTITY — Oco -n -n -n a) -n U -n - TI W TI N3 PART F — OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) m o) m N m - m W m N PART E — WASTE WATER IMPROVEMENTS 0 (n o 4. 0 W o N o — PART D — WATER IMPROVEMENTS m m BASE BID ESTIMATED QUANTITIES SUMMARY INSTALL PULL BOXES TRENCH BACKFILL INSTALL 1 1/4" PVC CONDUIT INSTALL #10 THHN 600 V CU CONDUCTOR 60 A FUSED DISCONNECT SWITCH (316 SS) EXPLORATORY (FIND EXISTING CIRCUITS) GUIDANCE SIGNS (INCL. METAL POLE AND SCREW—IN FOUNDATION) REPLACE EXISTING ALUMINUM SIGN LEGEND FRAMES RELOCATE EXISTING OVERHEAD SIGN NO. 1 SUPPORT 36" DRILL SHAFT FOUNDATION (INCL. CONCRETE CAP) DEMOLISH AND HAUL OFF EXISTING CONCRETE FOUNDATIONS (2' BELOW NATURAL GROUND) FULL DEPTH PAVEMENT REPAIR (TYPE B) AT ROADWAY CROSSINGS CONNECT TO EXISTING MANHOLE TRENCH SAFETY MANHOLE TRENCH SAFETY NEW 4' DIAMETER F/G MANHOLE (10' TO 12') O N 0 .-a N W n UNANTICIPATED UTILITY ALLOWANCE (MANDATORY) FULL DEPTH PAVEMENT REPAIR (TYPE B) AT ROADWAY CROSSINGS GROUT FILL AND ABANDON—IN—PLACE EXISTING 6" ACP WATERLINE REMOVE AND HAUL—OFF EXISTING 6" ACP WATERLINE CUT AND CAP EXISTING 6" ACP WATERLINE DESCRIPTION I'*1 D I'*1 D N I'*1 D TNI I'+T ➢ TSI II''**11 D I'*1 D -n II'�+TT T II''TT1� T Trl V) -< m Trl II'�+TT D C z — 250 250 1000 — — N CO � N W — co 238 _, W LLL OL N 0 C Z O co apo 0 O) Fs,0 . 0 0 PART G — ALTERNATE NO.1 OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES) P 1 K ALTERNATE NO. 1 INSTALL PULL BOXES TRENCH BACKFILL INSTALL 1 1/4" PVC CONDUIT INSTALL #10 THHN 600 V CU CONDUCTOR INSTALL 30 AMP 3 POLE LIGHTING CONTRACTOR (316SS) 60 A FUSED DISCONNECT SWITCH (316SS) EXPLORATORY (FIND EXISTING CIRCUITS) LIGHTING FIXTURES ALUMINUM SIGN FRAME OVERHEAD SIGN NO. 5 SUPPORT 36" DRILL SHAFT FOUNDATION (INCL. CONCRETE CAP) DESCRIPTION Tri Tri Tri r co 1 > C z N 500 500 2,000 - - - 4. o) _ -p• Co QUANTITY REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTIONliMil ICITY PROJECT # E12137 SHEET 3 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1388 Azke. s§ •::'t i CARLOS A. MAR11NEZI • 97327 10.22.2015 CONSULTANT'S SHEET 3 PROJECT NO. 13034 ESTIMATED QUANTITIES SUMMARY BASE BID ... CITY of CORPUS CHRISTI TEXAS Department of Capital Programs P P 9 -o C7 D f- ocn MP) Cn a -i I- o fTl zz 0 00 ----♦ KA) z CD O rP D 0 rrj > D U) K CO o ( ofo 2 �1 Dpi rmz Amo 00E *03 z m am Z 11 AA f -imXNZ 7mz 2 zcnG) 0mz -I 0v1 0 zW ► cmi`� o� z Z vv m Za -111 n� - z -1 r— Erl oo OD Zr,,2 `no -IA x>m mzo z i x -gm.. z rcon m m O - m z m < m m oz ME �W - A m - ,0 �1D -iN 0 Z m a z cn 0 a 0 f A o u O 0 0 o C Xi co z E 1- Z _ M M 0 M 2 m A r m o >DD-Li a m A o m g M a m A m O m DAr Z m a m A r z m r z 0 T , rain LI C 0 z Z m r Z m r z A o 0 A 0tn g 0 vai z m A o A z c o m A o c z o m- COm A 0 0 r z M ❑� DD0 3 ra c o xi A 0 c z, o r man O r13 zi Z m g -1 < < r m o m >" 0 rrc 0 Z r' 0 0 m AA3 . c o m c 0 A o c z o m m n r m Z • N= tom?, amz f zN 0z o zXI I0) Aa �O m - mo oD r N� > 0 m _\ _/� 111 c� c m 0) d MI CURB AND GUTTER - COMPRESSIVE STRENGTH PER 60 CY (4 CYLINDERS PER TEST) 9 TESTS FOR CONCRETE CURB AND GUTTER - ENTRAINED AIR CURB AND GUTTER - TEMPERATURE CURB AND GUTTER - SLUMP r- MATERIAL QUALIFICATIONS FOR CONCRETE TYPE 'D' - IN-PLACE AIR VOIDS TYPE 'D' - IN-PLACE THICKNESS TYPE 'D' - THERMAL PROFILE TYPE 'B' - IN-PLACE AIR VOIDS TYPE 'B' - IN-PLACE THICKNESS TYPE 'B' - THERMAL PROFILE TESTS FOR HMAC TYPE 'D' - LAB MOLDED DENSITY TYPE 'D' - SIEVE ANALYSIS (GRADATION) TYPE 'D' - ASPHALT CONTENT TYPE 'D' - VOIDS IN MINERAL AGGREGATES (VMA) TYPE 'B' - VOIDS IN MINERAL AGGREGATES (VMA) TYPE 'B' - LAB MOLDED DENSITY TYPE 'B' - ASPHALT CONTENT ASPHALT BINDER (PRIME COAT AND TACK COAT) TYPE 'B' - SIEVE ANALYSIS (GRADATION) MATERIAL QUALIFICATIONS FOR HMAC FLEXIBLE BASE - CURB AND GUTTER FLEXIBLE BASE - ROADWAY WTR TRENCH BACKFILL COMPACTED SUBGRADE [ WW TRENCH BACKFILL IN-PLACE DENSITY TESTS FOR SOILS AND FLEXIBLE BASE FLEXIBLE BASE - SIEVE ANALYSIS (GRADATION) FLEXIBLE BASE - WET BALL MILL FLEXIBLE BASE - TRIAXIAL TEST FLEXIBLE BASE - ATTERBERG LIMITS FLEXIBLE BASE - MODIFIED PROCTOR MATERIAL QUALIFIC BACKFILL - STANDARD PROCTOR TRENCH BACKFILL - ATTERBERG LIMITS RAW SUBGRADE - STANDARD PROCTOR DESCRIPTION FREQUENCY QUANTITY APPROXIMATE TESTING SCHEDULE - BASE BID PER 120 CY PER 60 CY PER 60 CY 1 PER 125 TONS (MIN. 1/LIFT) 1 PER 125 TONS (MIN. 1/LIFT) CONTINUOUS AS NEEDED 1 PER 125 TONS (MIN. 1/LIFT) 1 PER 125 TONS (MIN. 1/LIFT) CONTINUOUS AS NEEDED 1 PER 250 TONS m A N U1 0 O Z (/) 1 PER 3000 TONS 1 PER 1000 TONS m A N 01 0 O Z vl u m A N (P 0 O Z (/) 1 PER 1000 TONS 1 PER MATERIAL 1 PER 3000 TONS PER 500 LF (MIN. 1/LIFT) PER 3,000 CY (MIN. 1/LIFT/FDPR LOCATION) PER 5,000 CY (MIN. 1/LIFT) PER 5,000 CY (MIN. 1/FDPR LOCATION) PER 5,000 CY (MIN. 1/LIFT) PER 5,000 CY PER 20,000 CY (MIN. 1/MATERIAL SOURCE) PER 20,000 CY (MIN. 1/MATERIAL SOURCE) PER 5,000 CY PER 20,000 CY (MIN. 1/MATERIAL SOURCE) PER 20,000 CY (MIN. 1/MATERIAL SOURCE) PER 10,000 CY (MIN. 1/MATERIAL SOURCE) PER 20,000 CY (MIN. 1/MATERIAL SOURCE) CATIONS FOR SOILS AND FLEXIBLE BASE (P 10 10 NaN U1 01 O) 0) N W W N 00 32 Q) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION16'Itii ICITY PROJECT i E12137 SHEET 4 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) of CORPUS Programs 1 A LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i CARLOS A. MAR11NEZI • 97327.= iC:.! 0 'Z 10.22.2015 CONSULTANT'S SHEET 4 PROJECT NO. 13034 LEGEND & TESTING SCHEDULE CITY Department ... CHRISTI TEXAS of Capital y i F F n o y n m RI Z r I O I m 6" PVC - IZ Im y V '''''UE U \ N E m pi r III MM MM MM 3 F m m 0 cn Z 0 C m m m A O C TI Z to Z 0 m -oc� < m e M M A f* T,* 0 C C o C p D D _ D m Z Z < Z m m m x -i -i D m r o O xi m -. r 0 0 D . D D O z Z O GO p m Z m m A A r m C C 1oT C C C r Z -p r Z v v P1 O r z m n m m 3 m X m n n mO o I I / ° 2 m 111 * fm , • 3� � i D 2 r 5I■i.i Z O O Z I It 1 0 fl a 4 J mm r o z ` 3 Er m Z z o Q' I 111 z m z m fl o Q AP o F o m o U! —1 NIMIMIffiZ ■ I G o v p o -1 m o © P ± o X P 0 s r -EAST ACCES`. l- Ci6 2. (NORTHBOUN 2. (SOUTHBOUN fl£ :RHEAD SIGN N ED SEE SHEET of o3 03 ; �f 3 W M 9J to .� �fl w o w D D D 11 30 D D = �.p O O C O m E E z r r BOE OE 8" PVC FM FM FM fILITY POLE GHT POLE ATER VALVE ATER METER RE HYDRANT ATER LINE REDUCER ATER LINE CAP ASTEWATER MANHOLE I I m m ; Q Q , 11 OF p g I II \ 3 \ Im y I. ODco W 1( 1ti . co F o I e, fl o o o O Eo ° E° G GG M 6" C900 - 1 -4 -7,________ £ - 2 G G G c G c M M m .1•� M \ �-/� Fo F --FO 5, n > GLASSON DRIVE ii - 0 I II 0 w n GLASSON DRIVE E 1- p N / ,I1I 30 30 30 30 30 & / UE—''—UE ! \ UE cn m 2x z z rJ o- a Il o ------ m Nw— , I 0�--- -ems UE 3 I F m p X0 pZ0 4=—v—v m uE� 6uE� < 4t l' I i F -4, X Z m cn I1 my of 0 I I I o p Ll I 11'7'I x OII cm H \ zm \ fit m INTERN) INTERNI I o o c I 0m TERMINAL m z JAL DR. (SOUTHI ', 000<ZC0oD-Zm OO�ZOAN�nx • l J 1 oz )R. (NORTHI N r m�RNAnOO �= RLVD. ,,, ADD 0 n C 3 .' Z G7 0o1-0ZCz=-c i- — 19° , ° I 1 1 11 n z� v�Do� r� t� I o �/ / ,a N� Z -0- 2 C7 � .Zl = pDA mmmDmtmn r� 'T�O(ny��r�In 22 m O c Z CD O C Z 1 F I I � ,0„,,cnxmo w3 w! U' m ++ 1 I 1 p_,oCO,DmW,7) ,* Z m> . wd ; • �/ M co{ r= mm_0DDO0I < �Zm� m, 8° RVC FM m a OD W CU 3 I I 1 to II? mm�oc� mm2 O Cmm -1T1A—xm zo— r m ° I ••F I i_, Fi SON 41 m 2EE%14cmum—I �m I2�rrlIp7] rZ 'LOZ�x UDD v�R� m��m�M n -Kt 0 lk � F I • _21 l 6. p\ K D om cwm2 Om A>D=DmomZ0 v_�z�0 *oma (7m-,mozOz�1x ITAi-‹ mm wm °E m� XI R 0 �' \ J1 il' F I I DZZWo�ozp zv O 2m °m c I 11 BUSINESS CENTRE BLVD. oy n��2r.Z1�2Tlnm XI c O > m 8” PVCMM I - Z P P ci Aj�2� r0 MM MM MM MM MM tlM MM. MM -MM l,' MM C 1 1 — i I _ _N L - O -z-0 -1Z =I-In'Im{ zu) mp ZDOZ• N_ D 1,2Tm my r L{ zzo �z= Xmx - p f • i L m R -F 3 IMATCHLINE * I 1 I nnn.� - Z00> -1 -ID --�` - -- _ ------------ SN <i (AGNES ROAD) -NZ P z Z z z O o Z o SEE SHEET 6 0"Uir 0P0 0mmn=1-1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 5 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. , .*t CARLOS A. MAR11NEZI • 97327 1. 10.22.2015 CONSULTANT'S SHEET 5 PROJECT NO. 13034 EXISTING CONDITIONS (1 OF 2) CITY of TEEXASS CHRISTI Department of Capital Programs f o x MATCHLINE m m C) m Z m o 0 m o in c w D O e 0 D X -1 m T Mm zl f .� F D x -1 0 _ D D m Z z c� D m A C m r Z m c z m A 0 00 v c z< m x 0 00 v O XI x 0 O m c z m x 0 00 v z o7-----I-----SEE < in m C) o P Z '� Z -o O I 0 ^ o` y� " rn n Ill "� 1 of fi 1 ° IQ °F -� N 1 I. y� 11 I" G SHEET �) 1 1 111 I-- Gty 5---- e 1- __ + 0 �0 -------- j 01 12» C900 M m r m M M m z o m D Z m m O m A -n r _" _ O O Z n I 13 m �J f �' Ili... L INDUSTRIAL w 3`n CENTRE BLVD. IIII 111 z m —Eo ro roro r. o 3( t o" Puc ". o Pvcwig r z —.—. E m OF UE VE )4 I �u ill ��I _ Z m x " VE _,��° E - UE E UE VE I VE\ VE UE VE \ * 0 P O X �' Eri Z rii -< 111 0 ❑ \ 73 f 71 CO �" N II m n �1 D1 n o m 3i --1 CO (0 X O O `t `t `t -1f�] m m D r r �T `t `t r c m m m x r- 0A 3 < 0 Z " " ` Z�, M zD O I N v � 8. VCP?.o?) Z m z O F I Z CC f 1 e E co Z z Z 1- r - Z Z A m m a m D -o O z m A D - < r O m m r —I A3 m m o o I I I m" m" m Q iI (Q D r 0 0 x o c (� ❑ C fl Q m \�� D r x in x o c 3 1� w,v o o 1" x 3 I o, 5 I Ia��3fl i F d x x o 0 ,_> r.T., J c 0 m O �J W "w 411:4 r.=, w \Q (,�A b ACI;u{ • `� u . 6" ACP ) 1 II II0 U0�II 0 m C 0)3 0O -I 0 C 0 00 1 z T Zz F• AS o zv 4o xz 00 xz z-•m o5- (.4 I o W I ., w m W fl • v o v 1r o —5 0 0 0 OI-A--�- 0-5 32 5—o o s 0 0 5 >m '� 5-0 0 0 ,0 0 5 O z —•—•—•—"—•—•—•—"—•—"---•---'— 5— o 0 RIGHT—OF—WAY . e o 5 RIGHT—OF—WAY A • m 5—o - � o 0 3 03 03 03 OJ 3d 03 03 03 03 *3 03 I 03 o of 03 TERMINAL SH 44 (FRONTAGE ROAD)5 PJPJPfl n �l/71 } =n ( q= o = z W -0— 0 —1A � SH 44 (ACNES ROAD) � {o-1DA-1umO ziX O,oOmmv) mrn-I<0 ri i m,00D_o czi=o <m�omm�mz m orPo-ix/X->mcm SH 44 (ACNES ROAD E 4-ixm-ii 10000 CROxOfOmu)MT M>00 O 'LOZPx.ZD1DD " LLjrTj I v�R� m 1nm�A L� K D omxcm=m Om AOD-Dm0=Zmo 0-1Z—Izom*0x SH 44 (FRONTAGE ROAD) (7)m-<mvzozm c> P —Ix m mDn m05Oc'T D ZZWO�OZ=.Tm1 \ / — - — J 0 -1�-1 Z 1 1 1 1 1 1 1 1 1 euswcss cErrmE s,.,. -13X-R-rl - O m D m wAox�Nz 0O xi TEXAS MEXICAN RAILROAD — — —N 2 0 NI CO -1IP O Zr01. > m,mo c{ z_v ,�,�11Fmmtn,_o .-Z><>0-c. 0 nnr�� zZODZ0D—NZ 60 00 sROAD) PZZZZOOZ O v v1 OPOOXImP=1—I REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 6 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 201 2) .__ IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. , .*Y i CARLOS A. MARTINEZ*. • 97327 1. 10.22.2015 CONSULTANT'S SHEET 6 PROJECT NO. 13034 EXISTING CONDITIONS (2 OF 2) _____. CITY of TEEXASS CHRISTI Department of Capital Programs MATCHLINE STA. 16+00 (ALIGNMENT—A) = STA. 16+02.17 (ALIGNMENT—B) 0 y I o 1 _}-13 o p p 2. -0 o;zz a ou'1Z —I mzmy II II mC o;zz m CPB ND 00+ - OcoO O ALIGNMENT P.C. AT STA N=1717487 E=1306913 C _ 01ND-1 NN. W WOCp O0 on O O a) + No o zD m II _o I z to -1 m z z 0 r D o1- mm , 1 - Ii z m mz to o o GNMENT 'B' STA. 17+75 7175002.62 1306896.06 o Yi rA 2+0( (NORTHBOUND) 2+C I — 2. (SOUTHBOUND) ALIGNMENT 'A' P.I . AT STA. 1+15 N=17173344.02 E=1306844.01 1990£ L=3 _OSL LL L=N L 'V.S .LV 'O'd V3WNOIlV m 0 z 18+00 li W -+_+ 0 _ b. 0 0 l� + �INOW I - Z� ALIGNMENT 'A' LT STA. 19+75 1=17175203.51 E=1306800.53 011 m II �1 _ + 0 l+ 0 o O 1 r Jo1+� e z mp �D II r o (51 �CNoc+n� cow O(TOy- o i 1 ..h„i1 I 1 0 ALIGNM END STA. 2C N=1717 E=1301 I 0 0 o � - ALIGNMENT 'B' P.I. STA. 5+25.95 N=17173755.15 E=1306939.86 - 1 �1 wN+m O W O z SH 44 ACCESS ROAD (EASTBOUND) Y C II GLASSON DRIVE _+ _0 0 GLASSON DRIVE l'' MIN C7 1)Il N G M _O 0oo \� 0) O) a) N -0 -0 N -0 ? VERTICAL NAVD 88 US SURVEY FEET HORIZONTAL SURVEY DATUM INFORMATION 0 01 ZI CURVE TABLE 17175176.47 17173756.95 17173327.75 r— NORTHING CONTROL POINTS AND BENCHMARK INFORMATION O O 6.L N r N J U11,3 W CO W CO GRAPHIC SCALE: 1" = 60' mom 11 0 60' 120' 180' -_ _ NI I n _ NAD 83 TEXAS SOUTH ZONE—GRID, US SURVEY FEET O N W O ED O N OJ D 1306952.51 O CO-61 O tD CO 1306793.49 1306812.44 a) CO CO LIj 1306823.30 EASTING OD a3 -0Z (NT 0 o m ? 0N) ? J ; COCU o ? P L) 1 OLL OSI IRON ROD FOUND IRON ROD FOUND IRON ROD FOUND BENCHMARK IN CONC. HEd IRON ROD FOUND DESCRIPTION oma 0 ,77,' En En + 0 S 7d59'23" E CO a N N f CB CR 0 O N J O 0 0 D r .J.-T MATCHLINE STA. 16+00 (ALIGNMENT—A) = STA. 16+02.17 (ALIGNMENT—B) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 7 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) 16'Itii __ IA LJA Engineering, Inc. TBPE FIRM REG. NO F-1386 i*. / .*t i CARLOS A. MAR11NEZI 4 97327 10.22.2015 CONSULTANT'S SHEET 7 PROJECT NO. 13034 CONTROL LAYOUT AND BENCHMARK INFORMATION — BASE BID _____. CITY of CORPUS CHRISTI TEXAS Department of Capital Programs �nuE. R\CUENis EXISTING FLEX'. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT i E12137 SHEET 8 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) CITY of CORPUS TEXAS Department of ,, CHRISTI Programs 1 A LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. , .*t CARLOS A. MAR1INEZ1 • 97327 1. 10.22.2015 CONSULTANT'S SHEET 8 PROJECT NO. 13034 EXISTING TYPICAL STREET SECTIONS Capital r>s[o.a.e,-aowrs.a.o. *'-x[r wv fsvaVEvl.a.e: +-17.13 cSAI *'-Ex!Siirvc (su • — r • m o . \ i 0 xi = m 0 _1— 0 •N E m, I m m z I71 — m m 0 Z c� C I u)Cn m m u; 1 D z J CI c I- 00 v x m M m m c I- m0 x m 3 m m m 0 C o Z - c o x m f 0 XI 2 � _. STA. —0+40 (ALIGNMENT 0)1- 00 tO ,. L,, m �T I--. P1 m m D D 7 �1 < 7 m C -0 v m m < •m M .Z1 1 1 m m 3 x m -1 II N (7 000 �ER 3 _ X 11 71 N 0II OO = L7 x -1n Co R. 0 O II 5' / 9 As 3 x m (11 71 i - n NO N x 2 m O I -Nw3 q STA. 0+00 (ALIGNMENT B) + N ¢ FDPR TYPE 'B' (1' INSIDE EXISTING HMAC TO PROP. CURB 19 O ti C. U N I ! STA. 0+00 (ALIGNMENT A)cn al m cu c �� c 11 I� Q lili 0 vl N O !-- 0 + O bo cc�I. m Z > O gil 0,4 j D O O N N �.� 0 L, N STA. 0+70 (ALIGNMENT B) 1 ' 1 diff P 11 �I ® 1 96r c� 3 m N—I 0 c°N I wii W DJ J --,1b 9 r 0r I Z N—I , D 73 (n O x co O C T 14 hi 41.224 40.8-8t 1-70.8 (ALIGNMENT A) GT=42.45 D D —1 ,I D 11 D N 6,4 D 0 --F4 � 1, i ► ► ;OO — + G 0 o II m W-14, Om- CP J 0 0 Z 11 m 1N _ Wv' 00 0 0 Z 11 m 1 w `' 1(n D w N O+ +y0 m ► ► Pr A 141611111'1 0 'D i D r _,z t iv in 16 p k lk Lir kir ¢ cn ,fit CJ1 664 Pr ilk N ,,.' o G —1 —1 11-I 0 --I 0 u-1 w� �II 11 W� - _IIE ro J 40.700 40.880 PT AT STA 1+32.4 GT=42.97 ; D W D o D STA. 1 +85 6.5' till;A ,- * 0_ Q N_. -I; + (ALIGNMENT A) Z o 0 TERMINAL W • cn W O W I: �- K J CD 0 CP J ♦ � Z rs o _ INTERNATIONAL OR , G, D N P : o I► STA 2+50 (ALIGNMENT B) GRADE BREAK(LP) GT = 43.15 - + O — 4LIGNMENT B) 4LIGNMENT B) . r. _IGNMENT A) ,AM + !\ d ' O b a OR 1 , JTERNATION) / STA. 2+20 (ALIGNMENT A) • W c� ,� ,• •• .... 11411 I 47M 11101 EN in 1111 X �_ MD .. Z II D NmN 4?-414.m II nP to — _ Fr., C L7 L7 0) O En .Zl , o o to 4.� CA 7, ^ 0 BUSINESS CENTRE BLVD. o I—. W N ��C.' '0 THBOUND) 40Q - __, cC TA 2+50 (ALIGNI RADE BREAK(LP) = 43.25 c0 (ALIGNMENT A) EAK (LP) o v �� J , (ALIGNMENT A) EAK (LP) LC , _ f 4?x M -_ - , N Q -CAD MATCHLINE STA. 3+00 (ALIGNMENT B) SH - 44N" • 1 I MATCHLINE STA. 3+00 (ALIGNMENT A) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT gg E12137 SHEET 9 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012)lild. — IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. , .*t i CARLOS A. MAR11NEZI 4 97327 Z. I 10.22.2015 CONSULTANT'S SHEET 9 PROJECT NO. 13034 STREET AND STORM WATER IMPROVEMENTS (STA. 0+00 TO STA 3+00) CITY of CORPUS CHRISTI TEXAS Department of Capital Programs MATCHLINE STA. 3+00 (ALIGNMENT B) MATCHLINE STA. 3+00 (ALIGNMENT A) o O r m • ,• o R zi • •1 _ • 1I o -o c o STA. 3+36Ay o xi m c� n mo x z v_ N c z m m - c c m x o x m 3 r v r m m o o D x x Z z 0 a a o, w GT=42.66 _ U 04 a 18' 5- oso ' Cocn a o oo m m m = m -1 z z o t' m m II o W gym+ wCI] g mq r a n r� (ALIGNMENT B) 2EAK (HP) 20 STA 3+50 (ALIGI GRADE BREAK (F GT = 43.35 r v m m< m 11 _ D 73 I I -< m m m m I in c _+ + O o -0 3 vz _, m - F O O o . 5 kill, P-1 9 NI - STA. 4+15 cn I (ALIGNMENT A) 1 m Ii IV V 4T STA 4+77.4 (ALIGNMENT B) 33.0' TO B.O.C. GT = 42.45 STA. 4+58 (ALIGNMENT AT PN.C GT=42.80 B) A 4+70.1 (ALIGNMENT B) GT = 43.15 PT AT STA 4+79.1 (ALIGNMEN 23' (LT) TO B GT=4 PT AT STA 5+79.2 (ALIGNMEP 23.0' (RT) TO E GT = IW V N 0 4 • STA. 4+68 (ALIGNMENT A) .... AT PC GT=43.00 4 0'R s�o 0 I z N o¢ o ' rCT). o, O O [LH _' _ -fx _ o� N o rn 0. 1.. WI5' � 1 Ww - N o ;\cIlQ i��, 1 Mj STA. 4+73 ., _ M � (ALIGNMENT C) M IR . N N"�I rn GLASSON DRIVE I I N o ¢ N o, 0I I II c a NJ N wI JII GLASSON DRIVE IDCT �+ TO • II O O fliN AT STA 4+71 0' (RT) TO E .42.40 U NJ 01 R ti� N CA II ~ o N I' 0 sew �'.To. -1o0 0 oio 1PC AT STA 33.0' TO B.O.C. GT = 42.42 PT AT ST GT = 42. 40.282 �- sal I4 II D 4 PC AT STA 1 23.0' (RT) T GT = 41.70 PC AT STA 5 23.0' (LT) TO GT = 42.00 II II - II 4. J kT STA 5+04. (RT) TO B.0 +2.15 ALIGNMENT A) (ALIGNMEP A 5+26 (ALIGNME 60 T STA 5+17.7 () 43.25 5+08.2 (ALIGNMI 0 B.O.C. +06.1 (ALIGNMEN B.O.C. II II STA 5+34.1 (Al 42.50 i kALIIilNMtlNI A) .C. 1 -Nh.D �tllmm ll_ Z + m 7lI--- Zi;iiIHL'u1 v Z W m N m -1 5 m 0z W .. ERMINAL 0 O * z D m STA. 5+95 (ALIGNMENT B) c BULL NOSE CU MATCH EXI'. -0 �2 Z D 6 ✓ O 1--I 0 z�x 1 p� r ai �� DR. (NOR. +00 { OQI� � [p 't 89 o w� °� o D r—� CD + O rN, �I f 0 ,, 1 . ,..., 1co ��O �9� Itr ✓. , C II �� COW � ').---- ' c p O +i -P 1111 o 1 Z _ N < + D W -ts r r C -Q O CS, �'' CO n �i 9Co co 1„ 1 m0 II > I- X� 7,ao 5. GVSSON DR. 4 01 �_ co ,�', �� 1 . — o STA. 6+59 �5, STA. 6+59 _ 1�d , II (ALIGNMENT A) II (ALIGNMET A) or Ed K1 II m m j GT = 42.50 - GT = 42.76 J + , BUSINESS CENTRE 81W. r r = mm 4 414 WA -1xc? o i 1 1 - x N co T A r C i + 1 m MATCHLINE STA. 7+00 (ALIGNMENT B) Nq•YN•gogp MATCHLINE STA. 7+00 (ALIGNMENT A) v,uvr REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT gg E12137 SHEET 10 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 ctt. 1'014 ..'./t i CARLOS A. MAR11NEZI • 97327 1. 10.22.2015 CONSULTANT'S SHEET 10 PROJECT NO. 13034 STREET AND STORM WATER IMPROVEMENTS (STA. 3+00 TO STA 7+00) ... CITY of CORPUS CHRISTI TEXAS Department of Capital Programs MATCHLINE STA. 7+00 (ALIGNMENT B) MATCHLINE STA. 7+00 (ALIGNMENT A) —rO • - r o 50 LF OF O •m \ n Av\ 2 z1 . • 0 i • STA. 7+23 (ALIGNMENT A) 0>73�� _, ' STA. 7+34 (ALIGNMENT B) A 0 'U 2 n 0 N 0 • m c, -1 mP1 M (/) 2 1 1V W coO Z (7 co m co I N 2 m N c c m - c O r r 5 2 A * K 0 0 C -0 Zl 0 'm0 -o 0 0 Z > 2 2 Z Z 0 -0 — m m cn K M m m 0 Z —I W :0 A m m D D m7 4 o o K1.• 3 /JV E0.588 1 *el' �.. X00 + O PROPOSED OVERHEAD SIGN NO. 1 LOCATION. (SEE STRIPING AND SIGNAGE PLAN) M m O x 1 1 m m I m m n2 = m m m m m 1 �+ O O ren w k."� II •/ STA. 8+22 (ALIGNMENT B) 11:41 % 5, 40.456 • INTERNATIONAL DI V A O ,, CJ p X I VJ xr ., C' C 0 O 2 b, + J — D STA. 8+85 (ALIGNMENT A) O + GT (RT) = 42.72 CL = 42.83 GT (LT) = 42.61 O * r >I o v m m Ari w=+ Y -1 STA 9+40 ADE BREAK (HP) GT=43.48 (SOUTHBOUN 10NAL DR. (NORTHBOUND) "S N cn h iv c.� cD N o " 9R co o in C e TERMINAL 11--.� O IV INTER,--•=1..,--ti` Pz 0 �QI 1l, 0 _ + O STA 10+10 (ALIGNMENT B) O + 0 IN K/ 1.' O II I O y • 3%.* fi I N, '0 6'�p IF 'lir 7 'Illr�690 STA. 10+19 (ALIGNMENT A) cwssoN DR_ m w e' .36- GT (RT) = 42.70 I I ' CL =42.87 GT (LT) = 42.54 ' ...���� BUSINESS CB in BIW. O II w ' _ ♦ ; 1 _� MATCHLINE STA. 11+00 (ALIGNMENT B) S ANE51) ROAD MATCHLINE STA. 11+00 (ALIGNMENT A) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION o , r" "' J SHEET 11 of 49 RECORD DRAWING NO. S P 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) — IA LJA Engineering, Inc. TBPE FIRM REG. NO F-1386 tE OP rF 1 CARLOS A. MARTINEZ ;97327 10.22.2015 CONSULTANT'S SHEET 11 PROJECT NO. 13034 STREET AND STORM WATER IMPROVEMENTS (STA. 7+00 TO STA 11+00) CITY of CORPUS CHRISTI TEXAS Department of Capital Programs P P 9 — — — — I MATCHLINE STA. 11+00 (ALIGNMEN o—I MATCHLINE STA. 11 11+00 (ALIGNMENT A) n 1 p ♦Z111. \ • v - 0 o z • o m co co z 0 m - c c o e c o u 30 = - o v o I--0-0 o o Z z x x Z v a a STA. 11+62 (ALIGNMENT N B) I 11 i i 44: E w # ,l �� ril � o NID o � `J° m 4 • i:',, p VEMENT REPAIR (TYPE A) — SEE SHEET 17 VEMENT REPAIR (TYPE B) — SEE SHEET 17 1.5" TO 3" LEVEL—UP OVERLAY — SEE SHEET 17 12+00 1 - I INTERNATIONAL DR. (N I STA. 11+72 (ALIGNMENT A) hy Pr 17 11101.11:11'l I111111OA 11 11 II _ NN + 00 f INTERNATIONAL D w— w w— STA 12+44.7 BEGIN CURB TRANSITION AOJ? O U T-, 6t cD J kli 42 677 ORTHBOUND) �'G] I,J TI J W o J . C N R STA 12+92.1 (ALIGNMENT A) MATCH EXIST. C&G GT=42.7 14.5' (RT) TO B.O.C. 40.786 fl7n/ •C Cr ., m +ill +—+ w o il W NN U I U III , N W J 6 TSTA. 13+44 (ALIGNMENT B) INDUSTRIAL .. 1111 BOULEVARD CENTRE STA. 13+44 ALIGNMENT B GRADE BREAK (LP) 5 I N 6, GT = 42.10 - 5//����,����� N PC AT STA 14+66.7 PT AT STA 14+69.9 16.75' -4n 777 PC AT STA 14+64.5 EE °\'� it• WW D WW /7,7,-41I!�10 /DI rn c.n..,..., - 4, +` (ALIGNMENT GT = 42 (ALIGNMENT (RT) TO B.0 GT = 43 (ALIGNMEN' (LT) TO B. GT = 4: (ALIGNMEN' GT = 4: _ 4, .. 11, STA 13+74 (ALIGNMENT MATCH EXIS GT=42.6 14.3' (RT) 0n. • -. 0m N N H W • �vTERMINAL o nDD o n co n 1 — � INTERNATIONAL —„� UR. �`c w I� 5, 4 t_ 9 P 6 G r s R � ✓ O I 1- Dz n� z 3DN nm �_,: -. 4tL -- -1 0 0 _ o ��2`S • o Cn o D D D D NSW D f'1n PI -C., .0,O\ 2 O it 0 I I I URB AT 15+01 XIST. DRIVEWAY GT = 41.48 2B AT 14+72.3 XIST. DRIVEWAY GT = 41.48 6.7 (ALIGNMENT GRADE BRI GT = 41 GJ 14+96.9 (ALIGP 23.0' (RT) - GT 15+06.4 (ALIGI` GT 15+94.7 (ALIGP 23.0' (LT) 1 GT 15+04.2 (ALIGP GT STA 14+25 END CURB TRA GT = 42.50 14+13.7 (ALK ;IN DITCH 'A' G =LEV=39.7 5' (RT) TO :MOLISH DRIVEW aci = in II m II om II BE II m N �� ��� Nps N� JI O .. o . ... o.., GLASSON DR`. \ ^' r tin o cn v ,`� ....,,,_....,... / �� / ri. a _.Cla o n N N . N W � rD o D N o •., �. `� N a . FI �. ill 11 kt BUSINESS CENTRE BLVB �+ 0I NJ N N -P co O> CO N J R -h 1. CA W� O `� l �� 1��� 'd' � c> o Z 11 riL oNJ -o 11011‘1Vo N o NI �«��N��r' MATCHLINE STA. 15+25 (ALIGNMENT B) N MATCHLINE STA. 15+25 (ALILI GNMENT A) TI — � REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 12 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) .........,.... IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 1Z..' *t CARLOS A. MAR11NEZI • 97327 1. 10.22.2015 CONSULTANT'S SHEET 12 PROJECT NO. 13034 STREET AND STORM WATER IMPROVEMENTS (STA. 11+00 TO STA 15+25) CITY of CORPUS CHRISTI TEXAS Department of Capital Programs MATCHLINE STA. 15+25 (ALIGNMENT MATCHLINE STA. 15+25 (ALIGNMENT A) r m A 15+75 (ALIGNMENT A) GRADE BREAK (HP) GT = 42.42 • ♦ \ W -I W \ P — T v m n m z W f Ut c 2 r r N2� c r r m 3 O c J = D 0 (.0 A 00 mfin C O m A A W -O W 0 O Z z D 2 2 Z / v v v / -. - ,. o m '' P -II. 0 -h 0 0 0 0 0 [n k. ''. +- w - A ( I m -I II mD IImD D IIm0 i m M �_ I�o O 0; m m m D )a• < A A c -a M v m m rn 15+75 (ALIGNMENT B E BREAK (LP) 41.65 —+ Q 0 15+75 (ALIGNMENT 8 E BREAK (LP) 41.85 5+75 (ALIGNMENT A) BREAK (HP) 42.60 —+ii Q - • oa -< m m m m N = = m m m A 1;1I: INTERNATIONAL i I -7.i 5, 41.059 ... 40.13,R4 STA. 16+60 (ALIGNMENT B) 1 -STA. 16+60 (ALIGNMENT B) GRADE BREAK GT = 41.50 jO pr4 GRADE GT BREAK = 41.90 o ., o u I co cn W p fix, , 41 4 -+ I Q' cn SEE STRIPING AND SIGNAGE PLAN FOR OVERHEAD SIGN NO. 5 (ALTERNATE NO. 1) INSTALLATION 17+00 DR. (SOUTHBOUND) J • P O 73 375' OF DITCH 'A' GRADU 1 �, W > 0 rte= O' 70 o n � - 0 ���1 �` 7+80 V,LIGNMENT B) STA. 1 C- dn — -7,4. 0 -a STA -17+80 (AIIGNMEN \C) + STA 18+25 (ALIGNMEI GRADE BREAK GT = OO O A o 4 ? W N cco o N v m O r CO 2 o mS< ERMIINAL N3,--- 1/ P INTERNATIONAL 0R. O-1%_ cn J � m o N O 7,3 _ $ ) � 111%itot �I , ` � 110- Z v -0 W 1 *(1 Ory 44I O c I W I -P C17A L7 I T T ,. o n A 0�� D I.I > n II m c. W _N W + .' N Gvsw 771_,771_,M M M m o o p a. cn -, D o _-o i.„,,r L' w a D 0)I C.' w o GNMENT B) -IP) 4+Iv c.o BUSINESS CENTRE BLVD. O A —�I�^ MATCHLINE STA. 19+00 (ALIGNMENT B) - MATCHLINE STA. 19+00 A) x �� 1 ral (ALIGNMENT M t3 II. 1,7 SH 44 AGN 4 4040) 6,,11,00' REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION o SHEET 13 of 49 RECORD DRAWING NO. S P 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) wv CITY of CORPUS CHRISTI TEXAS Department of Capital Programs IA LJA Engineering, Inc. TRPS FIRM REG. NO F-1386 tE OP rf 1 CARLOS A. MARTINEZ ;97327 10.22.2015 CONSULTANT'S SHEET 13 PROJECT NO. 13034 STREET AND STORM WATER IMPROVEMENTS (STA. 15+25 TO STA 19+00) MATCHLINE STA. 19+00 MATCHLINE SETA. 19+00 (ALIGNMENT A) _ 72). (ALIGNMENT B) STA. 19+00 (ALIGNMENT A) I p ' \ STA. 19+00 (.-ALIGNMENT A) v I GRADE BREAK (HP)0 I GT = 42.20 _ X 5'1 GRADE BREAK (HP) GT = 41.95 Z m m \ o r I .• v m v N I ' ,:-.) ^ O ♦ C Z n 1 y O L m, D c c o v x• n A _ z o z - a' m v mo m v o 30 r o x c� i- = m x A p x n D MATCH EXIST. 3 AT 19+79.8 GT=41.6 I z O MATCH EXI`, JRB AT 19+8: GT=4' MATCH EXIS1 28 AT 19+76. GT=41. — X, X� n, MATCH EXIST 'B AT 19+73., GT=41.F 1-83.2 (ALIGNI END DITCH G Q ELE 32.5' (RT; SLOPE) TCH 'A' GRADI o z o -o 'v - �O _ F o[34 ��# w .p D r0 cz'�.� I M m I I N m m .� m m oo in 3 m z z p w o T A I O N w dilb C _ o., Z 0 • 0 I X _� n- 6 co ,. l' e� A 0 N mt (0 0 U A a a e4- ) f*� D D �7 T7 STA. 19+93.9 END pa �o ♦ b� I� c -0 -0 v m m co o CO .♦ m m MILL AND OVERLAY o - + O o STA. 20+15 (ALIGNMENT A) ♦ • N O �� o STA. 20+15 (ALIGNMENT A) N U) m m m _� �_o J x TXDOT ROW END OF MILL AND OVERLAY I L}J �'��7 •9`�� M Iv v ,— 17.1 ooff_ o .9 :10 Z ZZ 4P y 1 m , --' r b03 o .a CO o o =. I °' 0 O --0 Z7 O _0 O cn �� m m N ACCESS (EASTBOUND) SH N Al 0 (n - 0 44 C ROAD 1 0 z 0 A o p 1n m o W 1 11 izn cc zn O, o _ o� Li)D F ® I IFri v v x o z 0 c> 73 _ 0 D m ® I0 I • o v x TR II w 00`1 II w TERMINAL w I/ (1,1 I �\ A (-) )/ I n INTERNATIONAL OR. �\'` n / 0 16 = D p� 0)n I G) y c 13 or oo I,---, co cm 0 *t, o O z y Z c o 03 oX-uv_ z 0 GVSSON OR M co I- -i mz0 0 0 ;-,n,0 o z z N p� I r c73 o z, j� Or co _��� "-' DCOD KI+-Ioz m 0 00=10 c d—X X BUSINESS CENTRE D BEV. 0c 0 D0o • oOr mor > m m -Nvooxm A 0 vAo c� o 0 c�0m0 o 0zor^ o z -i m z 0 0 5 mmv m ._0N 10�C° Wo Z mi-> 000 c m �0-0 0D> CA0 CO 0 Mal N 0D= 0 n mxm REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 o � -, SHEET 14 of 49 RECORD DRAWING NO. S P 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) /� wv CITY of CORPUS CHRISTI TEXAS Department of Capital Programs IA LJA Engineering, Inc. TRPS FIRM REG. NO F-1386 tE OP rf 1 CARLOS A. MARTINEZ ;:.97327 10.22.2015 CONSULTANT'S SHEET 14 PROJECT NO. 13034 STREET AND STORM WATER IMPROVEMENTS (STA. 19+00 TO END) MATCHLINE STA. 16+00 (ALIGNMENT A) = STA. 16+02.17 (ALIGNMENT B) 11 1 1 /-14" WHITE BROKEN (TYP) 1 • STA. 17+50 (AL—B) PROPOSED OVERHEAD SIGN NO. 2 (ALTERNATE NO. 1) 4" WHITE 1m I 8" WHITE SOLID (40 LF) 8" WHITE SOLID (35 LF) I -0 I .= Z m DR• (NORTH ND) . — i INT,.• •• - 0NA VTERNATIONAL DR. (NORTHBOUND) 4" WHITE BR( RNATIONAL DR. (SOUTHBOUND) — • -v — REMOVE, STOCKPILE, AND RELOCATE OVERHEAD SIGN NO. 1 FRAME (STA. 2+88.26 TO STA. 7+25.00) WHITE BROKEN (TYP)—' 1 1 VVVOLG r= 1 R.R.P.M. TYPE II—B—B 9 - AT FIRE HYDRANT IDOUBLE " YELLOW BROKE( 1 24" WHITE SOLID (12 LF) 4" YELLOW SOLID 1 1 24" WHITE SOLID (14 LF) 4" YELLOW SOLID REMOVE EXI: z - 51 GRAPHIC SCALE: 1" = 60' 0 60' 120' 180' NOTES: 1. CONTRACTOR SHALL REPLACE ALL EXISTING OVERHEAD SIGN LEGENDS. LOCATIONS OF OVERHEAD SIGN SHOWN ON SHEET 19. 2. REFERENCE SHEET 19 FOR PROPOSED OVERHEAD SIGN LEGENDS. 3. REFERENCE SHEET 18 FOR OVERHEAD SIGN RELOCATION FOUNDATION DETAILS. 4. REFERENCE SHEET 18 FOR PROPOSED OVERHEAD SIGN STRUCTURAL DETAILS. 5. PROPOSED "RENTAL CAR RETURN" TO MATCH EXISTING "RENTAL CAR RETURN" SIGN. 6. REFERENCE SHEETS 19 FOR ROAD SIDE SIGN MOUNTING DETAILS. 7. REFERENCE SHEET 15 FOR STRIPING DETAILS. 8. THE CONTRACTOR SHALL REPAIR OR REPLACE, AT CONTRACTOR'S EXPENSE, ANY AND ALL EXISTING SIGNS DAMAGED OR DISTURBED BY CONTRACTOR'S OPERATIONS. GLASSON DRIVEE0 V 2 GLASSON DRIVE • 1n z N N� I24" WHITE (14 LF) i m rn 0 m 0 0 1 r O I N m xi p D _ in a INTERNATIONAL DR. (NORTHBC RELOCATE OVERHEAD SIGN (STA. 2+88.26 TO SHEET 26, DETAIL B FOR STRUCT 5+35.20, 19.5' RT POSED "RENTAL CAR RETURN" SIGN NTERNATIONAL DR. (SOUTHBOUND) REMOVE EXIST. "WAY FINDIN REMOVE. STOCKPILE, AND RELOCATE SMALL "RENTAL CAR RETURN" SIGN 1. 7+23.62 TO STA. 5+35.20, 19.5' 24" WHITE SOLID (11 LF) .E 4" YELLOW SOL 1 - ) E� o z ,e •• 5 E // ,�D� v . 0+z qN_A, D(nD ..gym 1 1 24" WHITE SOLID (11 LF) 1 1 M. TYPE II—B—B _ T FIRE HYDRANT 1 1 1 • + N I MATCHLINE = STA. _ STA. 8+00 (AL—A) 8+02.17 (ALIGNMENT B) _ MATCHLINE STA. 16+00 = STA 16+02.17 _ (ALIGNMENT A) (ALIGNMENT B) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 15 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) liMi IA LJA Engineering, Inc. TBPE FIRM REG. NO F-1386 ctt. 1'014 ..'./t i CARLOS A. MAR11NEZI • 97327 1. 10.22.2015 CONSULTANT'S SHEET 15 PROJECT NO. 13034 STRIPING AND SIGNAGE PLAN (INCLUDES ALTERNATE N0. 1) ... CITY of CORPUS CHRISTI TEXAS Department of Capital Programs I ss rn.c m F) I M v �m� A o* + o o �v �^M mz M1-8 o*<D NJ + H m�<� 42004 16" GATE VALVE AND BOX C900 (TO REMAIN) iv 40.786 06 40.678 O R STA. 13+00.5 (ALIGNMENT A) 56.8' (LT) CONNECT TO 12" C900 v O v O v -0 -0 O O O m r STA. 13+02.6 (A 8" 90' D.I. ABOR / MATERIA CORPUS 8" GATE VAL YPE B) 13 SY "ERLINE MENT LINE ITEMS I� R. TYPE B) 14 SY TERLINE EMENT UNE ITEMS 11) CI) M m O O O c m OOmVI C/) Ui m m m p p p i O y D 1n <_ 0 LIGNMENT B) 179.5' (RT) HORZ. BEND VE AND BOX[- LS BY CITY C CHRISTI m n O s m wx ��8s /111_ G xi N *D r11 r m ,— Z D z O z Z z Z g m ?L m W o a M M M .no. ..■MM M M i o..•ME`: \_ Al Wo r m 342 LF OF 8" C900 WATER LINE o �1l�ni x LABOR /MATERIALS BY CITY OF CORPUS CHRISTI Crl N i Illi •�--„��- y1 amu, -I-•. NOS 0� xmx r^ m W N � x moo *PJ! • o a 10” PVC i o (TO REMAN) — MilIV p m ra m D mD oo-<m-IMM* IMPROVEM o z oA n �o Zrz mz !:! ,4�� 238 LF0"zO (0.35% SLOPE) � o y s � o REMOVE AND REPLACE SIDEWALK AND CURB (89 SF) MATCH EXIST. GRADES Z (noo DN omm —1 Z ffM*-0-.W A I p0 O mm =0:(1 D mm mu) �2 rD f(ony mp �r Dcnrcn .Zl �r �zrxD� • W \O W D NmW �N_ V • m� W O < 0 + O r -inm �fm*1� Oc a x ❑ _ + Mm= M� x D Z P Z G7� m A z c/)z`ZpN r D Z 0 0 Op M D Zx 0 D roN.Z-1 mo m ZDW p mo Am r— > 0 r � m ziA5 0 17' m +62.5 (ALIGNMEN' 'RT) ED 4' FIBERGLAS! RING AND COVEF V.=42.50 i 3' MIN. VERTICAL `. 1— e`'., 1, 5 O " .9 c� (TYPE B) 13 SY VASTEWATER IVEMENT LINE ITEMS m STA. 13+62.5 (AUG 44.5' (LT) CONNECT TO EXIST. FIBERGLASS WWMH W/ INSERTA—TEE FL=31.93 '' t'. 0 I 40.926 EXISTING 16" WATERLINE 40.425 w anF V0 w ,_0 W _ W 39.747 n v Ox 4 o f cn z ; m DO 1-N p0 mmm —Imp m ,P zmco z m < D O M� � m � s 03 rD ZZ —1 M_I -CD3 w m x Zm Oxxmz z NN 2ro N a P10 m mm mmmm� °' 1+5 e' cn cn oo<coo zzNozm Ezm til-cmi n - ma Ili m " sx �o _ _1 -+ o 0 v EXISTING FENCELINE XISTING UTILITIES NOTE: . ALL UTILITIES ARE NOT SHC REFERENCE EXISTING CONDITION TING UTIUTIES SHOWN ON THE PLANS ESSARILY REPRESENT THE EXACT L0( JED THAT ALL EXISTING UTILITIES A UMES NO RESPONSIBILITY FOR THE E) SUBSURFACE UTILITIES OR STRUCTURE: ITACTING THE APPROPRIATE UTILITY OW ,ERGROUND, SURFACE AND OVERHEA TICALLY, PRIOR TO COMMENCING ' (TRACTOR SHALL NOTIFY THE ENGINEER ISTRUCTION OF ANY OBSERVED CONFLIC LABOR / MATERIALS BY CITY OF CORPUS CHRISTI 4, O O r P 0 OD O co O O m r z m TERNATIONAL DR. (NORTHE ".007 — —I r, 1013 - 'ER NATIONAL 04.'ERNATIONAL DR. (SOUTHB 48 s 41.198 41.632 40,855 41.354 40.690 41.232 8" VCP (TO REMAIN) ww ww 40.614 41.073 46.3+5— • ,44 0 0 0 o x uP •����my...�D _3x_2)rm F,M fns " zZ o _,6 I 11 O C FOR REFERENCE ONLY AND DO NOT )N OF SUCH FACILITIES, NOR IS R SHOWN ON THE PLANS. UA, INC. [NCE OR LOCATION OF ANY SURFACE 1E CONTRACTOR IS RESPONSIBLE FOR S AND FIELD LOCATING ALL EXISTING JTILITIES, BOTH HORIZONTALLY AND ANY CONSTRUCTION OPERATIONS. EDIATELY AND PRIOR TO COMMENCING DR DISCREPANCIES WITH THE PLANS. ON THIS SHEET FOR CLARITY IAP FOR ADDITIONAL UTILITIES. r W r E OE G WATER CONNECTIC SEE SHT. 17 00o tz Z M , . 8" 1 2" I I i 1 8 t Z Of a• TERMIIJAL o -0 4X N N Z N X I J D p m x m a o + �.��1 INTERNATIONAL rpo DR. �I 6 O • • r f� 1- 0 C m A x m < r m _� N D m v X J Vl co I vi m mm -o xi x) <D^ 3 (n -omp m� ��� <D^ Q — w w w WATER VALVE AND BOX STA. 17+90.0 (ALIGNMENT A) 37.0' (LT) 16" X 8" TS&V. \ry °' o V MM -0 —/Em MMm �Z.,. *t, (ALIGNMEN1 20.0' i ACP WATERT 3) 13 SY E LINE ITEMS 3) 13 SY IE LINE ITEMS �� O Z mAv �s' rn • STA. 18+70.7 (ALIGNMENT 18.5' CAP EXIST. 6" ACP WATERLI PLUG EXISTING WATER M M D w w w w . ... -: w w :1:211' GVS50 SDR` 322 LF OF 8" 0900 WATER LINE o. �, ��- l C� rr,� LABOR /MATERIALS BY CITY OF a o aI �o o D CORPUS CHRISTI 74 X n O • oo m CO • ao O A } ti9 4� `4- URINES s CEN RE BLVD v . w D ° -0 D 1 1 1 LF OF d tillxo A cn < U w GROUT FILL 1= � ��. m D r COm o m z p o oT> x 1n N W 6" ACP (ABANDON -IN-PLACE) \ \ \ 2Ei> z �E z r m N O x n m m , -esu ',luso.) r co' 3 " C U cti ., " a f SH 44 AG 5 l') J vk,uvr co REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 16 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 1Z..' .� i CARLOS A. MAR11NEZI • 97327 1. 10.22.2015 CONSULTANT'S SHEET 16 PROJECT NO. 13034 WATER AND WASTEWATER IMPROVEMENTS ... CITY of TEXAS CHRISTI Department of Capital Programs NAME LEEN m or co3034 nt.maromo By AD 15— 1„ CoHERUcTEN OE AL3 O r Th„ Oct 22E1150BEE. MBETEBLOCKEw9 A X D A < �/1 0 mm0 m m o 4 0 0 X x N K z _1 m _1 m my m n mx 0 G1 < m a -Im CO = M C- o�c� zcZi la;t. Oo w - V mm2 >E D Nm� {F �' �F oo c xl < ;m �v v o •�' > >1 2 F <00 m v mn z ^? m m X x C o igO� O� ��� Zrp 3° y \ o XIID �- �X �p (n ern . s O E Om0 i 2N82'� ON N 0 - - c� z .. Dm xmE ~ Gm ;O �N�rn =ii iTiia� :O r m0 ►N 0 n r. 0 01 mN D mD 2 = �v0 O(0O I�Tiu _ D 0332 v J_Jl ill o m _, f o `�i'�' INTERNATIONAL DR. (SOUTH BOUND) 27' B.O.C. m m F 73 x; m oz b m = i m N m CONCRETE • > c� � A m I -i u” RIBBON CURB �{ mA mOED d N 3 v Z P EmA D px 0H-0 00v� OHO zvDp I Z01 73m 0 TACK COAT PER SPECIFICATIONS D 3" OVERLAY EYPE 'D' HMAC MiL /k//%/\ / PRIME COAT EXPOSED BAS THE LOCATION OF EACH ADA RAMP OR SIDEWALK SHALL BI EED 1/8" IN HEIGHT ABOVE THE GUTTER. ALL OTHER AREA AS SHOWN. MATERIAL EXPOSED DURING MILLING OPERATIONS SHALL BE PI IMAC MILLING AND OVERLAY SEC 1' 2' 3' I I IE TO BE FOR ±2%•• CONTENT :ONCRETE RIBBON p r cmc { CO m 0y -i I O {Z,� 1;/1 0 IJ m m 0� m n m y zF+mN z D O ,. m 2 � Z -i O �D m0 OO.ZI Oz zm0 �p 3N0 „ xD m C°� �. 0 O .0 �� S- �O <; 2' 12" BEHIND CURB 4hhi 1% I� D ci m � m r z M m 0 �nx0 IO m m -1O D ~nA Z C AOD cD 0 0 O A —1 -0 m zzo m v=N m �c m m� Oa Z x M mo A0 - vA m0 0 ZDV oo O Nay O O O r mZ v mem Mm mx ° 0 xi v 01N >F -1 ��_ 0o c z nr m S A m O I fC zv 0. w I O m O of 0 k m c „Thl Mx = gm co 0 c 2- m iA C v-0 m NO D D' 0 m2 ; D O ym0 yZ {� SND n A ZDm2 O 0 µZ n0 m z0Ln X 73 -0 AO -m AC oZZ O v�0 (A -0> µm D0S Z ONO m N �m N� Z O z S 8z o m0 om r -P m O I 0 < = LI5 m N� m D FN �o \/</\ ,�T ��/ cr* �/\//6" 1 z G7 �� in ,.r r---''' Z Azm f N� 3�� f _ 2 1 > pn cm cm Mm m Som m F ;0 3n (/) co. ori o z 4 xi � m in TO B.O.C. m mp 0 mz^ m NN DD z0 r� 2 { m �O 3A VlO �A 2� zi z ZD G�� v� 0 pyx m �O �� �x Zo0 C > m� v s ;co CO { mD Z vco0 m ;e`er@ m� 03y ; O m2 00 m Opv zKM 0 Cx D, D 6") z pw, zv w N I— g ; z 2 20 �m ONTENT RIBBON CURB GENERAL NOTES: 1. ALL CONCRETE SHALL BE CLASS "A". STEEL SHALL BE GRADE 60. 2. CONTROL JOINTS SHALL BE 1/8" WID INSTALLED AT 10' O.C. (MAXIMUM). C( BE SEALED WITH ENGINEER -APPROVED 3. EXPANSION JOINTS SHALL BE INST (MAXIMUM). EXTEND MAIN REINFOF THE JOINT AND SLEEVE WITH PL ASPHALT IMPREGNATED BOARD. 4. ALL EXPOSED EDGES ON CURB & EDGED WITH 1/2" EDGING TOOL. 5. FOR THE PURPOSE OF MATCHING EXISTING CURB THE CONTRACTOR SI TRANSITION AND DOWEL AT 3 PLACES PER EXPANSION JOINT DETAIL THIS SI mo ,N mZ -, 0-0 Nv o0 1 z -1 0 ;__" F33 p, z o �t-'TI mm m -1z % m O CONCRETE RIBBON CURB 00 2 -in m m D � AD oz x m N z_ E x .N�^� c1 omo ° 52 r o N)O tf) at 000 ���, p *2 es � NOW fA 1271 ZDOy F z0 0-0 0 1 -pm m 1 -Nn 1-p 1- N na N DN WOE i -N O O - co < 71 A v CO X 00 o - m O A �f✓ 1- 0 m v zo <inm mo <D zi J I. 71 " °° o ZI WATERLINE TO 16" ED 16" LONG PATTEF C900 SP / WATERLINE RN SLEEVE SP( x x z z zo W = E a "mom FF 0 0 m -I 0 -10cs = -1 X N D�D X N = 0 z.m c p D m o �.. 1,1 z PIECE ID o 1 o D�p� Oz�cDi % rn>orl 'iA C A -1v / ��o� >00co 0 1 -O (" m C7 �vm xZW rmz m0M �� d 4110 ;° 0_0 ��Nm OmmmA �vC� x CANm VA TI m� co D VA l 00> Ln (\\ r- v� omfiD m zco 00 m2 O �D A0 7:i1.5' �r= -- -1m � r f 1 r (MIN.) 020 ', - 0 l llllll VE CONN 8" D.I. PIPE - 30 LF D.I. - 1 Fn , I s. —0 D� v m y I —I 1 < /j A/ . ;illllll v% 1111111 11111 111111I 1 1 1 1 l l l 1 1 1 l l l DIME ^' ECTION - ELEVATION -0 .--.-- 0 o cs 36" TING 18" RCP HAND DIG NE BACKFILL WITF k/ NAT. RND. \t8 , I w 11/�< �i�i\`�i�Lv =MENT REPAIR (TYPE 1.5" TO 3" TYPE 'D' HMAC LEVEL -UP PAID FOR AS OVERLAY TACK COAT NSIONS PER PLANS w 12" COMPACTED SU COMPACTED TO 959 AT OR ABOVE OPTII =MENT REPAIR (TYPE \' ./ T` l 111 111111 11111111 1111 llllll 11111 11111 11111 l 1 l 1.5" TO 3" TYPE 'D' HMAC LEVEL -UP PAID FOR AS OVERLAY TACK COAT NSIONS PER PLANS maa- ° M - CO < mA COVER i ` ��� / 1111111 111111 Z yy -._ i i S V� I 0 ( 2 W �N m 0 m at A Z 0 v W 7 iT ZO S 0 G n P - U m 0A 3 m- Z-1 --o 11- N0 mao is W /> ND co /\i 0-om 13 x A NAD\�\\/ 0m<0 '%/ oc> a CN0 > DD /\ 3 z 0 /' 000 co> co ��\i > 5Ax 0 NAO // � 0m0 \i, 0 00 mO ;az U Zn -1 m ,0-c m m0 0A NN > OO 0 00 oD DC ZADm0 <D0 A -1 D Z�Z7 NDN C <D A S D O 00 OD 0 A DC2 -00rnO <D0 A -1 D 00)0 NDN C oAz A S D REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 17 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) IA LJA Engineering, Inc. TOPE FIRM REG. NO. F-1386 4 *CARLOS A. MARTINEZ* • 97327 Z. 10.22.2015 CONSULTANT'S SHEET 17 PROJECT NO. 13034 CONSTRUCTION DETAILS (1 OF 2) CITY of TEXAS CHRISTI Department of Capital Programs -1111' 24'-0" BELOW NATURAL GROUND 111_=. CO O W M VARIES -m z ±2'-3" SEE FRAME co _ t. 1 a 111111111` m IIIIIIW 0m 11=IIF_: D z1 WP. 6" rl-O �1I-11 /CLEAR SPACE A-o� 1111111 l 2> ,1111111,111- _.u ELEVATIONS m\ n2 go ?•0 r1 6 PP?' m m p P m D 11 o �.nxi vmE P O z my °' z o 8M F 72 rril• F 02 mSSi m �o 3 't me 8 om8 EI3 Sv sD o z mx rnz vmA< z n10X Nm v A.. o m r m � mm o�� -i D J y0 D cori O O ZD A W A p zZm ,x„O O N D DA C Z> vp NA2 O �Z z _ z "'A i m y zD N o n a oz i �� mo rn 9c3 z D " pz R' c zzm -_ _-=III 1 111 ,111111,— 'I") r1 1/2�� Riv N o� oo GROUT D z D v xo �' - g - No zz g vy x rn z Mg o2 - r — r — Tr — p 33 D gi N 2 0co r 2 ''' rb z.,- 2 5 D !-‘32 GI • • • 'TJH' g O N i 2 O D v> F A Z m ZN m { m 7 A A - m oz 6 O� n4 8 • • •' I I I I I F m�� A m o �� o oy z EP - - Z yAy A N N O 0 Am N Z 3" CLEAR ---_- 111111' 11111111111 S D m N >Z D m z n z c0iZ z zd 9„ 1 z A o rl > Nm o �z 0 m 1:i : II fl, CO m m a Z CO W W 1 x '. 0 0 D y -♦ oN N \ 0 ��,£DDo W A 'Co y _� co n IEHIEI 11 111111111 m =111 111=11.. =1 L-' 5 IIIIIIL r-111111:11r111.:, m D -111-. m 111=1_I_ _ II1 -1_I.' C� CO X m� xa'- o GD., mina) mO np- A n m e R. W \O O oo rte, y C A Co Z N I OO,� -I� D Za z $ 0 m zo rrn p> AZO CO) >m o D r^ AT Avv > F n z v ^� Z y f*1 C) m o r x - o F g G i vzi OOW 1- z oz o No < m C O ITl C a FN !Q o z W-0 >**m Z v N O rn x o m ro c • -0 -1 0 D G) -1 Z !O P V P N > m D o me m DAA mDrnm5PmDN v n m .>o ITIr D>m g 6 x D x D o Nm vn Z Or v�r2 z o N 6 6 6 N 6 o Til p oov> p TI <Ar" P v V A5. N v m V A z F> N� Rmr10 o D66 >z- N r v w r rA mF< On 002 m oO a o v o E32.mJ O m O m 4 p m Zfl, = og A� -';z z 53 zDv o OrbD< o N z < 2 o r F m13 -T3 z*D 200 z' NN m N N Z > m 0r, >F op <z< yin N_ N Z D O �� ZOO m z co y i1 g T 2 m 0 yVyn) �$ AO20 S ym 2D Dp n > .T t A"F 1 m Z* PIM ASSO D z a • m §*),_ m Z D p Z zm mm) 1 m Z 3 < A m t7 m Err O� RZ- 1 O Z O x. 8 is ,-x RA-- v O y m y; v Fmm sor g P in m 2 D Z 0 g 6m 21 �� v � .T O AZ F,-a3 ; o o Oso 6� 28 om z I 0 o\ �„ oz �� y D zo TON Fi r a > �' F N :11 .l1 N rn ,,,Io D= N L E g3 8 �' O o yZ m�Z <6OxZZ 00 Zyr� n O A D D z pm X0- y m -- -- _N N W W Z < 0 rf- 70 -1 m 0 II J Q ! D - > m 0 o 24'-0" VARIES BELOW NATURAL GROUND ±2'-3" ±18'-3" I- ?�� bmx Dat omzc� co, tiii,IMD23zO $Om =1omW *rr, -�-- s' TOP OF CURB \ I. Z m r \ o_ 0 T / \\47 / r/ i o, � 6'4,,F > -I co Er) 1^ Of xor°' V, `` F. 0 CnC�O�' bmX al 6 • c�m- cil 16"X16" COLUMN O _.05 (n m 8 vc �Z°i. or 411 Z O Z (n -0- orn rX ZW Y m • Z m.' 0 w (1110 016'-0" MIN. CLEAR m Zm o muj m C4 �rn _ m r0 >D m D •j oxi mfr. /} C3X4.1 CONT. D K m o SECTION 'D' N O O ,ZTI� m� �I,r1 II 0 �� v O m -1? O Z Q o �✓�_ O-,4. �_ of :- o 0 p„4, i J X I O X m m < CA oD II Io rn NO zi mA .Zl O rc O C 0 W z c. o x m �r cn r - �� oo D r < o D 0 D 0 Z m m ma om -1 C_, '0 CO A I�1 0 -I -I 2'-5” 2'-0" _ 0 x Z •ZN O0 z 1'1� >Z e Zal 5 m OX C °5-. -� Z 0,- V SEE FRAME ELEVATIONS }� rn 1 - ___-, F o inlC- 0 F a T- r REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 18 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) A == .__ IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1388 ..' *t i CARLOS A. MAR11NEZI 4 97327 1. 10.22.2015 CONSULTANT'S SHEET 18 PROJECT NO. 13034 CONSTRUCTION DETAILS (2 OF 2) (INCLUDES ALTERNATE NO. 1) ... CITY of CORPUS CHRISTI TEXAS Department of Capital Programs P P 9 O' Cn -P W N .- -0 • .9 1 6' 0 O< 1- 1- r .Z1 < • 1 A O x O D D N 6 O _< I z O O 2 In N 0 Z Z < i O cn X D N _ _1 1 r �' D> D Z0 ' 1 W ao co m o m--1 o o rn m m< m m z � -i I 0 O co z x - z mol o� Mown Rio Grande Val 1 - Parking Parking 4' Rental Car Return F m i rmm� 0Di Z v or 2 p 0 1X31 9 0 5' GRAPHIC SCALE: 1" = 5' 10' 71-0z r1 1- A z ,Z/L ROPOSED OVER D 0 > D cc 2 r m o 0 mA)DCf)2 S 0 O * > Z m 1 0 1 r o x m m W rm N co rt O C) = 4. o o m m m z 1 c0i m m J II u' cn I piOl m m DCI -I O m e o m z 0 rn m D 1X31„8 x o ZNo * 11 2 2 70 > o1 J zo O 0 -.0 — �p m Z m > N I _ m > - ' N O N O m Z r 1 U) 4 m N * * i o Z O 0 '', O Z z , O Z z UTO -, W O O -1 m . , 00 \I J 0 0 m r "� r / iii o z 0-I X '4]m � N m S �� m m �A 1,= N cn N z —' z Da CD Y1 • m -I 0 m = Ca_ 4 I 1 0 m 3 J 1 co 0 m 6' 0Da m 1X31 „Z/l 9 K K A 1 .- -.m 1X31 „8 —I m —I6 ALTERNATE N0.1 r O CP ? W N N N 0 r Z U) 0z m > . •• < < D Z > x-I -I ()S 2 2 T O N m› I- m O O v) D m m r 2 03 m V) V) O • • • - 2 6' 6' r COO 2 > o (m/1 W r- O O 73 z z m 2 N 0 C° CO 7)A r m 2 N - _ O Z 0 OD ) ZO , 22 Z Z Z 0 0 D D ZCI r' j 1 : d - CO r TERMINAL -1 o = r r -‹ -0 o N D P Parking mOx 0., CO 3r0 oD 2 0 8, Am m mm D m INTERNATIONAL DR \ m -0P � -o O2 00 0 5' GRAPHIC SCALE: 1" = 5' 10' G I.®% cn Z-;/'4 0 D 0� W OO_ '1 Jm<0Z r* n mDo 0 Nzm f�= ,-z D Zn m m D Z n 0 0 0 OOW0 COm -1 TI p_ O D D D'M Z 0 • m 1O p0. 0 O 31' 1 >< rF Illtr Z oO --b'/i\ =O m 0) I= l'' = WrrO CP zmZ II cnm0 m'?x I >m=1> 1m1m 70 N m N N 0 z •. m o U) 6 . 1 (n G7 1 o0 z A O o z , o Z , 2 (-,+ 01Z Z v O O GLASSON DR. Z z 0 z _z Z P P CDIN N V1 1 — o m z 1.52 r3 3 v )' r 7N )*fr z- ^y - m m - oA a o� 1n -1 z —. z —. �1 f X - O 2 p I o = n sn 2 CU f z cn o N II D O 71 Z Z) D OC r- < CI 71 m -0 CD L A 1 m IS-J in 1- T N BUSINESS CENTRE BLVD. D ED 2J N 0 6' 0 6' m z o O K . K `n• 0.3' �� m --1 m -I • I N W 0 I— —XJ I nnC7/ SH 44 (AGNES ROAD) WWII MEM a6 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION C) o J SHEET 19 of 49 RECORD DRAWING NO. S P 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) /� wv CITY of CORPUS CHRISTI TEXAS of Capital Programs P P 9 114 LJA Engineering, Inc. TRPS FIRM REG. NO F-1386 tE OP rf +r i+ 1 CARLOS A. MARTINEZ 97327 10.22.2015 CONSULTANT'S SHEET 19 PROJECT NO. 13034 OVERHEAD SIGN LEGENDS (INCLUDES ALTERNATE NO. 1)Department P:\2590\RVE Revised\2590E1 PENS.dwg, 10/23/2015 11:28:17 AM, DWG To PDF.pc3 \ \ \ ' i 1 \ \ \ G F \ \ \ c/ // \ \ \ \ a / / ZoQ m D = \ \ •=� o D C a] 1 g c' / A{� • ,1/4.%` o MANUFACTURER GE \ \ 1 �\ m c LAMP NO. WATTS TYPE 1 175 MH \ \ \ ' ` I 1 /5: o 1 /1 ri C ''I - C, I f. y D s yO N 30" (MIN.) 1°o I I - I ,I y LIGHT FIXTURE SCHEDULE m D REQ 1 m I mm I m o «-1 o 3" ", 0 1 1 BRACKET - MOUNTING TYPE EL. AFF. BRACKET - E, (MIN.) (MIN.) `` , • ``gym o 1a 1 I al 0'Q m `• `I W `_ , .` ` OSI „1N I Ib I of ,, INI � �eI ✓N `` z o m I 1 I ID I 1 I I I DI RS5C4K-C MFG. DATA V2FN175MH 5 A 1 B M GR F c a g " o co D O a n aa m , ZOsA ID 1111 U �w1 10, I t I I J1 t±4.19. 2 x� i'.�.! 01 NI ! D N ID \ a II I I I I b1 II NEW ROADWAY EXISTING ROAD m 1 —- - Dpi- ---i 1 1 1' A -.-1 II o6 o MATCH LINE CONTINUED ABOVE RIGHT z - I i,:. I I I I a :: 3 EARKS ;IGN (RELOCATE) - 184- = 1 1 m 333�d I I 1 1 m - I w wg m z I I m1� ' E1 E2 E1 E2 E1 E EXISTING ROADWAY LIGHT (W 8) J A III �I m 1 IWio I, I 1 ;D —UE— — — - — — —Ut — -- UE 126 NOTE 4 UE - _ — _--___ —UE_ — --Ep al v-=1« m o o oo p AN, nor m w i x I 1 1 ID I\ I c I I m ielin I oZ wI a<ZU s1oI 0 I I 1 f la C IDI 41: I :..3 I I I 1 I' IcI II I 1 D1 -4- 1 a` I >1 3 O� I N A W N ' O O� m O A C Nwyo yo.,g[yo]gicv N m C (/ v1m al 2 O E, i rn � O D < 2 0 m 0 0= 51 O= 0 A Ac3-0 f z � IczlI D. N s o O A 0 0 y 0 VD "Z mZZ-,. N Z O mZ ommoN 9 co Zr \iF 1n \ A AA 1no no oBo y r mm o�= Z`�Og z{ rn N P m z® ;',/ gn z 1n 2 g2 Am r m i m E., l f 0 v AOr'-- 8NcmI.g 90O O Z zOmi -8 O;1m Dm< Z m N O F O c,bm N 00 * NA O A o PI Z ^O V I 1.. I-, 1 i 1 I D I I 1 po 1 n y`( I11iI k�agj( I m®© LEGEND — —UG— — — NEW UNDERGROUND ELECTRICAL A UGHT FIXTURE (SEE FIXTURE SCHEDULE) A4,6 WITH PANEL AND CIRCUIT NUMBER DESIGNATIO HH HANDHOLE (i CONDUIT NUMBER (SEE CONDUIT SCHEDULE SHEET E4) OVERHEAD ROAD WAY SIGN DETAIL CALLOUT SECTION OR DETAIL IDENTIFICATION Agra D a1 z HGHWAY a4 MATCH LINE CONTINUED BELOW LEFT u 1 i° 1 + m 0 m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E12137 I SHEET 20 of 49 RECORD DRAWING NO. STR 906 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) iii ili11 -- 1111 vvtl. QE *fd 4b.* O..L......%"�.[�. O JOSE 8. MRTINEZ JR 0 oqz 89385 r••�4 oD'•��CENSE�.�'4�0� RFs �aN L W�� 10-22-2015 PROJECT NO. 13034 LIGHTING PLAN5656 IENGINEERING1 CITY of CORPUS CHRISTI TEXAS of Capital Programs 7°'s 'ma"' N0• °' SST' SURE 110 CORPUS MOO, DC 78411 (361)Department P:\2590\RVE Revised\2590E2.dwg, 10/23/2015 11:28:21 AM, DWG To PDF.pc3 410 D H ®D 30.. r N I'4 r;' z " > D o o D M 70 m 0 J =rte H Uo I o —4/ a^ D > LIM rno -,, z a 70 O /� Z —� zco i+ c N tiN 411 M N ,l "4 X r —I c xi m K 0 c Z z 1111 1 o o X /0 m (n -I c n —1 c xi m MD c W p ~ 00 a I - Wo O XI 01 Z M 6" o O o c z * Zo o . n oz 2 4111 m V,' 43 N ii -2 N N -9 70 I- o o �m S 2 m m m m N ZricZZ SCALE: NTS 30 ROADWAY ' , :ATED ROAD ' , ri nID r 0 a F o m 71 V II N J D II > -< 111111:111111111111111 SIGN BRIDGE m N WAY SIGN BR N 3. `. C I' s O O 0 = a Z 071 OC r � r" III LIGHTING FI. Y II IDGE LIGHTI N Y n jZ m No 9,r2I III P J m N O 1-1 0 M I y yN A W 71 2 ONv2 N mZ 2r 8 HA! mo mo o oo z o C�A�11 yO 2C) Amtir Zo mAU1.Fig �ZN'A n� O N�9 O OOZD� ZN z Mr �z A o c)mNi om�o� mm .ex; Wt�i�v Dr >N z r 289? r'i. czo Din 2 xoc)y 1;inmz A F O2ZO ZA bals, mm $ WA F.- tn 0 E OOr CZ mmy ti armr X FAO .rjEy2r Om ti mvtn OxmZ03 o ,51 Pi F O _ Z li F GZ)m Om d 'T' P �O SOO D ONi zxNgFN rN zmN mmm F ; N 0!m*I C ND _ y or" 2 Z 2 O AN N om z� Oym p FAD z m; g yN -N pm0 rx0 ZOm N C O D� 86 Apgy N Ur 11, F �Q voo NN poi x 2E1z o o ZO 9 Z Q 2 x C /70 m m n K M Z -I N O S m m 0D m x c X) m -0 YY0 ^ m K m Z N O ci m D REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION Y PROJECT # E 12137 I C17 SHEET 21 of 49 RECORD DRAWING NO. SOP 906 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) _ III VI III LallVILA \ pptPjE�T�o y JOSE B. MARBNQ JR C oA% 89385 1 pN Vag!%e1,10, 11 L �. 10-22-2015 PROJECT NO. 13034 ROADWAY SIGN DETAILS IENG1NEER1NGI CITY of CORPUS CHRISTI TEXAS Department of Capital Programs EA658 REISIREAST, pSNU„-2B CORPUS CHRIST. Tea„ (361)1) 992-2284 P:\2590\RVE Revised\2590E3.dwg, 10/23/2015 11:28:24 AM, DWG To PDF.pc3 IVJAE 2590 FNE 25 #8 3000 20A A 20A 2417 #8 26 CANOPY LIGHTING 1P 1P CANOPY LIGHTING 27 #8 3000 20A B 20A 2417 #8 28 CANOPY LIGHTING 1P 1P CANOPY LIGHTING 29 #$ 3ao6 20A - C 20A 24i7 #8 30 CANOPY LIGHTING 1P 1P CANOPY LIGHTING W N 10 J N Wf,tD J N W ~O 0 J N U 4 co J U W N CO J N W -. J Us W - �k 0 �k 0 ik 0 ik 0 �k 0 iG m lG 0 �k m ip 00 ak CD f * m m D A p A ' N r 0 0 Z ; O D v D Z a O a 0 0 0 0 00 0 0 0 0 0 0 0 O 0 •1 0 0 SPACE SPACE RENTAL CAR PARKING LOT x Oy 5FmoDomo LI y z 'y yi O yy D I mi 8 O n Z I m , m r ary yv D m vvT m m N O E y z A4 m ? z i y z A317.3�I ' Ey A 5' �A�I xo C Oo m C Oo I I Rz OA gIy,g Io z°mmc1 m 1 co I y A m (Ali f o, 0 co NO O NO O W 01 m NO O NO O D g w co N V y 1TZ 1 �1 rn 0 0, 0 rn 0 rn 0 rn 0 m 0 0 0 m Q CO 0 0 0 0 0 0 0 w 0 w 0 - 0 CO . 0 CO 0. NN -OO D NN -OO D NN -0O D NN -0O D NN -OO D A N [71~ D D D 53 f��1 m C W O NN 8O D NN 8O D NN O D NN O D NN O D NN 8O D NN 8O D NN �O I NN -0O D I D A - 100A B 100A 3F' 3P A - 100A 3 70A 3P c 3P A _ - 3P 3P C D i 0 5 D T. T N 0 0000>00>00>00>00)I). n 0 D -02? -05! -02?• -OD yto H O m A N l , �D �D �D �D �D TD �D �D �D a'_ N A N v O J O J O J O J O J O < O DD A O m D No 0 2 m 0 O O ) O ON O O co O 0 O 0 O m O O O 52 00 A c2. O, • O 0000 _, �I r.7. _.A N SPACE SPACE SPACE -P A$ - fiiiy -y- yi0 y0m g6 rn -o v Iw Am f C vm v 2i v z oz 0) ) )m ) pm oy I )N R g E Dom vAAo o fpD 9 w Ay 5 AE sipnmy0 m @ ��n A o ,osz o z go ymP ,,o I g3 A oir2 o pA 4o ov A 0, m m m m m a coo F y m ( a 0) ) 0 0 0 0 m 00 0 0 0 00 0 3 ( m mI 0, I 0, N A N N O 8 0 A N 0 O m 0 A N 5A N A O W 0 W A/ W N W O N 0) N 0 N A N N N O — 0 0 A N k co 0 A N co J N W TOTAL LOAD LOAD — PHASE "A" 2,400 VA SERVICE DATA: 120/240 VAC, 1—PHASE, 3 WIRE 8 KVA LOAD — PHASE "B" 5,400 VA SOURCE: PANEL C CKT #1,3 10KVA MINI POWER CENTER cKr IWIRE SIZEI SERVICE I VA LOAD IBKR. SIZEI PH IBKR. SIZEI VA LOAD I SERVICE IWIRE SIZEI CKT 60 AMP, 240 VAC, 1—PHASE, 3—WIRE, MAIN CIRCUIT BREAKER, 12 CKT PWR RACK NEMA 3R SURFACE, GROUND BUS, INTERRUPT CAPACITY — 10 KAIC NO. 1 PANEL "E" - PANELBOARD SCHEDULE A W tD W J W N W W cA N CO N J N N N W No tO J N W coJ N W 225 AMP, 240 VAC, 3—PHASE, 4—WIRE, 150A MCB, 42 CKT NEMA 1 SURFACE, GROUND BUS, INTERRUPT CAPACITY — 10 KAIC PANEL "D" - PANELBOARD SCHEDULE N t0 N J N N N W N -• tO -s J N W f. 10 J N W TOTAL LOAD LOAD — PHASE "A" 12,800 VA SERVICE DATA: 480VAC, 3—PHASE, 3 WIRE 39 KVA LOAD — PHASE "B" 14,600 VA SOURCE: PANEL PDP — BKR. #3 LOAD — PHASE "C" 11,700 VA CKT (WIRE SIZEI SERVICE I VA LOAD IBKR. SIZEI PH IBKR. SIZEI VA LOAD I SERVICE IWIRE SI2 100 AMP, 480 VAC, 3—PHASE, 3—WIRE, MLO, 30 CKT NEMA 1 SURFACE, GROUND BUS, INTERRUPT CAPACITY — 25 KAIC PANEL "C" - PANELBOARD SCHEDULE O O N N N 0 iR N N Az 0 11.. 0 �k 0 -lk A i6 A 9k N ik N SPACE y SPARE EMPLOYEE EXIT GATE COMMERCIAL ENTRY GATE ENTRY GATE 11 SPARE SPARE SPARE a m SPARE SPARE a '13r,,, SPARE SPARE SPARE SPARE SPARE SPARE LIGHTING CONTACTOR LC -2 LIGHTING CONTACTOR LC -1 SECURITY CAMERA C16 IRRIGATION CONTROLLERS TOLL BOOTH SECURITY CAMERA NO'S 1,2 TOLL BOOTH EXIT @3 O QF m x8 LONG TERM PARKING ENTRY GATE /3 SPACE SPACE SPACE SPACE SPACE SPACE SPACE SPACE a m SPACE SPACE ,zo w� a POWER RACK NO. 1 N O O N O O N O O A A N O N N N - W N N 00000000 o 0, o 0 to O N O N O N O N O N O N 000000000000000000000 D N D N D N D N D N N D D N D N D N D N D N D N D N D N D N D N D N D N D N D N D VA SERVICE DATA: 208/120 VAC, 3—PHASE, 4 WIRE VA SOURCE: PANEL PDP — BKR. #4 VA BKR. SIZEI PH IBKR. SIZEI VA LOAD I SERVICE IWIRE SI2 N N N w CO D CO D 031 > -0 11 V -0 -0 11 V 13 V 13 13 11 -D V 13 V 13 V 11 -0 V 00>00>00>00>00) >1 0 0 D 0 0 D 00>00>00>00>00)> O O 0 O O O N 000000000000000000000 D N D N D N D N D N N D D N D N D N D N D N D N D N D N D N D W D W D N D N D N D WN NW - NN W - -u -o -u - m 1 13 11 1 13 13 13 13 13 -0 13 0 0 N 0 A 0 co O co CO N o N O O O O lo N W A N (D I SPARE SHORT TERM SECURITY CHECK POINT EMPLOYEE ENTRY GATE SPARE O O O O 0 O O O O` O O .1,,(?... D m D m yy A yy A 0y ]1 0y A yy .0 yy T 0y A yy A yy A yy ]1 yy SI SPARE yyy 8 y0y ]1 O 2 0 O 2 TOLL BOOTH SECURITY CAMERA NO. 3 TOLL BOOTH NO. 3 PWR P- CO Oy 0 CI TOLL BOOTH EXIT 14 TOLL BOOTH EXIT 12 y0 A SPACE yy l� SPACE SPACE SPACE SPACE IRRIGATION BOOSTER PUMP POWER RACK NO. 5 POWER RACK N0. 4 POWER RACK NO. 2 0 O F A __ N 0 CO 0 A N a N s N 0 ak O x O a O a N x N x N y� N y� N 41. N xr N a 0 as 0 A N A O S'o' 0 SiW 0 A W N W O N Oo N 0 N A N N N O 0 0 A N O W 0 A N� 5 W O N m N 0 N A N N N O CO CO as 0 A A to N O W 0 A N t0 J N W TOTAL LOAD LOAD — PHASE "A" 2,900 VA SERVICE DATA: 120/240 VAC, 1—PHASE, 3 WIRE 5 KVA LOAD — PHASE "B" 2,400 VA SOURCE: PANEL C CKT #5,7 7.5KVA MINI POWER CENTER cKT IWIRE SIZEI SERVICE I VA LOAD IBKR. SIZEI PH IBKR. SIZEI VA LOAD I SERVICE IWIRE SIZEI CKT 40 AMP, 240 VAC, 1—PHASE, 3—WIRE, MAIN CIRCUIT BREAKER, 12 CKT PWR RACK NEMA 3R SURFACE, GROUND BUS, INTERRUPT CAPACITY — 10 KAIC NO. 5 PANEL "I" - PANELBOARD SCHEDULE 1 t0 J N W TOTAL LOAD LOAD — PHASE "A" 4,200 VA SERVICE DATA: 120/240 VAC, 1—PHASE, 3 WIRE 7 KVA LOAD — PHASE "B" 2,400 VA SOURCE: PANEL C CKT #6,8 10KVA MINI POWER CENTER CKT WIRE SIZE SERVICE VA LOAD BKR. SIZE PH BKR. SIZE VA LOAD SERVICE WIRE SIZE CKT 1 12 RENTAL CAR ENTRY GATE 1200 20 A 30 3000 RENTAL CAR RETURN 10 2 SECURTIY CHK POINT 60 AMP, 240 VAC, 1—PHASE, 3—WIRE, MAIN CIRCUIT BREAKER, 12 CKT PWR RACK NEMA 3R SURFACE, GROUND BUS, INTERRUPT CAPACITY — 10 KAIC NO. 4 PANEL "H" - PANELBOARD SCHEDULE to J N W - TOTAL LOAD LOAD — PHASE "A" 3,600 VA SERVICE DATA: 120/240 VAC, 1—PHASE, 3 WIRE 5 KVA LOAD — PHASE "B" 1,700 VA SOURCE: PANEL C CKT #5,7 7.5KVA MINI POWER CENTER OR IWIRE SIZEI SERVICE I VA LOAD IBKR. SIZEI PH IBKR. SIZEI VA LOAD I SERVICE IWIRE SIZEI CKT 40 AMP, 240 VAC, 1—PHASE, 3—WIRE, MAIN CIRCUIT BREAKER, 12 CKT PWR RACK NEMA 3R SURFACE, GROUND BUS, INTERRUPT CAPACITY — 10 KAIC NO. 3 r PANEL "G" - PANELBOARD SCHEDULE to J N W TOTAL LOAD LOAD — PHASE "A" 5,300 VA SERVICE DATA: 120/240 VAC, 1—PHASE, 3 WIRE 8 KVA LOAD — PHASE "B" 2,900 VA SOURCE: PANEL C CKT #2,4 7.5KVA MINI POWER CENTER CKT IWIRE SIZEI SERVICE I VA LOAD IBKR. SIZEI PH IBKR. SIZEI VA LOAD I SERVICE IWIRE SIZEI CKT 40 AMP, 240 VAC, 1—PHASE, 3—WIRE, MAIN CIRCUIT BREAKER, 12 CKT PWR RACK NEMA 3R SURFACE, GROUND BUS, INTERRUPT CAPACITY — 10 KAIC NO. 2 PANEL "F" - PANELBOARD SCHEDULE N N N O N N O N N N N N SPACE D gi D PAN SECURITY CAMERA 017 ENTRY GATE 15 ENTRY GATE 14 SPARE SPARE SPARE SPARE RENTAL CAR EXIT GATE SPACE SPARE SPARE LONG TERM GATE 5 SECURITY CAMERA C19 SHUTTLE ENTRY GATE SPACE CROSS OVER GATE WEST CROSS OVER GATE EAST SHUTTLE RETURN GATE 3 CROSS OVER GATE WEST CROSS OVER GATE EAST O O N O O N O O N O O N O O O O N O O N O O N O O N O O N O O N O O N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 CO D m D m1 D CO D CO D CO CO D m D CO D WIII D CO D CO D N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 N 0 NII 0 N 0 N 0 N 0 N 0 N 0 0 0 0 0 0 0 0 0 m '4 9> m L> m VVy m RENTAL CAR READY RETURN GATE m i SPARE >9> m SPARE -0 m C L.- z >V> m >L ]1 >9> m >9> m A 0' A yy 2E m2 ENTRY GATE #2 >A> m yVy m yL> A SHUTTLE RETURN GATE 2 0 aa O SECURITY CAMERA C16 O N N N 0 0 N N N M N 8 0 0 A N N 0 0 0 A N 0 Co 0 A N N 0 00 0 A N REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CI1Y PROJECT # E12137 SHEET 22 of 49 RECORD DRAWING NO. S -R 906 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) - - v...i CITY of CORPUS CHRISTI TEXAS Department of Capital Programs R a ri4 is ',...® aL i IENGINEERINGI pp.'FOSiF TAN 's.> MARR O o y JOSE B. NEZJR 0 Co 89385 f 10-22-2015 PROJECT NO. 13034 PANELBOARD SCHEDULES5656 lE%AS FIRM REGISTRATION N0. F-829 S. STAPLES, SURE 110 CORPUS CHRIST, TX. 78411 (1) 992-22e4 P:\2590\RVE Revised\2590E4.dwg, 10/23/2015 11:28:27 AM, DWG To PDF.pc3 r'l r'r CDL�EG✓END/\ �M-� LIMITS OF WORK FOR THIS PROJECT m-2 w N_ o e m1 m m.2 u N o t m t m m> u N o m m o, m 2 w N_ o m m ., m m.2 u N O 5 m ., m m> u N, o w m" m m> ,. N_ 0 CABLE & CONDUIT DATA o z ,.> o "' ' °i �' o o ^' v m m o N 15 2 #8 2 #6 2 #6 m m m m m 2 16 2 #8 m CO m m 0 m o 0 0 o m m m m (2) 4 #250 MCM (2) 4 #250 MCM 3 #12 (2) 4 #250 MCM WIRE SIZE 3 #2 m m m m m mN. m alk N. w w I NG N. m u COMMUNICATIONS ,;,,,,C001801 N N N o N a m, o o N m m N N N o 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 0 o N N N alkr N 0 z F m INTERCOM / VEND CABLE J -BOX CROSS OVER GATE INTERCOM / VEND CABLE J -BOX INTERCOM / VEND CABLE J -BOX INTERCOM / VEND CABLE J -BOX INTERCOM / VEND CABLE J -BOX INTERCOM / VEND CABLE J -BOX INTERCOM / VEND CABLE J -BOX POWER RACK NO. 5 POWER RACK NO. 5 PANEL "C" PANEL "C" PANEL "C" PANEL "C" J BOX TOLL BOOTH #1 J BOX TOLL BOOTH #2 J BOX TOLL 8001H #3 IRRIGATION PUMP STARTER TRANSFORMER T-1 PANEL "C" J BOX TOLL BOOTH #1 PANEL "D" PANEL "D" PANEL "D" 45 INA TRANSFORMER (T-2) PARKING OFFICE ELECT. ROOM TOLL BOOTH EXIT GATE 3 J BOX TOLL BOOTH #1 DISTRIBUTION PANEL "PDP" DISTRIBUTION PANEL "PDP" PANEL "D" PANEL "D" PANEL "B" PANEL "8" PANEL "B" PANEL "8" PANEL "B" PANEL "B" AUTOMATIC TRANSFER SWITCH INTERCOM CABLE J -BOX PANEL "B" PANEL "B" PANEL "A" PANEL "B" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" PANEL "A" EMERGENCY GENERATOR AUTOMATIC TRANSFER SWITCH PANEL "C" TRANSFORMER T-1 FROM S&C SWITCHGEAR DESTINATION LONG TERM ENTRY GATE 3 & 4 CROSS OVER GATE SHORT TERM ENTRY GATE 1 LONG TERM ENTRY GATE 2 COMMERCIAL LANE ENTRY GATE SHUTTLE SERVICE ENTRY GATE SHUTTLE SERVICE EXIT GATE RENTAL CAR READY ENTRY GATE LONG TERM ENTRY GATE 3 LONG TERM ENTRY GATE 4 POWER RACK NO. 3 POWER RACK N0. 4 POWER RACK N0. 1 POWER RACK N0. 2 TOLL BOOTH EXIT GATE 1 TOLL BOOTH EXIT GATE 2 TOLL BOOTH EXIT GATE 3 TOLL BOOTH EXIT GATE 4 TOLL BOOTH EXIT GATE 3 IRRIGATION PUMP INSIDE P.O. EQUIPMENT ROOM POWER RACK NO. 5 TOLL BOOTH #3 IRRIGATION SYSTEM CONTROLLER TOLL BOOTH NO. 2 POWER TOLL BOOTH NO. 3 POWER PANEL "D" HH NEAR ENTRY SIGN TOLL BOOTH EXIT GATE 4 TOLL BOOTH #2 45 KVA TRANSFORMER (T-2) PANEL "C" TOLL BOOTH EXIT GATE 1 TOLL BOOTH EXIT GATE 2 PARKING LOT UGHTING PARKING LOT LIGHTING PARKING LOT UGHTING RENTAL PARKING LOT LIGHTING EMPLOYEE PARKING LOT LIGHTING RENTAL PARKING LOT LIGHTING GENERATOR MASTER INTERCOMM STATION PARKING LOT UGHTING PARKING LOT WALKWAY LIGHTING ENTRANCE SIGN / FLAG POLE PARKING LOT LIGHTING ROADWAY SIGN FR -3 ROADWAY LIGHTING ROADWAY LIGHTING / CANOPY LTS ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING ROADWAY LIGHTING AUTOMATIC TRANSFER SWITCH DISTRIBUTION PANEL PDP IRRIGATION PUMP STARTER AUTOMATIC TRANSFER SWITCH O 0 INTERCOM CABLE (BELDEN) FIBER OPTIC CABLE INTERCOM CABLE (BELDEN) INTERCOM CABLE (BELDEN) INTERCOM CABLE (BELDEN) INTERCOM CABLE (BELDEN) INTERCOM CABLE (BELDEN) INTERCOM CABLE (BELDEN) 11-3536 IS A FEDERAL P/N 11-3536 IS A FEDERAL P/N 11-3536 IS A FEDERAL P/N 11-3536 IS A FEDERAL P/N 120V POWER CKT #8 CKT #10 SPARE CONTROL 11-3536 IS A FEDERAL P/N 120V POWER 120V POWER CKT #17,19 PWR/CNTRL INTERCOM CABLES CKT #6,8 CKT #9,11 CKT #10,12 CKT #2,4 CKT #5,7 CKT #30,32 CKT 11.3 CKT #25,27 CKT #26.28 CKT #21,23 CKT #22.24 CKT #17,19 CKT #18,20 CKT #1,3 CKT #2,4 15KV CABLES (BY UTIUTY CO.) REMARKS o m m EI m N o u N— o E. E.° m m n u N . ,n ,• m N n u N- o m m`8 m m♦ u N- o ,o m 2 m ,n n u - o m m .� m m u N o ,o m ., m 0 CABLE & CONDUIT DATA 0 O 0 O 0 o - - � - - � 0 N m 0 o N o m m N N N N CO CO N N N aa m o s o N N o 0 o N N a s N N 2112 2#12 m o 0 o N N o WIRE SIZE U• ) RG 59U RG 59U RG 59U o 0 0 COMMUNICATIONS FOC(2) oo NNoo NNNN o>0 ) L mm 1NNONNNNNNNNN N N NNONNNNNN O m ROADWAY UGHTING (LIGHT POLE 63) I R •M LD -8 -B•. ROADWAY LIGHTING (LIGHT POLE W8) POWER RACK NO. 4 POWER RACK N0. 2 PANEL "8" PANEL "B" SHUTTLE SERVICE ENTRY GATE RENTAL CAR READY ENTRY GATE SHUTTLE SERVICE EXIT GATE COMMERCIAL LANE ENTRY GATE LONG TERM ENTRY GATE 5 EMPLOYEE PARKING ENTRY GATE POWER RACK NO. 2 POWER RACK NO. 3 INTERCOM / VEND CABLE J -BOX POWER RACK NO. 2 o ig A n g n ) ) ) ) ) PARKING OFFICE ELECT. ROOM PARKING OFFICE ELECT. ROOM PARKING OFFICE ELECT. ROOM PARKING OFFICE ELECT. ROOM PARKING OFFICE CCW PANEL PARKING OFFICE CCW PANEL PARKING OFFICE CCN PANEL PARKING OFFICE CCW PANEL CCTV CAMERA TOLL LANE #2 CCTV CAMERA TOLL LANE #3 POWER RACK NO. 4 POWER RACK N0. 4 PANEL "D" LONG TERM ENTRY GATE 3 LONG TERM ENTRY GATE 4 PANEL "PDP" PANEL "PDP" CCTV CAMERA TOOL LANE #1 LONG TERM ENTRY GATE 2 POWER RACK NO. 4 o 0 T, n c g 0 0 C., a POWER RACK NO. 3 POWER RACK N0. 3 POWER RACK NO. 2 POWER RACK NO. 2 SHORT TERM ENTRY GATE 1 POWER RACK N0. 2 POWER RACK NO. 5 POWER RACK N0. 1 POWER RACK N0. 1 POWER RACK N0. 1 POWER RACK N0. 1 POWER RACK NO. 1 POWER RACK N0. 1 POWER RACK N0. 5 FIBER PATCH PANEL PANEL "D" LONG TERM ENTRY GATE 2 FIBER PATCH PANEL FROM FIBER PATCH PANEL DESTINATION ROADWAY SIGN FR -5 U E ET ROADWAY SIGN FR -1 FOUNTAIN CROSS OVER GATE FUTURE CANOPY LIGHTING FUTURE CANOPY LIGHTING SW CORNER OF COMM. BUILDING SW CORNER OF COMM. BUILDING NW CORNER OF TERMINAL BLDG NW CORNER OF TERMINAL BLDG PARKING LOT "FULL" SIGN NW CORNER OF TERMINAL BLDG SHUTTLE RETURN GATE LONG TERM ENTRY GATE 5 LONG TERM ENTRY GATE 5 SHUTTLE RETURN GATE 0 v x 0 D O s ROADWAY SIGN FR -4 MAIN TERM II NAL (REVENUE) MAIN TERMIINAL (TELCO) MAIN TERM II NAL (VIDEO) MAIN TERM II NAL (VIDEO) SECURITY CAMERA C18, C20 SECURITY CAMERA C19 SECURITY CAMERA C17 SECURITY CAMERA C16 CCN MONITOR TOLL BOOTH #2 CCN MONITOR TOLL BOOTH #3 RENTAL CAR EXIT GATE SECURITY CHECK POINT TOLL BOOTH SECURITY CAMERA 3 PARKING LOT "FULL" SIGN PARKING LOT "FULL" SIGN LTG CONTACTOR 1 / PANEL "A" LTG CONTACTOR 2 / PANEL "8" CCTV MONITOR TOLL BOOTH #1 PARKING LOT "FULL" SIGN RENTAL CAR RETURN ENTRY GATE RENTAL CAR READY ENTRY GATE SECURITY CAMERA C19 SHUTTLE SERVICE ENTRY GATE LONG TERM ENTRY GATE 2 CROSS OVER GATE WEST SECURITY CAMERA C18. C20 PARKING LOT "FULL" SIGN CROSS OVER GATE EAST SECURITY CAMERA C17 TOLL BOOTH SECURITY CAMERA 1,2 EMPLOYEE PARKING EXIT GATE SECURITY CHECK POINT COMMERCIAL LANE ENTRY GATE EMPLOYEE PARKING ENTRY GATE SHORT TERM ENTRY GATE 1 SHUTTLE SERVICE EXIT GATE CROSS OVER GATE SECURITY CAMERA C16 CROSS OVER GATE LONG TERM ENTRY GATE 3 & 4 TO SHORT TERM ENTRY GATE 1 m 120V POWER 120V POWER 277V POWER 277V POWER COMMUNICATIONS COMMUNICATIONS COMMUNICATIONS COMMUNICATIONS 120V POWER COMMUNICATIONS 120V POWER 120V POWER INTERCOM CABLE (BELDEN) 120V POWER m .x P ) ) ) VIDEO SIGNAL VIDEO SIGNAL VIDEO SIGNAL VIDEO SIGNAL VIDEO SIGNAL VIDEO SIGNAL 120V POWER 120V POWER 120V POWER PWR/CNTRL PWR/CNTRL VIDEO SIGNAL PWR/CNTRL 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER PWR/CNTRL 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER 120V POWER FIBER OPTIC CABLE 120V POWER FIBER OPTIC CABLE FIBER OPTIC CABLE FIBER OPTIC CABLE K zr cn REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E12137 z LLJ 2 LLJ LLJ CL 0 LLJ — N > FD CT c O J m 0 z z 0 0 Q U z LLJ z SHEET 23 of 49 RECORD DRAWING NO. STR 906 :....i of CORPUS CHRISTI TEXAS of Capital Programs Ill arh p0?�pjE Tho DOS*i *~"\6 yJO o JOSE B. MARBsNQ JR D oA% 89385 F pN ocg laNSE° \ 0 10-22-2015 PROJECT NO. 13034 CITY Department IENGINEERIN G TUAS FIRM REGISTRATION NO. F-829 5656 S. STAPLES, SUITE 110 CORPUS CHRSR, TX. 78411 (361) 992-2284 R —1 :-/4 P * ID' TERMINAL TERMINAL TERMINAL 0 T 0 D TSI O m O o L D _ INTERNATIONAL DR. l� WN TERMINAL COMMERCIAL LAN ES m .► m z N PARKING AREA PARKING AREA PARKING AREA P m N z Z Z m n m vI AIME NI m o o N cn o m m z z o 0D A z mx c v0 z PARKING AREA PARKING AREA PARKING AREA PARKING AREA PARKING AREA PARKING AREA Od ,�/ � / D O Z m Zis4444444\41 v xi o 0 -1 x co oc z v y� a to m O DO O / cn O 0 O x• 1 \ x n D II o o AD ❑ A1- • i v,>i�+ ° III -S' lir 'F- 2e .'�O • D F( O� / ZO 1COGi N•1111*.‘ 0C (�O • `� O A GZ 0 2 D OD J 5), U :r' W Na 0 m ON my*-1-o cD 0V)0-1 D-1 -1 TI Z 01 Om>:E0 zr Dm mm mm x c... vz* *o -om>7TI mm <m my m O D -1 _< I z A077 �� � �o n M1 mm 0 �a oDo N? �,NN rK� �D mu)zo=�_ L,'' c) ca m m; �0 0 cm xi \, 20> xz or vozA�1 m ��D- \ Mo�.v? �K)mxm?oDo = IS?LIII HrERNouoa�\ 4�� j� ��I `,I � 1\ I V mA y y?�rFSDWm m�Z� o� P0 >u) O O - -pm 0N_0 O PC) 0_ ZZO >ZZ (n D -pm aoc D 01 • 0 v,mz0= mDp Om 0m ctnmg cn mD m 0 v- mooD ,4164� (� M. 1� o m a� �P 1� ® I j // �/ = �n Z c x Z 'x x p� A 0 7C com ZmZO�K m m Z3 m Tl D �� mc N op z o �� .Z)tn�' m _( mC y ' ,z Zz�1nc A �m z to N m�xxz v z upmm 0 1n 0 D O uzi cn • Omrm c <, 4.4� Ox z z0 c� m mm yIce4 11 m r 1-rim m I7103 IMPii -<u?omD m z �N 0 p -IZ m D-I C O O T1 M-0 5 to D, r Z �zDO min o -z O Z1 0 �' D -o•', m o v In m 0 0 z °° x z v r D oA BU$INE$$ CEMRE BLVD. 0 m U) z o - 1 CO� O -1 1 COm Z oo m m m _, v< N o y-0 >c Z 1y 1 DP4. r A m� Fn v 0 rm x r o m-cz _1 -1 c m�73 3 m �n� O �0 o I D > m (n 73 K p z m . —,. - m Oc 0c c m O m D z > D �n r x . _ N� MATCHLIN_E o 0 Z 0 z 0 x oclr xi 1n 0 Dp D m > Z y -I ..voco w 0 -< > mo 7< ���•�� - _________ SEE SHEET-2 OF 2j N .440....) REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 24 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. , .*Y i CARLOS A. MARTINEZ*. • 97327 1. 10.22.2015 CONSULTANT'S SHEET 24 PROJECT NO. 13034 ADVANCED WARNING PLAN (1 OF 2) CITY of TEXAS CHRISTI Department of Capital Programs MATCHLIN_E _______ SEE SHEET -71 OF 2-) ___ ® _ ____ 120' ♦ _ 13 __ ___-._ M Z v 1 • ♦ ♦ PD 4 Pr' 91 - w N m ON mo*—IM CD MW 0-1 D—I —I m Z 01 ���DA z� <m Am m3 m .44 rir -1_ °°zZz� ON m� 0 MOA 0 N I— �T' c �ID�D8 �z Z� D0 3D z D GLASSON DRIVE GLASSON DRIVE z m N z n o= -_ > n il m! 0IP D , o 120' -`-^ 0R0z mOwZ i �m ��mz or, No or zD o Z o Z O W r v -I *cnv 0 v 1- zz z� - m mc—1z= Qi D 44 02 W v m= c� m f m K D m i7N= z c� z 0 1 END WORK ZONE —� 2 ,. > ."` p p O O P�J END WORK ZONE �� ,ai�mz cn� m BOO (/l 0 mD m 0 Wm Zmv?3 rm m ?; mm A D Om mCO2,m N 0 Op -<O �mfnx' to m DC O ,z z,-Imc 0 �mv z c�—i �� NvmP� my u, m D czi N 0x zorz - 0 m m= Ax�(1 D D or -o' O z mm D A z m ml- =lo o m zz -o O�n� 0 cp ,_co �m O A I II ao z Z m m D x m m (n A Z >— O a+ I INTERNATIONAL 77 INTERNATIONAL DR. (N 0 * O D O O�Z :0 m D =1 O C D 05m< 1I 5 D !n ZZ 1 m D �N�o m m 0� o v D I �_ AZ D D Fri O m DOA y Z q D D O -<-o Z D3 r F 0ppo m mOFC cii� c m_4v 73 M m Nomnmcv_ N 0ncO O D D Z A D • ron x c r A o v qo(0t o — TERMINAL ORTHBOUND) OUTHBOUND) • END WORK ZON r---'F' Ir ir^= a f I C� 0 3 codD t$o INTERNATIONAL GR. \ ,cf' N ,20'� I\ I pip 0- \ ,1' . V `� 1 D Ilidm ♦� 1 m w o o le ABE ma 14, INDUSTRIAL CENTRE BLVD. •amwil GLAD S,N limWil I 1L1 1.4 11 ��-� U �oa D \ TT N O7 N N O O N O R\,\ ii. CENTRE BIVO. 4 O Q cP O r n Q o• I To * ›.- <. So l P \N Dip o J / —. T. D D -1 O Z cn Z l l Fri vu 1 ..,"(...R.0 p 0 D i— Cf) — z cn Z N _1 D z m 4 r 0 m m2 N 0 N O N z N O O o o —I� zi b O Q Z7 N O cn 7. I z — C i, co c c D o WHEN WORKERS ARE PRESENT Q ,7 C D> l' i mz Fri C�-- ) N 0 0 u r� CONTRACTOR ROAD WORK 3 NEXT 2 MILES NAME ADDRESS CITY STATE �o pip 11) SH 44 (ACCESS RIAD) I 1 � I � 0 i 320' 320' 320' 1 1- ►� SH 44 (AGNES ROAD) --L SH 44 (AGNES ROAD) IIIIIIPr i W L lir-. ' 1411111111k SH 44 (ACCESS ROAD) . tl ,11111111111 — _ ' �.. _ ____—_'_ 320' 320' 320' 320' TEXAS MEXICAN RAILROAD \/ 41111111E 41111111r 41111111W REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 25 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) A IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. / .„t i CARLOS A. MAR11NEZI: 4 97327 Z. I 10.22.2015 CONSULTANT'S SHEET 25 PROJECT NO. 13034 ADVANCED WARNING PLAN (2 OF 2) CITY of TEXAS CHRISTI Department of Capital Programs -{ SHOULDER SHOULDER SHOULDER ( )LI> •• •E> D • • • • •• I— .a • • • • )RK SPA Z SHOULDER -I SHOULDER mc Z7 X L/2 WORK SPACE X fTl \ N c) D O/z:\\* 00 > D21D • 1? oma, M OR) ro z NE 0�v. r0zo �? D _ 4- J . vmZ m00 mr m =oo Omm v ro< mm0 p —I mo m rn r SHOULDER SHOULDER SHOULDER n > 1 L 4% M SHOULDER 10..41 I SHOULDER > Z mT1 X X X 11W* L/3 L B WORK SPACE X 100' END ROAD WORK n I— O N i*o C - D 21> ♦ 0 X X �r� (AZ= 1 x X �r� oD Cl1Z= (OPTIONAL) MIN. N 0 o Mi . zN 00 I�11i1 co R1 0 —‹ r m z yo= Co V O cn V O rnrncncnaa, m o cn o cn O W W cn O .13 mM ,., m m vv - 0 SHOULDER SHOULDER m m o FORMULA r0Zm z 1 x r II II 21(1) < _ ® C> <0 min 0 C) o0000v0ocn(n0_mu) LA CD oc�i CD C) c c mO II I-3 Z SHOULDER SHOULDER m r v 0 z o 0 ! 2N _ 2 (n m Z{1 x mmV CO N V O(n0(n0(n �a101[T O1 �.NN O 1D 0 11' 12' FFSET OFFSET 165' 180' 225' 245' 295' 320' ESIRABLE TAPER ;THS (**) X 2_ in m D o X N o 60' TO 100' i 00 0 00 m l r (OR GREATER) ♦ �m()zD mvrz0 m>mc)m v m�� m><� �x xi m cn x o IM < m rno4,mn�irno4,ni4, 00000000001 r D*7p\ �D OO > o7C0 o V 9' PI W N n m x m n r m •CD •V a, (n W N co II 0 0 t_ 65' 70' 55' 60' tD on_ ON A ON A TAPER TANGENT 30' 60' 35' 70' 40' 80' SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES m Z1 3U) 0 0 <1 U)0<1 1CDD m= Om mm Rom= IOA0 ).V7 ND 3� An Pc C-10 DO�Z Ulm pOOm - -I En c)* )Am 0 'N1U)� C)D 0U) .01 1 *m 1A22 -o>0 0 commm Or mm mm x D mZzm2�� V) <tnc01 :0 2tn D1 <�O 0 Zm KM m N A Zm0�10 p� PT. Om rA co Z -1 !n 1 -- O O O O ,OZ l ,OL l O 0. X 1O Z �Z mr<,1 mf�m W Q m ZO r 55T rnO NZm Om CO CO* rn8 MI 0 m Al D 00°Z OZ r -t U) mm I-- AZ A�INDII,ZI MZ -0233 3 m Z<p 4'. to p v1 D 00 03v0 73CDT. D 01 C: 3ETtm mi- p zD O �o G)m A O -0 p m m V 0 to 4, W N 0 0 0 v� _An cn2 i D 1"1 j M �z D m= pc *,-.7Mm OxDO tel. �i Z -,Om N<w> ZZ co Nr -I Z fMT1��NZl1*1 fTl m0�� • D `x, 'O ZZ` Z '0 :0 �3 N .Z11 p 0 0 0 0 0 0 0 10 zc 0 /EHICLE DET, )VANCED WA RIGHT LANE CLOSED x r 0, m z 0 Z0 ==mp 1 NZO0m� pvm -cn _ 1v c) 0 0 �z m0 r z_1 m Al mX ` ••• • • • • • • • D 00 Pm lmmx m>V)mrAr11� (D�r12D1 < fTl < •mz m003 rr AU) OA�Ox; O pz r 0 z Om 0> I'I O m 2 rm x z0mam - zmom 1 q P3 - C rOA x2 Z Dpm mN20 2 r0U) 0 z- * r .ZDI Z .Z)x r NO C7m r1n moi_— mfm0 tnOp-<x1 Z -1 1 N tnx U) m r,1 c� O OIAr1 0 W Ic*1m pr Om-zD Z2A x r`Iz CO 0D 3 PATI OD D Al tzi) mrxm mmA,mo cnmlz —1 x mm 1In m p0 �O c(/1 ImI-rr11mGD DmO= ooD�N� i mO�D m ;y O A0 540' 615' �_ cqq W N o c0i1_ 195' 240' SUGGESTED LONGITUDINAL BUFFER SPACE "B" 90' 120' 155' >_ _ _ 1 J OD O m D 2 1 1C) m 01 D. x Or N -o m> :(1 ZAC 0m 2 x1 mi co oov—A m� z r— Z 0 3'+ i I I rr1 omoZ� �oNm 1 Z 01 D ZAZp O�DN mC10i I�Dr m O xD 0 m O 0m o Nmmv -nZ73N mo�m2ZrI Uci m2i-m A xim z 1xI'Tt A� 0 A OAz, OD Av) 3Z m 0 m u! O y *D to O cul- mo 6'+ m 00 �3 AIn(O 3rDr 1 -<rC p 0 Dc 2 A� 3 mD 2yrvlr rxn rAl���1 O��fZ*�1 z <A MM 2 1 m Dx N1m Z m 0M O03 N X 0 rnA — OV) n OOc� O�Zm D;f�W� = x• > I'IO 1 z 1� V)1 D mmltn m m A Z O A Z A En 0 CD r p m D2 vrJ r3,1 r0�vzi�z Oc :O�m� m :C 1= m ■ CD r Nr Z f3T1 Z OOZ0 fTl?O-0 O 0l m 00,101 O OMPA M O >Z n PATI -n co=m m1 =rn 00 - rn 9n 2 -n 01 =m 1v 0vA0v m r*1AOz D zx o VI 2c 0 m Ul 0 C) 1 x xD m A > mN� O�c Zmm?-m O *GMS y 0 02 m 0c D m D 71 m-0 r < x� in �� rDm DO -DO N 1 z O O z m m <Z1 znz �0 z o I--1 z OM m > O I Mm r,1 r m • ozP SHADOW /EHICLE DETA WORK CONVOY ••• • • • • • • m� m rzpn cmx�o� 0000) 3 r'v En c�A c o • y m z N D 0 c 1D tno ooco :8-71 o v mo �m x - < x x O z A z 0 2A0m mp mo 1• o mm 2 C)AIo �omvci� tnz1.Z) 3c m 1v c) Ao fTlza�cnOAOO�z0 mmpOD Z Z UAirm y Or m A �z�mz�G z D�Dpm 0 AODM C< 1 > 3 1 m m ccn-i �� m m0W Zoe �rD01y 1 Z0131- ? m 3 m to m m > m m pOr`I OCUziz z rT1m D N z 2 zm v AC m�n ZZD Ap m �11� I - 40".41/ 3'+ 0A T. 2 mm -1 OD� vfO�*r11 0 tmn D �2�2 > to 2 > 0 �O� 3A2 Z« r010 m ODQOZ m T` D 2 m z 0 mm0 m02 0000m 1-n0 -n 2 A 2 = z v f omz P o 1PK tnmm _.Am> 0 0 m 0 6'+ REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 26 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) liMi IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 ..' *t i CARLOS A. MAR11NEZI 4 97327 10.22.2015 CONSULTANT'S SHEET 26 PROJECT NO. 13034 TRAFFIC CONTROL EXAMPLES (1 OF 2) ... CITY of TEXAS CHRISTI Department of Capital Programs SHOULDER SHOULDER SHOULDER 1m Z O o 0 D D 7D r ■ •■ ■ ■ ■ • zo SHOULDER • ■ • ■ • = I /////////// ♦ SHOULDER 0 N O 0 Z7 C ■ 100' ♦ o z -< r 0 N f'l D ♦ 3X L/3 - B WORK SPACE 150' MIN. MIN. 3X END ROAD WORK 0 >*. ITl D33D _ ,- 1 v7Cv m c A i , Dy�03x zDmr xz< mo 3 -1m SHOULDER SHOULDER N moo -0 z cx0 '� II< -r11 SHOULDER -13 O > D�ODDm0m �o3Zm-1,N ((//�� E> moZZOZ1.Z01 o Z r m0''�zc�= Nwou)N=mm -i = O SHOULDER _ ■ • ■ • • • SHOULDER O C13-------\\ N 73 I— // �// / O <P1 100' O m 0 G r'n m50 M = 0 3X L/3 B WORK SPACE _* 50 m x 150' MIN. MIN. 3X N, END ROAD WORK I—O m n yi 7C v U")m v . z N 00 -1 11 I IIC RIGHT-OF-WAY LINE SHOULDER SHOULDER vl�lm Z y02 CO V J O O U C1 W W N U) m .m -I 0v FORMULA 0* r i x ril D D �7 r m�D z ml 0 z m -,>A r If N C i/i SHOULDER SHOULDER Oo ■■ vyD 73 // m0 m0 II co J o CJ V m o N m CP CP O CJO CJ N N 07 O CI m �nI00000000cncno9 r3ZKCOD 0 r M X7 D ♦— 3X WORK - 3X 0 o a Z1 WE O mrp Z�2 z O 03 N o cn J.- o cJ O O co o cn o coc cn 1,3 _0 CNON 01 Cil o o ml_ - I DESIRABLE T. ENGTHS (**) D 0 = 70 m > > SPACE N � p o m m 0 m CO CO co o CO J CO N Oi O CA N 03 0 J 07C0 000000 o 00 CAO m1`? -15 P 10 m J 0) 01 - w N • N II 0 o 75' 80' V OI O CJI 01 CJI CJI O CP o CJI ON A ON A TAPER TANGENT 30' 60' 35' 70' 40' 80' SUGGESTED MAXIMUM SPACING OF CHANNELIZING DEVICES p N-IN0 OD 00 2- -I 03i z- NN_O >m1 * Z�m0E) OM 5M MM 2 m mK m ><< o m0 00-1Z X/0 N�2� 0mw 0 N-1 f<o 0 PWS. Z< 00 ZN Zx0�0 rN m0> C1,rTm 0m G)D z � m 0 Z m O m _ _ 0I to O O 130' 140' _ _ _ N - O O O O 0 0. m.Zm)px JJ -I niIm E> -1 ,comm 5y I'm o Oz�vrmi ox mvvm �m m •=moz9 Y."- 0 Om m IpCrITlm D< O� Oo mo .l7 ZZ -Z 'CJ .Z�1 �� <N� �x p03 33O in -10-10 0 0r SZ m O Omq-i 05 mzDD m 0 N v o Co 0 0 CO J 0 0 320' 400' 500' 600' 120' 160' 240' W0 Nz Z� 0R mo -Z3 x 0 OZmD 0 G)� mom ow10-� pm O0.0m * D xi Z �N71 _10 p`twVml �1 :C1 Z ��0 N NS. N Dxm x 0 ONx m0 D 0��D77 x mZ m :>:p mZm _ pDrNmCD-O0 N m0 m r�O �mmcn p 2 �N Dx xpAO m `< mO.ZO1D m m 3 O mem m.Z) mm3 AO 540' 615' 410' 475' 195' 240' 295' 350' SUGGESTED LONGITUDINAL BUFFER SPACE "B" 90' 120' 155' Z Or Om �y� Nmz m xF22 0� ODiyr m O D D zm xp 3qm 1D N t»Zmm �m Z O 0m Zm*O 2 OZnZ 0 ? <2 Z m> _<73 AZ 3m�X N L)Nm z w 30 0 N OND f*1 O 32? 0 A �� N0 0 5iI>mmm1 N c m{m x m NA 0 ZD _ z o Dpm>O 2 D DZ m m2 p ITI .� > .'m�� m m O Dm m N 0 n m < co mmOZ D Zx 0 �* 30Z m p 0pm� Z O- 4 � DA D 130 0 *cm O v -m T O mADO N pZ p X • Z VpN.Tml Z m N -o 4. m7, p mm.ZD1 p 3 mmo C 0 • D > z m > C OmZN D y f<rl 2 OG)Z NZ��1 r m 3 OC ZO -1 <z0 > r moom1 0 Z S m? ZZN l czi 0Z *0 c G D Nc m mmz - A0)O Z m 3 0n ON CImT x <<,lzzrri TI 0 m D D mx 33 Dm N m 13 '*33N cn m -1 �N � ?Dx 33 3 Z 05m-1 -1 D N m_i 10 0�O m Z mxnZ 00 �T romp = m m I mm> 0 0 m �� > w mmm 0 P N D p-1 < m x r mDv • /� Z1 T _/_LJ\ 1 • 0 0 � m D -0 D Z m mml Z N m 0 O Z O ml 0 71 -1 0 O Or m O m N r N Z 0 O REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION,.._ CITY PROJECT i E12137 SHEET 27 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) ._ _ IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. , .*t i CARLOS A. MAR11NEZI 4 97327 10.22.2015 CONSULTANT'S SHEET 27 PROJECT NO. 13034 TRAFFIC CONTROL EXAMPLES (2 OF 2) ... CITY of TEXAS CHRISTI Department of Capital Programs TBPE FIRM REG. NO. F-1386 LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 LJA Engineering, Inc. P -. W N O co CO N 0) U1 W N ZO (nW;0 2W -zm W201 ZD0)(n- ;C10 (nom 200» mW 0W m01 DD0 E000 CA mm>m 0 00D (-)m1 Or222 Dz2A 2MC DMn12 IT1l mm Zcm <oc 0) C 0 3c > XC mw SN 2Dm zbDDm xjmc 0mN Z WM COMP> I c 00 Wmm MZOM mgmm1 ^ww mm- CODm 2= mw MO mwo A mmw AO 01ZMCO 0 Zco O MD2 2ZyA DDWW M0 �2 rnmO OW�O0 >m Mr-. 0 m0 �m \.�? MM arm N^�Z CO Dcm� �c 00 AOA O�M VOm o{Sm Mmc 2 mz W� MG mO� DrM 8 -EI -A0 O O DM �- vOA -0-/-1 � COm v°CMD M -( 11 0M 0�M MmO mm�tnm NWmA �33 0 K p� zm rr1A0 mm` W1NOr rr1 0 Dv! o pmA n -r 0 m Z rn > D z 0 m ��� �N z 7M 3 ...y 36" MIN x WOE= = N w -1m z m00 O .Wrr m M rr A r r(n z-< pD1 c1zZz zD-M tnm 0 D �2 AN 1mD I'T102A v! OMr �D zM Dmm= Z1�00 0m=m SAN DITA=N OD m� �1= 1Ao A" m zm (n < 42" MAX IIk IIk mm0 C 1z 1 mom00 Dr m_m XZO� =m IC OAAr,T c c mo 1-1 Orrr> A MM m 1�*< mm m�3 >0. Jo o�p� NO2D =Nr CAD2 ZW rAO :(1 2�11- Xi 00 P1 2 om mom < 4" MAX VIII VIII po 0 Z 2 > mm p Do o u! z A m> me A �11� m ZZO mm mm_ -ems DMo2 ZW gy=m comm, =D Z(�il m0< Wim mm1 M I1 p W C Nmm Dr W O NmM r-1 m Wpm �W�T O M ox m0 D*3 1 Rico i zr D <m y m 20 N(n Z �D .ZDI WZO m� MOD fWrlK oz 0 2 <v Z*�D ... m� 00 >o wFi 020 fP*If0Ar71Z_, Dm rO1103D ZmD KXN D< 0 212 G- N 3 X O M WD2V M -1 C vc 0 1 Nmmcn 2v 1m 2 D v!zo. nm� mm p 0 MS 00 �2 vl 2 0MM 2MD z�1 ,Wrr1 ZW� o 3 Zvi m1m r(�r i OOT.WC oo m00 Dzn m r�DW r�v1 wm ZOn _N12 2v -1 I+oI+10 �D(ril -ID0 3ZPZ pm r C O(n ZC m -I mDMm r(m0 -A = mOm mCO �z0 W 20 ow ri32 2W0- m D D m 000 Dom, mm c0a) o�mr<.1 1 mZI Mz3 02O mvmz mz M mON <mr Arm D 1 C 3m- 1?A > m m-• m m Z N D r Z m vv OZ OZ 2r0 ZD O K Z� 0Dr C Ol,�ji1 W 1 mC0 mzzD Cco K% corm orm vWDi><c m m 1- cm= WZm o 2� M M0, MO m, ppmm n D- Z\OD Zm 0 mm O x .... ._. ., .-. n Z Z IT1 N Z m 0 z r*I v 0 2�r 01<�?t_01 m{rz �rn pro ��3 c�0� zm� moo Z C°u)rNW mC1 c m O* m- m0 Oz E 1 rr c00 m12 0mo> 0 m 7<p- z .W mM O Z7 f*1D O -1c O -MOM m (n AM O O M 1 1-2 A X012 3 31K NZ�� AO1m OZf OUCI mD1D O A ZAO :(10 �DT=M Ovi zM1 r1r1N 1�x nm�= morml� M(12j- (nm 2 0ODZ �0 0 >X,T rX11 m0 0 0 D r{.Z01= MV mm� mmzM rD rr1 OWi 1 Om1 m2mm M Z1 -orrW -1 p1�7- 3o c SOC FF W1� (nO00 mm_ 22 Zq V)0z -1 m Z7DD 1* Oy A M rTAMv r DO 11A ��N� Z6(M/1 V)rr CG272 M m P1P1 MO Z1 ...i OC V m to 2 2Ar OM O2- C m M D Z mm 1Z M TM D 3W mrm �NNr AA 2m f2r112 WOx 1M1 A 0 N 0ZZ 2K 0O1 o Or r0 mull mm5 V) Am O 1 C O1-< �D r (� Mc-‹ u) m *1 ?y2Z Zi -123 1DC DO0 NNm OV)M U) O�W �? OZ� v mCDD z D� D2� NOD 0A > •�m0 D • mM OCO o -1 m mrz O N 0 Z O11Z CD OZ DMO r 2� r� m01 r Oro i�1 ma m4.0 A0m0 >KM AO r0-< r m0 OW (flan -. y oco =�mOD m 3KAm y5� WC(,) Oo) LD1 ox mZr cn L)r _O DF CD m*mOC>> DSO\ o ZI Z03= zw a V om-1-1 0 oz0O Am <��CA ZC 3 Z1mm��3 �O� D 0p U) m0 2 z.. mWm�(n X11 (1/1 G7 vl A ND Wpp A2 m 1 0z< Om m P P w N . J ZIm1 O0) 0110)0101*AA D3* E>KM >0> D=m mai cmmcmmmc IPrr1ZA -WZM 2* � mV1Z KnMA�(1Ajnp DCZ OOH mDDA m M ZmD 0 0m0`L 10� roc 10 1 0� Wz > 0mP1 M' mD�A m 10-I> 010 001 p10 N1 N>NM I :O ;n 1MAZ_ Ulm DSZ AMZ �2O320r w�m mpv2 1Om W1O N �2ym c07 mom OA G7 DOr 2n mpDA = N10 O I p CCN {cn Or D A A I'T1O 21zA O O NN -,W 1 DA ping r338 Dpp( M A nMOm WKp > z 1-r ZO < r (,,mw p r A A A3 Z zmm 0I l 1C Om `-- m zN I -r1 0 O -,ZM mow M ADO w �C0 1 AD D� DM22 0mtn m2 1 SDS �A A=.Z1 m{in 30Or ply AWOA mmr =2m DM mm m1 n2m2A<m -II- 2CW D<m 0m= �� mmr-mr0 MM OWN= 0 P1 1- >0 D =�'I U! ��' MM Z(n2 OCD CC3 DD.ZpI r O 1 C1 D m r i/1 Dr (0 OOp=p m mMm O r 2MCC 1PK >0 2WfN*IO�I*A1m V1r cm rm 20 ��W 10f1*1 pm{ mm 12 mm0 mD-< MD U)MM AO Om 0<M �I R �1 N D (n'23 Z D Z 0 in C �1 CO ITI � r CC7 — m �1 0O A C Z m - m N :I' W > co D2* 0mW1un= Oroy W001r1C 0 r 11- MOm A0010) <mN.Z2101(7W N N AD�VV N2 O; DON Kw" Kw" M--, r rn DZ T�rr1D O- mD KW Dz 0 m Vl V) A rNr1 2� r i �O.Tp1D-M1 3 a �=0 < U 0 U1DoZ Mo D P1MZ D.ZDU) A )Z'fi Wf zW f<n02 mcDm y MO M>0y0 m O U1 om T0> W1 -c O*A01ZZ(n 1 �OO 00)1- m�WN0 10) u) W CK0 M12 m I D rm mW M M ON2 002' O W N 1 >01 {mNDO oD Mz Z 1� r -1 coW0N pm m O 1r r 0 0 c 1M MD 1Dzmmq M O D O A Mr mrco OM_ M c O m1� 171 Ic.M W Oen O� 0�v0D3x� m z S*m (n� N mI n�X mm 10 rim WW �= mr11N1�mM f*1 m m O MK,. W .W1 Om nr N- DmrM M OM *O cn 1(1/1 • Or 22Nm1 OC = O FM y 2O`G�Nf2T1 0 c �cM-i M N D wo>w1 OZ001 r- ())MmmM Immorm DAmDN XwmmiI mmomm (n�y,„.m r'Tp01''T I'*1 M �2W rm,1z0) 00N rm0 -�2A 0 10) om C -1 D �T KAm <m -I> Mv(0AO -<D�r O wTMI0 AW 010 m Z1 000 2 c 1A- MWN 2 �A MU) M� -.3 1m_zD W M D1mm zM�A= zo2 Wrwo> = CD nCACm >Omm A �M� <DMW O�ArNr1 MOMM MZc� NZ; =ANO N�DZ Mm N X q O m T1 rr -I m in = rTl Z 0 A 0 M A< c A �vl� mCz M0 W m rj C (� 0 Zm (zi1D Nr�Am D A OZ r1n DS �ONy co-1-1Oc2S �r�A c u1 0 OA Z r,<>rA m� Z on c 3 • c� A OZDS 0 1 M O 2m 2 v r0 101 < .-. =N y0 zD Z 1 m� i� 1 m0_ r0 pmrmm =MOO (i MZ 1111 N� rTl z= R \\II 0)0 `"J 20 r< �•- ) O 1 oW \ 3 rTl \ �„ WO Z1 � Mp `\ L�1 N zp r 1I ]� 1 '\ } 0 O M MOO_ 02 25. 1*D f2*1<D 0m� D2 rnrM W D DM M 1 Op 0 D 2M:a N N Mm Z 0 Z > 0_1 ITI r C7 0 1 V) O MC O O�Z DO 2 D 1 p� AD �m 32C WT. r rN O Mm ;pZmr rmm�1 D 1N m-< OM f<Tl DVl (An OM p1 N0mD Im -00 K 02 �y AD �1 m>m O O -m MZ.ZD)m M Mm 2� Np0t� MzZ o p�G)� U) ) m2 ZD mr Z�1Z 2r mOT. m Z0 my r CO vm-O N W21 Mm r2 -I W- D7Jm mo) M. M2rm mO O� CO 0 01(np2 0 (001-1 1 0 KM 00- c, Alp D11-ZM*1M f2*IAAm zmm0 3 SOC D o� N m Z D m. -mo 0- Z,n r (00 <Zi1W2 Z0)DC (0-Tr2 Om NO MO m000mP 00)ZK (0O0)m K2 pp 1 I WI _MW \\ i 00 " 00KZN 0 m› �0 0 D D CO V O) 0 ? W N Zvf <DOT. 2 D AD mO O� ("DOW �� Om ODm11m OM <<A =� Ate_ m x mm mDm 10 o'0o� rT1 rr-R2 -� =\ /- 0 \\�\ I W _Z MDC D21DM z mD 1 2Z I*1A�D n= =mA w.,, D,,M)m Nm O Om O D mo m<zm m00 D r 1 = W mW . Z� o� \: 9)11\ /i�j`\ (�'\\`� \1\\ �`_� gu��_8g MIA z v �p M C 1)1 SOD A 2 N r2 O A_OOM Z Al2D zrW mrp2D N 2 3 N� D D� 0 ymM mr20%2E1 T m mm 0 O20Z > f0�1�0n �2 �1m0-� D �� M_ m `nWK T1 �N y D N 0 m1 N -D (0 mV \ rn �o � ID z f N T z O K� 'I D `I u) yr ;' r Z D2 Om 0w m 112 m W{cow nm r 0 20 MO mm0 N -_1-0 OmW rN�2p p -1 ., -m OK i �2D -D M �(•mA SNA 1 m AD MS 0-A r D1� r x� F2oM m p1 Am 2�(pil W �* m W D m 0o O1 1I PcOM I+ \\ z___ Z I 1 1 O ! .t O ( FLAT RAIL MID -RAIL STIFFNER IIFFNER MAY BE INSIDE OR OUTSIDE OF SUPPORT. 1 1 10 1 1 1 1 1 1 O BARRICADES SHALL NOT BE USED AS A SIGN SUPPORT. 0 ,- 1-011 om D� u1M01 M OO ov�oONm o 7M O= A0D cvZ rD2 D1v(nc O O D1 Z 11 v wO r<^SuDi Vl�pZm 0 D OZ �m 3�0 2M 00 w_..0.... O D O p A D � o AAZI DAZNM Z m Vl r ZO VICE D Dm MC r�ZAm D r �p p2 0 m rTMi Zp�WmODn= 10 MZ =m mZ0 1-nC) oro 02 2 M _ 1 2DA.W 2m2 _ _ 1 1 NEL DETAIL T TYPE BARRICAE 8' MAX. pO0 `L1�DDOKN Do pm =(^rml r^ov2iZp (Mi1 Am 0* z0>*qm 0 m1 Ay.Ni ODDm 0 00 p{ �Am 30 DD A AmmmA1 0 0>00(�m� om 1rM 1 zor Z7o mMNDN1I0 c X10 M2 X01 z0 MO (nD O=m2W m �m 00 2�� A� f�mcp�0 N �1 �� m2M c �m A AmM D ow zm� o �� v0�� J 0 1 A ACS0)A 2 O OMS v! 1�1pZ mo�Zp N zm �N =21 cN z AO z D zv mprTN ON-m_AW3 01D omD mur-i D 3m�Dc DA O„Wj A�1 v1 _ p0 02v0 Ca 0 2 z k „ 20" 20 20' NOMW 12�N2 1-0,1 1-y p0 O A O r 2^ o (n z qo M� > • pc o(010 rn x �v mmm= 0 m> zOnoA 1 Al D 0 1 1 ,1 48" zmry p2N- -0 0 WM0 2� 2c�rWT M =N n�cmi2 Amr)r�zr > MZ WM n f11 mZ�p oOI'*1vlZ�mp M =D my m10 N �� 001,<Im =GMZ3�MM 0 N pv OZ`L O OW Am�3mm= r 1 �1 �O� 0zm A DzmpmOOM A M 01 mMo v A ADZN N 2 �_ 00 Z C m rZ�2p201 m=m N��M0 omm M0ADDrrr1 z I000(0 D *`zi> A DD<r 0 <<mr 3 m 1A1 y m Nm(n ZNrO= U) 3 zm AV)M m =A REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION ICITY PROJECT i E12137 SHEET 30 of 49 RECORD DRAWING N0. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) 16t IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. / .*t CARLOS A. MAR1INEZ1 • 97327 10.22.2015 CONSULTANT'S SHEET 30 PROJECT NO. 13034 TRAFFIC CONTROL DETAILS & GENERAL NOTES (3 of 4) .. CITY of CORPUS CHRISTI TEXAS Department of Capital Programs m -0 3mc>< >M00Z 2 n C m -1 I- 0 0 0 M X 0 m N m 1-71 m < 1mm T m -1m P1 ml r^zm 0 o) O 1 *mD -<om <m DWm MI - XM m 00 cri vm) co o h. R. 0 00 co co co co �o 0co00 nCO (03ZI801031d38) 0 W Na C_ O mD-1D 2mD mm mr m*Nr< >m Ln N Nm mopp ZD m0 DD PIP n �� NOO Mc D0 <m 0 0 0z m COm OK Cul mc x • o r m> m N 0 ()Flo 3N z Pn �D <<W m. �rr mm 4m cN 5m c m -rim m0 mc -� 0z _� z0 *m �N 2 =1 -<my MM r Wm W5 CX O� yr ..1..<070= 0 ymi o • > 0 O aVd N38818 lun8 D N 0 PAVEMENT MARKERS PROVIDED ON A PROJECT SHALL BE OF Z D 0(/) 30 m q D 2 f<*1 2 K mm mZ 0 23 c A W (J) 3 m 0 0 z -D D 9m O K piN N Z I _1 0 N 05 o D O N O N D r mD m N 0 C 0 M m > D 0 N O O v 0 O O 0 a3sn S I3>ibVW OM 1--0 O mA m r1 mx m aro OM CI al m mm m N < m 0 0 0> N D m -< NDS xr^ 0_1 • W C N 0 s>i vii aino m mD O m D� D<0 W Z -1mD 0 X W Ir N mm= m Z -1mP CA C ON D 0 0 m-<0 K > m C mm Am -A- 32 OM M DO Z m N m t >2 z0 ON mc C N N -1> mm >-< O 2 N v O f M31A 1NONd O m TEMPORARY FLEXIBLE—REFLECTIVE ROADWAY MARKER TABS QD V m (]I W N REMOVAL OF RAISED PAVEMENT MARKERS SHALL BE AS DIRECTED BY THE ENGINEER. OVER—PAINTING OF THE MARKINGS SHALL NOT BE PERMITTED. 0m ;TN -1-1 -12 0 :OD -1 03 0 Z_ 0o mm ? of<rl CO m 1O< O -,� _io Nco Om m_.. --m m0 W �Zm7mm r Z m N 0 .ZDI� 00 �0 1 N f<<1 m�� ZO DD mmm 0 o -i E mrn m �r0 my, 0> m>x 0 xz Zr OOZ <m n <0N z m N mm I,<1 m- _ =0 -1m-1 m m<< m Zalr ZD m—D Z> z 71 r z 0 Z� N Dm r m OOD O DO �m N O -1m 0 m2 3m 00 f*1Z MM Z rao 00 _ o CM O =< MO F m0 00 0C 000 rm 2 0 D z 0 m o � -1 2 m z 0 -0 > 0 pm C OMm "' -< mm mc0i ,o, A, mm r 0m DZy m D 2 m 00)) Z O mOm 0 N r :(1 O T3 O x C m M O 0 0 D n 3Z ON m D m -1 O m m O �m-0 2 OO 0) O O TS m v I'rmIr�1 < rN x DD co N N jm m N 00 ‹m m 0.Mo O -71 0 O r 3N -iF m0 0 m O 0O O m Im m 1-y mD C V) r0 C Z �N r 00 N 0 0 M o Z2 m Z x M MM O N C� 1 m M 2 Z '1 .Z1 0 P1 m 0 0 _ m n ar ci mm <- z O N m<q 0 o m = z O Om o m O, m D ❑1 mD MN AD REMOVAL OF PAVEMENT MARKINGS W 2D I'r1 OC2 2x mm Dmm mm vz P2 0 ooy 00 mN -izx mz mwm D Nm r Or -xw 30 SV 030V1d38 38 TTVHS A8 0321I1103N 1V x m 833NION3 *o mm Mq RESPONSIBLE FOR MAINTAINING WORK ZONE PAVEMENT MARKINGS WITHIN )NOM ONINIVINIVW 0 m SONI)NVW 1N3W3AVd N Om Z, Z Z 00 WDD z OMO W> >0)0 Z Ozm m> m=3 mr-1 m m O > 0)P1 x mz 2mo 00)) m mvm r*1 DOz (TDO 0T.Z N 2 -m> mmm Km m10 0m m 0 O -1mo N-< m 0m 00 zm mm 20 m0 D� N m Eom CO Z 0 -711- 0 m.?3 -1m '1m oz N O 0D Z Z my 0 O u) N 1N C= D 0r • O CO Z O00P1 *20 -00 OZD ZD0 -10 000) .o> D mzr m0 5mm m z -m m=um) N 2 co 0 OPm m>W A m *v ,w r^ v m D mD mm 00-1 mD Z D z =10 mZ* 00)0 zz� N O N N0 Z mm 0 Dz ry 0 mm Ox (- oz z 0 Si) n z m Dm r1 0 Z D r WORK ZONE PAVEMENT MARKINGS DX0OM-1-1-171 Z m O z- O x O v�rm �Im >> ONm03C_ -r1OZ'TWmm M ZA21-1zo0 OM 22mm m -1�-1 OD0Z3 2N -ox 10ODmr Z O m r m M M r p -, m 5 3 <pONm�Z 0 m W W p N r -1>DOWmmN ZOmUo;D T1 K czmxm w m O m- x 0 m 0) :O Zm mY/O D p1 O K=D m=W Z= -Igym > D 0) > xmx 0 m — in 0 SN3)8VW IN3113AVd G3SIVN w 0 m z 0 0 ❑ To 0 O 0 0 W 0 x m 3N11 3GIM 00 00 O 0 O 0 0 00 ❑ ❑ 00 m 00 CO 0 1 O 0 0 V 0 Z 0 1 0 >01Pl LIZ Z r Omm r 0 Z � m M01131 NO 31IHM -13 0 m j 0 00 1+1-0 2 0/7 D O > 0 O O 0 D 0 SNOIln8 A NO M 3du O 161 grq o o N h 0 F O 04 0 'O 0�1+ W 0 0 ❑ ❑ 0 0 0 0 0 0 -0 m �B 1 ❑ ❑ 0 0 0 0 0 0 ❑ ❑ 0 0 SN011n8 ) CleiVONVIS 0 A 0 SONI>' VW IN] NI AVd 0 Irl D_ F PREFABRICATED MARKINGS MAY BE SUBSTITUTED FOR REFLECTORIZED PAVEMENT MARKINGS. REFLECTORIZED PAVEMENT MARKINGS S213)INVR 1N3W3AVd a3SIVN f 11 4,4 „FT70 0 ❑ V ❑❑ 0 0 0 o 0 0 0 00 00 0 0 . 00 0❑ 0 0 0 O 0 0 V 0 °O ❑ V ❑❑ - 0 m 0 m m f o < o F m o 0o mw° 0 o col c 0 0 0 00 00 0 00 0 0 0 o 0 0 N 0 N 0 N 0 0 0 ❑❑ 0 ❑ 0 0 0 0 0 00 00 0 0 .o o❑ 0 0 0 0 0 0 00 0o O 0 0 0 0 0 0 0 v 0 00 R1 0 ❑o 0 1 O 00 0 0 00 o m )^o° =00 11 0 0 1 0 00 0 0 0 0 0 0 0 00 00 0 0 ❑0 0❑ 0 0 0 0 0 0 00 00 o 0 0 00 o ❑❑ ❑❑ 4❑4 NNnl U31 AVM—OMI Z Z m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION Lf L z L] if lO3ro2d A110 (r) 'ON ONIMVNO 021003d INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) TRAFFIC CONTROL DETAILS Bc GENERAL NOTES (4 of 4) CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 114 LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 KOf 1 'ON 103P021d if 133HS S,1NV1711SNO0 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- DATE: Sion of this standard to other formats or for incorrect results or damages resulting from its use. FILE: m n z `-_ o _ �- F y = - m n 0 nn D m D l – n `" -oog im F v, _ - Zo O �\ .. cr -. 0 n A 9 �O Z L nn - m D O p c 5 n ,-H CD C% Q Z � – (ID Dn A a .« CD N T ° ➢ c �/ CD CD N e: cp ro — , U) ` * CD to n �� fi n 1L 'p •4/ y ° o. a CD CD `C Q J JLL 9 .. n N Q y q v D o v m - m 7 9 v 2 `e ms ro - m n o m D 0 m ofI 1 o oDro n o ` -i1 a■ 0 - _ IOW LO J� _ I 0 c i - o 0 I D z N 0 fl -I I 2 s3w`n - - D c °n'3 o 'r n O -� ',,L,7 CD X D Al = 3 3 N= ,- n D I;�� D - x (3 _■IIS ' -- _ `2 3 - O!P!I No N10 3 P v_ IftE4to Q 3 3 Ws z o 3 ro�ei s D 5. r° nJ o CC Ci Q O N 1 m u co -I 0,0 z 0 - : Da w3^3\ n,,,m D �n CD 1*1 0 V r < > 10" SM RD SGN O O5922-0-202-> "-='L'..-..- 30 o - m o o 3 , U- 3 s A ,0--- o,, - _-. isCD 0 o 3 „, I3 a m Q _ (n ,+ o\ ® W c� l/ O O- N l u o n o _ o . n S- V 3 0 _• Q 0 O p 3 Q - 2 o¢ C 32 m ,.,.-2,-0° °i s 3m-"o�a23� n D acs '2' -'n , '/'m 11111 > � N °°� 322E22 28 D o n 8 5 c_ , ,--5,-,,,,,,, , i W Mt „ ��` _ Nono ro, =ao ° N = a _ F� n= x� 0 F = �,,, _ .,1„ a n p m A 0 '" -.wuan : Za • D D v Eli s a 3 rn - m 3 PP 00 -" n @ :--,PP:. G J 6, n ?o N' N t> D U7 Z neo s� n = . o - _ -Q n o f, -n --- _ 2?!- o,sU O mla; S 3SD o! '-_Sv=' c33noc-n m _ 3 Faz n F anFm - m 0=Fr.a .0 > T F0),-0_,o,-00-,-on,-,,P N- anm3 - - o.S�- 2,D m-3�0N p a -,. oSo , a.N_ FO 3'oFD o _v, -o m5 oA- a o=n-033,---pa2,3--0,1--- LoTI,i =2 = m o _ _ o_°ao am _o` Nm> -vm m�- VI o o . „ - 9-oowm-p,,- _iF a3m3omozµ5^2oUo,',30 0.3 o0,n_ .nQD>.-50,,,,,,,c. F„_,,,•A,K,3 s -" m - *a° m 3– 3 3 a 3 N 0 3 ,r-,- o- 3 a ” n o" 3 g. g. m 3 09 V",52,.._=4'§ -1r,,-(20,0. -z-,2_,,,.2' - 0 3 a a o. - __ o N a m - E, 3 a 0z `_' 0 0 . m om - rias Department of Transportation Traffic Operations Division SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS WEDGE & UNIVERSAL ANCHOR WITH THIN WALL TUBING POST SMD(TWT)-08 ©TXDOT July 2002 Drv: T%DOT ce: TXDoi low: T%Dor �cu: TXDOT -S 3 3 -- 3 3 o zo•3 `° = 3 m 3 F- - 3 g° " D , 0 '- - - -0 00 0 33n 33 a -000 2L -7,20' -'''E. -'n5- `� 1 0 ^. `=°F �35a �. _ m 0 N s_ O a "O n 3 ,n 3 a m On - - m 3? 3 0. A 3 £ 3 s F (fin = _ ~ ti �. .. n n n . ri7 - ¢m -.. >- i. mo- gyr 5 - o m mn -`° ��� n - -opo 7,' o m 0 4 3 3 0 0 F 0 0 3 = 3 0• 0 o o S _ _ os `m o 2 71 w o 3 0 0 3 2-2 _ �, f Si- 3 -- 59- 3 v,7 s CT a 0 o m 3 u, o o° 3 3 3 m _ _ - n- - 3 - - - £ =. a 5. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E12137 SHEET 32 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) eill IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. / .*t CARLOS A. MAR11NEZI 4 97327o 10.22.2015 CONSULTANT'S SHEET 32 PROJECT NO. 13034 STANDARD SIGN MOUNTING DETAILS CITY of CORPUS CHRISTI TEXAS Department of Capital Programs CENTERLINE AND LANE LINES FOUR ROADWAY WITH OR WITHOUT ' PAVEMENT EDGE 11, SHOULDER WD MAY VARY (TYP 4" YELLOW CENTERUNE K>K �I 30' 10' SHOULDER W1D MAY VARY q 73| Lmm _, 3 % / \ 7 2 / ƒ : Q ' •-:•-- . o PRM Ifervo E rOR OR 0- s R° j 2 P° ROSih, 32 pl IIdO'"\.o' I 1 L 118UM 1/2 M�0'7004 5 F'Ar � GA5Px M GR°553 PROOF) �f PIV'G' 1a�'5/1 P, 014 (el �,,,, I1po GA5 GPVPIPI 5G \ S�ER�b) GEAR VI S STREET SIGN BLADE ASSEMBLE DETAIL NOT TO SCALE 10" MIN. -12" MAX. 4" SOUD T T 4" SOUD ' T 3" MIN. -4" MAX. YELLOW UNE 3" MIN. -4" MAX. YELLOW UNE to 4. W / o 1 k� C/) s \ 0f 2 �Mxv ® mmw » 0Pi# 2 m = U) §k = th . INTERSECTION 3. MATERIAL USED AS POST WITH THIS SYSTEM SHALL CONFORM TO THE FOLLOWING SPECIFICATIONS: AHEAD 10 BWG TUBING (2.675" OUTSIDE DIAMETER) 0.134" NOMINAL WALL THICKNESS SEAMLESS OR ELECTRIC -RESISTANCE WELDED STEEL TUBING OR PIPE STEEL SHALL BE HSLAS GR 55 PER ASTM A1011 OR ASTM A1008 1 _4" OTHER STEELS MAY BE USED IF THEY MEET THE FOLLOWING: CONCRETE I 7.5 FT MAX 55,000 PSI MINIMUM YIELD STRENGTH BARRIER n 7.0 FT MIN * 70,000 PSI MINIMUM TENSILE STRENGTH "SS 20% MINIMUM ELONGATION IN 2" z 2 �\ u d $ ± < co > -10 2 c) 2 c) �q=o 2o=�� §a�mlj§mR k°` 2§%,§R§ }j/}, 11. i §e ! �g§c§§§ - -... °° k oo, Awc Eomm § § § /K92�,ko §,-- \ E )§lm�cm E \ } f�/i� 61!8-,T1 �k( Amo®t0 — P• koz --% KxkE o alt3Hw _ '! Q) , mmcomzoxxw 0,-0 Ks §§§ ■mV ®/ Aa �x , . �-ow 2 D n — S » 9 > PIPE DIAMETER 2" NOMINAL 2 1/2" NOMINAIf 3" NOMINAL )* :orT1 :Po fk! M7 E® & > o 0= ƒ o= 2 *, Z |; a BOLT frl, ER, \- SI APPROXIMAT SPECIFIC CLAMP 3" 3 OR 3 1/2" 3 1/2 OR 4" ��'1 Al _ ]§ ( )tu § co 73 gk / 9 0 / ®1 co LSIGN PANEL. GN BOLT E BOLT LENGTH UNIVERSAL CLAMP 3 OR 3 1/2" 3 1/2 OR 4" 4 1/2" - - f ) o § I\ P R_+ DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 33 of 49 RECORD DRAWING N0. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) IA [uAEngineering, Inc. _ _ NO. F-1386 i CARLOS A. MARTINEZ*. • 97327 Z. o 10.22.2015 CONSULTANT'S SHEET 33 PROJECT NO. 13034 STANDARD SIGN MOUNTING DETAILS, STANDARD PAVEMENT MARKING DETAILS (1 of 3) DT of CORPUS CHRISTI TEXAS Department of Capita! Programs i 1 ❑ o o 0 a N r— > V U V' U D z t° r= - rT� It- m a j i s m r— ^ 0 A ❑ 0 0 r Z _ o �❑ _ m cn m -1 D U) (1 n = Z > n Z m U) D m0 - $ 0 m (/) 0 v ❑ ❑ _ m m a > ❑ 0 0 ZI N 2 r – D D m > 0 D Z D D m _ D, .ie�e...e�e• iM ibeK ee .i.i�0.i.�♦J�ai�♦0eeve7eeei��ieii4 eeeee♦tie0 D0.M.. Fri 0 — > ZeOM m ❑ O1e r/e D Z A a w X � �, m o A / a 5— D > < z m - s. m .%1 Z O IV —1 1 0. K * R ❑ _Erl 0 r -1 01 ❑ - FR m - n , a g 0 n 1 0, > r m = m i al' 1- D Z m D U) m a 1 ,�'�eee11eee ♦e • 1 ♦ ♦ 1� ee e9e�el v D �. ❑ ❑ ❑ ❑ 0 r 1 CC G ❑ U) m _ _cn G-i P Zm 0 cri Oco N D mmm❑ cn aa Om 0 ee♦c; ��/1m °° ❑y D❑ s v m F. m 0 LLLJJJ N (� u IC 0 C 0 m\ 41❑ 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 34 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) ,,,m, ._ _ IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1388 i*. , .*Y i CARLOS A. MARTINEZ*. • 97327 1. 10.22.2015 CONSULTANT'S SHEET 34 PROJECT NO. 13034 STANDARD PAVEMENT MARKING DETAILS (2 Of 3) ........ CITY of CORPUS CHRISTI TEXAS rams Department of Capital Pro P P 9 W N 00 D zcmx D D _L 0-1 m N z w,- 3./.1 -- D r Z AX 2 fr*lr m00 II Dm mZ�K0 MX Z1MV1V1V W*MNMWM1.2 mmDO �� (now.* =m,0 Amo D 23 Z . W. .0mm xO==Zoz,mN=Ommcn z�o,n0i O O D m z W 3 t, m c 0 ,0„ O -..O 0,,0 SCO-IT�D ITI0mr 0 O z c- m0 r A20Dm Or�Omm�gp frl Z y0 A ,7,1 {00 23(n r NmrN ,.$, m�A 23 O O MM D 3(A pf*IO�D '��Z 2 -Im zWcmilm zr0i* m •1nOlr 3 z <C > 001,3 2m -z 0 ❑ D 0z D f� ❑ c ❑ IID rrA� T. pZ >Zo fm Omx 8 r -T x 1n o 20 X210 fn _ - n m �, m D ... c 0 1�T O r No O m _ A ES: MARKINGS SHOULD BE USED, C. GUIDE IF MESSAGE CONSISTS OF MORE US XXX ILD BE PLACED WITH FIRST WORD ROUTE XXX STATE XXX OTHER WORM STANDARD SIZE FOR NORMAL NECESSARY L BE REDUCED APPROXIMATELY :ED URBAN CONDITIONS; LARGER 5. UNCONTROLLED USE -0R FREEWAYS, ABOVE AVERAGE IN DRIVER CONFU IER CRITICAL LOCATIONS. SHOULD BE NO MOF 6. THE WORD "STOP" BETWEEN MARKINGS SHOULD BE UNLESS ACCOMPAN E HEIGHT OF THE MARKINGS, ON THE WORD "STOP SHOULD NOT EXCEED TEN TIMES PAVEMENT IN ADW JNDITION. VEHICLE IS REQUIRE APPROPRIATE FOR USE WHEN THANMENT MAN ONE LANEN rOLLOWING: THAIN THE EXCEPTION. F, CROSSING PAVEMEN "TEXAS MANUAL ON DNLY 8. SPACING BETWEEN INCHES. THE WIDTH THE WIDTH OF THE 9. LANE -USE ARROW EITHER GUIDANCE 0 TO CONVEY A ACCOMPANIED BY MARKING WORD "ON 10. PAVEMENT MARKING TANDARD) ELSEWHERE IN THE G 0 % (8A -^,2.z r. 0 0g ❑ .: z W m. -<Z -0 v — r 2 IOr ❑ ❑ Z. / \� \ ❑ A >Z N Z . N El z ti v Z I D -< 0 Ulm N m.o�m0 rxOho, ❑ Z 1 � M g O �II\�/I/L/�\J\III/�/ " `" P1 0 D D Nm o 00 / / \ N 0 = O Z 0, m zr �f*1 mZ 90:3 0 //. 03 o, oz Pi —I D P1 , 4 on 3.o- I m Z) ❑ Al43 ❑ A nM' ❑ 0 N A� =9 ❑ -0,7 B i o a m m 3D mm o D f; N a � mm y J M-1 XE ❑ V ❑ ❑ v(� ■■■■■■■■■■■■■■■ ■ _,■■■■■■■■■■■■■ • "91•••••••••••❑. • ,I■■■■■■■■■■ ■■■■■■■•ihn. `•■■■■■■■■■ ■■■■■■■■■■, 1■■■■■■■■■ /^\ 01 ■■■■■■■■■■■, .■■■■■■■■ ■■■■■■■■■■■■ ,■■■■■■■■ ■■■■■■■■■■■■i I■■■■■■■■ ■■■■■■■■■■■■■ ■■■■■■■■ ■■■■■■■■■■■■■ ■■■■■■■■ ❑ > N m ❑ -15 N>a' • ■■■■■■■■N■■■■ ■■■•PSI■ ■■■■■■\ 'mot. PIs- D .. ■■■■■■■hi I■■■ I■■ .. * -I .. ■■■■■■■■.6. iM■■■ .■■■■ -■■■■■■■■■■ I" YELLOW BRI ■■■■■■■■■■ I • ■■■■■■■■■■■■ I■■■■■ ■■■■■■■■■■■■■=iI■■■■■■■ n■■■■■■■ ■■■■■■■■■■■■■■■■■■■■■■■■■■fi ❑ 01=1 m_I••••••••••••••=16. Z o N_ 8.0' (+.$) X 0 0 m Z M Z = * * 4. m- o N D O m + 0 NO W C -P NMm ❑ -< mN 0 0 c ,- z o * i❑ 0 8.0' (+.5') Os i D Z D xmc7Dirn1n m f m -1f P1 —1 -00vD N o o Z Z W„10ul D A1110 cn - Z.< D-- I r Z I .. --- D2-Im=izm 3 0 0xiv� NN 5co m(DA m* mv U ------- 71023 MMMz to 0 23 ,- 1 r ❑J�1N0 ❑ --- D D 2: r� co a Z Z ❑ N r _ 0 in FA 1 f - m o >' y ❑ 0 o ` P I cj O am WI LA ---- ---- / ====11==1=1=1=1==i- ���� L9n / / ----- `v—f -1 A O -- �=== W 0O it Q -< z O r D — mmx>m 411111M==•• Mlin z{IZz REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT J/ E12137 SHEET 35 of 49 RECORD DRAWING N0. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) _ _ ._ _ IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. / .*t i CARLOS A. MAR11NEZI • 97327 Z. I 10.22.2015 CONSULTANT'S SHEET 35 PROJECT NO. 13034 STANDARD PAVEMENT MARKING DETAILS (3 of 3) _____. CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 0 0 0 0 "D" '1 N 4, D MULTIPLE 1 �� 3" MIN. D o_ "D' r r 0_._T,?‹ 3" MIN v REQUIRED) 1' _. __,_4__r__, I PIPE I.D. I r m m z I I• z Z ( ..,_ r EQUAL SPACING AT 24" b I I_ UNIT LENGTH VARIES D... I r !coo z %\ z • \, r z m I o n� ► Z • I J �� m r rm (DRI , z °o 0 5., Z Al z K m MIN. z < 5"MIN. ER o z < * 0 • NA N - v fTl J d- �o 0 my . -• -12 ^ ‘13 C•, -� �m mm 0 v.21 D X ARE BOTTOM OP 1CROSS SEC - e ice' / v< m p� c c °/ �O 1 1 • m z m I°// 1 c z e�� :. 1 z °; • z 11 ‘111111) xi 5" MIN. OF 5" • 0" TO 6" . PIPE I.D. ZZ0 1 5"MIN. fills c.4 , -ii• m m " z 71 c-) od I m o 1/3 PIPE DIA. �� c„, , o n _,, Z m Z7 ► .e` i � D o v PROJECTION E m m E AI -T3 z z D 0 in v m z z -1 CO 1 ,'/ °o ,� / \ A�) \i a'. z C-) _ 1 m c m z m oz ° e I I m m _ 1 m I , o a •�Z o �� �� Cu�� D P D • .a � --- o, co ° • r . . o D r 1 e *r z f�Tl fTl 5" m m z-17 6" i r� T,D, , *t m O TJO mm mm N Z , rTO D 3 m O r m = W m DD*3 =0 1 ,Zml< A D N D m 1/3 PIPE - ; m =� 0ii ND D? Dlq, 00 73 MIN MIN o 0 5" 6" m o o frl PROJECTION Em mm m Oo J Ot - W N Z P1 Nm m mm a' W 0 u, 0 O 0 0 MIN 0 MIN O om mm mm D r -'o , v v m 73 Z Z P1 -1r W Or a' .G)D m-. -0m,, A1D W > 1K O^in mi =mm D Dm- P1 AD 1m-< C)= err 0 Of+T Z =0Z mm mm �3m Com= �m ()0 V)00 30 0-1 -1 N 00 2OINm 1-m 02 0 r 1- 0mm n. m o :. P cin - -M o6 m nDN Ci.) �n i� m�1 Z 01D Z1 1c mmA XMM ZO DZ mD L� m ONm 3Z rmZ 010 Mo �3 Z1 Ny0 �'� .Z11 zr Z I z 1m cm Oc ;c f�1-< m Wc) �j m op- cn �� AO �"y mm TI 1 =00 ow 2 m m>z 0m rnm Xm mm f m I -01-0m 3D om -u I mmNZ cm 231 > m xm W 01 O Vl m�W I 0 M� 0 *O m 1 m m D z m. ON 1 r - mm _y �y D O rn me Z O W 1 4 n? A w \ 0. w n> \ N N \ a = �m mmo O D O D mm xz m, con rw 1 0,Om OO fmn 2 10 m�Z �� m�A mmo An mm -41 mr Zm1�1 yyZ ADZnN Om Nm O C)Vl 2RA C0.1r w m „Tlm ink I n N O O V10 m�cn<m m =< (n �o� z0 Wm �� mWAyv WW r00 00 rm ZW Cyy m.71� in N 2 \ N a w \ n� w ro \ Iv - w - N A Iv o \ N J 0. O m0 WO Gf�*I iDn MD Z nCr7 ZM MO M r MZ mw 0 m0 W N m AcI*7 ' m 1D0 NZ N Nin �O O O C�� inOZy m WW 0 O 10 mom mm 1 X2D 0mo o CZ A� mm �m D� ZZ n -R X N0 >om N PO Z *r C) O� C 0� mc)�z'� Om c m min r m1 mm mm Wy 0) rn m m rn m m K r�D me �1 �� Z' -L100 Zm i ,A o 1�0 N1 1m Nm ON in pm Zp C'-)pN TDI mz = m o m N1 MMM _ =m O 1T m -Im-0 Z OW m O m m 1 �Tzi uim�D pm Omr �A rm z1 3� mDDCDj2N AA Z Oc 03 C) m cn A.Z1XXD mm v pm cc��r N > co u m o_ m a o r� _Ozz y-c1c = 111 oz (Am xl) o mwzMM = vD m mil mm Nc wz Z m N 0 1-) �� m voA OM o �. "al o mom 00 Mp vomm 51�*1r Wm O 0 ZOr = m OmZ P1 NN `LO O8 m m0 210 DW 0O Z .Z1 - oD z ,- c) n 00 0 ZZ v z0v0> 0 m=omz 1m v < vcn r N �� m � Yes 0 0 0 0 0 SINGLE MULTIPLE PIPE PIPE PIPE RUNNERS REQUIRED O r0 cm 0 xm , z� =O fff,***777z DN�y ZDv m= cm cm O Z,DO Om u) *0 m0 Am x3z m> 0 NN 10W o frrl 0 N O m to 00 A N mm imo 1 Nm Z N y Z.< 1 '� N a mm m mx Ivo m1 1� m D 0 m-1 m TDI MI - in vDi mAo z� r H4 m v� 01 1m ''m omz0 1 � N D - Yes N Yes, for >2 pipes Yes, for >2 pipes Yes, for >2 pipes NN v. �' mzom N m om D m [.+ 3 0 m m 0> N 1 1) 2 D 1 0 0 m= `2 C M -< CA)ZO N o *t0 0 .'OA m MM W I�i'�1m* A or m 1z WTD m =1W _m s m� A, m 1A,1 0 1 m 0� > -1 v a -1 v 4% -1 v w -1 o LC) --0 0 w -i1 0 i.; -0 NOMINAL DIA. O.D. I.D. REQUIRED PIPE RUNNER SIZES m'� m .0 NQ N m0 m c.'ll (nD N Z�inN v Dm Z nm O OomD 2 �p ZO • f�T m 7Im-'M m 1m 1 Om mm 1 m r v m 3- in -0D �� Cz i) m0 1 Z O r f=rl .ZOI D� N �� m•rn m �n 0 '1 W- - O P11- �- O 0 D-1 Zm 0- ? w o o ? <n 0 0 ? cn 0 0 w w 0 0 w <n 0 0 w N 0. 0 w U 0 Om O m 3 :0 4v 0> 0 oo �1 ZA 1 OT.`t OSD Zm w m = mD m 0r m ?I2?I 1 * Z D D 11 o z min m m rmr0 x {Z (f) . m min mo D = 0 0, 0 m 1-11-1 m x (•n o 0 - 0 0 01 - 0 0 m - w 00, CO _ w w w - w m CO - w Si m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 36 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) JrA _ IA LJA Engineering, Inc. TOPE FIRM REG. NO. F-1386 S*. A i CARLOS A. MAR11NEZ� • 97327 Z. 10.22.2015 CONSULTANT'S SHEET 36 PROJECT NO. 13034 PRECAST SAFETY END TREATMENT - PARALLEL DRAINAGE .. CITY of CORPUS CHRISTI TEXAS Department of Capital Programs INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) bf0f1 'ON 133P0dd INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) CO CD bf0f1 'ON 133P0dd INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) bf0f1 'ON 133P0dd 0) (T - W N • Z O 1I OD mzmm -m0 2m Z ro or mxzxm xmo _1O rn zr "'gym N O rm in Orpl"v DA D mr..p *z> rE. i- *m ..2 Zl oc n0 m°m°pmm m,8 -o > �o O= p-NOG-< mmm zp 1 m m 11o .--.>. D - 0 x m 0 m o TERMINAL TERMINAL TERMINAL (n, �O f/)r> 'z 10D N r z DX1 Fmr mz z 1-1w> DDvm�p ox rwm O (n5 orr o 02 N O rxmo Ew m z z m — �i z 0 M Om 0 INTERNATIONAL DR. z= oc nf/> or r_ Xi N o f N m v uri m 4 V D 4TERMINAL COMMERCIAL LANES O D P1 _1 Z m A W mmOm{ D m `* m W� o IV D— 0 v—ImzMb {m m rn ruzi cm v O {PARKING AREA vY NY NY NY u NJ/ PARKING AREA u a ss ssPARKING AREA (/ipvDc� OD 02 CW�O�m x N 0m Nz pD 0mm-1 , Z Z < NW mm mZm�� AA p r� `� 4 frl Z 0 to M v pmt 7W Z 4O ON-12� mo o .—sr sr sr Sr -I D — o �- �U12mm >Z r 0 xpm�m r N M u is is u is is m m N (n -1 pm m m Oc{ >mm • m wz -1 m-1 vv mmmmo 0> m o 00 O_ > z v K 02 mmmmo N!'T mF. 1^z om �p m�vm2 �tii { E oz O -, P y 0 y v , is is is_z s Z > r W D'-' o O 0 Q / m M a -< l111 „ ��� 11,t m pDm�= oo m- c MO-gym m o m I p p otn m mm r 0 N m m co o 1 °N i zr r v z rmD� 23{ p wzmi -<_ -1 o z -lmom -1-1 m • o 0 V 0') 1 m/ o o A m -1 m 0 c o PARKING AREA 1 PARKING 0 R \ AREA PARKING PARKING 4F $F I AREA ¢//� / / r AREA $F d a PARKING AREA 0 PARKING AREA -? x m o v y� 1‘.. • S001 0 S I r sr O -< -1 A m O r m m v o0 o N 3 c o o 0 F o 0 m -1 -1 0 -1 m m Z Z r r p r^ - '� v r O O O m f = n z z ❑ �.„.� t -e 'r O H � 0 ❑z .•.\_\ It 1110§0Pm •2 Oy Op "20n -2' m O� 1 -1 "3"A /p2 min= E `O r r� No* mm O O D Z N O N D n D D 1 ¥ O, O/0 .-,, -53 / -0 0 NI v Z \v TERMINAL O 1 CONTRACTOR/OPERAT( PREPARATION AND IMI STORM WATER POL (SWPPP) IN AC REQUIREMENTS PRIOR SWPPP SHOULD INCLI THE TYPE AND LOCAT AddlikkACURBINLET �� •11'� '4i' INTER S n.loNnL ox. ,���, 4 OI 4101, 0 0 xIM 4110 N V1 2 cr m �_ o� oz 0m m I� 0c% �zz a 1 1 O x Or C CO0N30 fTl mo p0� Wirr zm v� mzv C7 2 CD �mz !' 1® >C95- '� to 0 v� gmoo OHO Zmz G1A550-UR- I- m \\ Z o rl D -D A O n m o� O m1�xoD 3 p x z N m -ov• m z co n c v �zxm>mmo DII „i o r- � Ao z m m i / f - - -f 0 °O D D O\ > 3D rmmozom O m � ra 1 r px —1 CO '0m D oro omBU$$CMRBD NORTHBOUND) O -1 r Z 0v 0 , ,. —� . _ _N 4.. O MATCHLINE 0 ov z DI Z 0 F p 4/ '?Rwo) °(ncN — -— -— —--LJL N SEE SHEET sn ao N s 48 uuu REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 47 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) ._ _ IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 ..' *t i CARLOS A. MAR11NEZI 4 97327 1. 10.22.2015 CONSULTANT'S SHEET 47 PROJECT NO. 13034 EROSION AND SEDIMENTATION CONTROL PLAN (1 OF 2) _____. CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 0) " N • • Z m `'i WI m MATCHLINE__ 0O-< -nm OD 1U)D-1� -Iv0 Zm Z or m2zim mzo u)O ry zr ZDOmM m Z _1A _ 0o -im P1 >o cnmA 1- > zc cooou, mc00-0 m�9 Sx) > C7 1 CD -12 OO gZNOG� �y'xi ZO r 2 ZZ X1N-1r0 WO cn m mm 00 vDo D vx= �o o W4 AwI- Mz 00 WIo1- II N Dm mZ DOM -I SKr II z N .' •'a 2 -< o m �•� •• /•1S 11 ee (n -I m N m T3 M -1 0 � Z SEE - '� v I N 0 r o c -I m m Z 0 r /__� SHEET 47 (7 —• - ` _ ___ SSS „i \ /II _ --- T ((( {1( _. 0 0 o 0 or tn Z m o v m no 0 o -n m -o -0xi GLASSON DRIVE I� II n- II GLASSON DRIVE mZ z WZ�Oj(n zr -11 N r ZN M OmN `m -1r z_ O -I 0 -1D OC Om �O O N N '2 m C O D r Z) D ODD O Mm 33m z -<0N -II yr m Z - D- 0 mp-ImZM {m m N Z -1 r Z cm o m o A -1 oy �Z O�O�f*) 2 N Z G -0 O Z x o o m m O n Z z �_,-����, -___-- -- I I or OD Nm�r'TD NO z 0 r) - j mm z < NO 23v xZm�� OAA 0 CO - ��o11 �0 Z rn - - Z 2 mM -1rml? -1 v N 0 O OtNn=rzjm DZ O O 0 D -1 oz m mmm r N � m �� DOm••m mZ o O m> m Ov mw --o OD m O W 0x TiMm=m Zm D M t 0m m o -1-1 v_1 0 m r 0 E F 0 - m OMz m� 0 4 E m m p D m o= v m n _0tnVm mm o Z E E E E Oc mo --cm -cn E E Dm m -1- 0 0 ` E E m ZgC_` - W J N O r m E 6 E E E E E E E o D cn N cn >02 r F E E E E 4 E E E / / Xp -000 DCmj� ZM SI 'N z m > o z m I L (n -1 O -< -n -7m01 oo m? i%iEi,iii�li— E IE O D O D 6/10- z 0 m 0 ,_,),E. E °° E e:E E E E E E I 1 I 1 I I +-- ± - E E - E L DR. (NORTHBOUN[ L DR. (SOUTHBOUN[ m E E- E E E E E 1 O E 4 �� 4 CONTRACTOR/OPERATOR IS RESPON PREPARATION AND IMPLEMENTATION OF STORM WATER POLLUTION PREVEN" (SWPPP) IN ACCORDANCE WI" REQUIREMENTS PRIOR TO COMMENCING ' SWPPP SHOULD INCLUDE THIS SHEET THE TYPE AND LOCATION OF PROPOSED (./) E E E 4 E E 4 —I E E E E E E A cVn E SEW E F E F Z I— E EmNE E E F zFri -I 4 mem E 0 J 4 4r - F 0 o II I I C SCALE: 1" = 150' TMMPORARY STAGING AND SPOILS STORAGE, AREA. z1 om 2N5 z 11 I T �11P INDUSTRIAL CENTRE BLVD. n N - Z > Z m .�„' W"t O l0) m z 00Ei m o u)> O-1 v n - 71 c, z v mP mzw oc m-1 w J O D v 0 _ «�: Em = �Tm / oI Z om m� APS AC -o0 C7m Y 300 ZD03 — t0 N ••••,1®• OM v7c =m (nm ,,n �� A� Tl \ A ��� Z-1 m ozom zmm>mo m mcD zc)m c � Om om E m f- m <411 1 INTERNATIO O m -1D z M m �v D < QImill 1 1 1y)) oZ * 4ur cc r= 0 Om D ( v u) 0oz ?)Z Z ,1 is( D o z u) O 61106110V) TERMINAL HBOUND) 0 '_ Z 7D n f __ INTEFNA.... Cog ( oa ' OR q a � � u N Z oz 23> OE O m0 oc co o z o i n m rm �° �� ® m1n c� r- ZD m oo� mx v 1n� VI NM m 0 m N c c P1 0n Fi r D r^-< D07 = N = ♦„ N lr p 0m —I O0 or 0/per n0 I -m v0 C c 02 mo / SH 44 (ACCESS ROAD) fl o� m� A m 77 zF 0 77,,,,, 4 SSON R.i. I, m -1 v, C _`� Z -rl 0 0 Z Z SH 44 (ACNES ROAD) -r. �� = A K D z r,_ m -0M cn n m 20 to o m A? m C7 �z m CO G zZ _m xo -v m m fa 1, oA's m r^D 0 rn .ten v m m z i p m \ SLI -114 (ACNES ROAD] BUSNE$S CEN(RE BLVD. Fri 0 O0 N0 ■ / .1104,1 tD 1 oo > 10� vZ w 0 I " m m D N SH 44 (ACCESS ROAD) I1 • Oo 0-1 C C «(nGNEs v r �sN RonG) Z TEXAS MEXICAN RAILROAD o m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 48 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) NI VL IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. , .*t i CARLOS A. MAR11NEZI 4 97327 1. 10.22.2015 CONSULTANT'S SHEET 48 PROJECT NO. 13034 EROSION AND SEDIMENTATION CONTROL PLAN (2 OF 2) CITY of CORPUS CHRISTI TEXAS Department of Capital Programs N P c0 CO J 0 01- (.1 N .m *D 0U)AWZD 001 OmmD %1:101 M1 Z11 >-I Z K1D 0m MU) -I 0101 rr <>UOpr M-2 mmmr MOM MI �x Z > mi T211� ��m z0 rn <Dv)OS m -m MZr 0zm AM m OM �0 pm Dr�lzp2 ADO >- ,25,1 0 000 mn C) 00 00 D Cpm Az -IK �mnp TCI* Q03›?;) (-I or -0 (r/)ppm 0rz m0 1Z WZ r mZ� mp O O ��Np _m DDZ'l2W ro> 0 m ZSD -DIA 2D pD r>m full v 00> OZO D m)Z(7 Z1m O -Ag D O (7 0› m O 2((!1 vm=rAv 012,0 ; 404 <1 f*GI� n1 A l 1 Z) D co Z� 01 c W D m r 0o J m CO W N V) m Dm D1 M m m x M1 00 0M f �Z m� mm D z -A 1Z:0 -<A Oy -1n mp�1 O5mz �zA m p� M� r 0 ,Zm) Z 1-9 Ol+l IpW-orT�l �fTZ12 WfT1'0,� my�D ZS ZS D ANO vz ON= m', DT.p >mnz2p r D mv-i�lx*1 or- 2 yr �r m -Imo�D z D Om �p mp0 r �Or .ZC],Z-Olr zmr r �r v Op\ 1p mor ZEA Z X (7 4L AREA OF RIGHT—OF—WAY: APPROX. 3.36 ACRES 4L AREA OF SITE EXPECTED TO BE DISTURBED BY C IVITIES: APPROX. 6.40 ACRES MATE OF RUNOFF COEFFICIENT OF THE SITE AFTER C IVITIES ARE COMPLETED: C = 0.71. TING SOIL IS TYPICALLY FAT CLAY & FAT/LEAN CLAY ;HARGE FROM THE SITE WILL BE FILTERED. EROSION & SEDIMENTATION CONTROL PLAN ON SHEE1 ER BODY RECEIVING STORM WATER RUNOFF IS OSO CF • CONTRACTOR/OPERATOR IS RESPONSIBLE FOR PREPARATION AND IMPLEMENTATION OF A SPECIFIC STORM WATER POLLUTION PREVENTION PLAN (SWPPP) IN ACCORDANCE WITH TCEQ REQUIREMENTS PRIOR TO COMMENCING WORK. THE SWPPP SHOULD INCLUDE THIS SHEET TO DEFINE THE TYPE AND LOCATION OF PROPOSED BMP'S. 22 U)zoo > r ZO- >zz 00 Z(7 < ,�0 mm �Z -1m0 MM �!m30 r 1Z <� p CO 00 m DOM Z00 ZZ r ZmO M= o(nm CO TZ z O OZO �p m- >MW (0-1��{cWW Wm1 m0W Mc)� m M� 2 mn� cmim Div pD- rW G�IOm mm o11' mmI+lo 0T, m 1, oc 1 1Wz cm vzm ADW 0 DOIT1j D ,0A D mph CTI rm mImzo0>m 'x11Tp1 C)Dm Fl m >5 �SrmOm�1 Dpi Z1/)0 v1M A OU) mW p X00 Zm r(1 -i, SCA > OM AmOx-0 vDp > p U) i- p mD 4Ul D P1 30 flp m2m r�2 �v MM 3030 »0 �vZ -i K0-0 ��� DN �� r NOZ p DU11� Kp-1m SA ZWMTMZ CVD mm1 pC� O 00 V)D W pp%O m mm� Zp,ZDI O� OSOU10n FDr ODOZ OWo -D 00 mm m O,O mm- ZZZ rnA V)(D/!v 1C) �pm rZ -000 Z7 Z ^lam K 0 Z) 1 Z vZ �pCO mx ,ow 0• Z Z KZ m 3Dm 5 OW D E m 0Zx - Dm��W� r > '11 =1D DDN r �Z�1 -pC 'i Z m00 Z mz 000 co MM f�Tlpm �mOZ N0 OZ' U) -C m Zp MA Op f* p 0,, Z)DD U)Z mm�mDm �2A Cm7 CO =WE 0 00 50 C 1 Z30 2 (7C1 {?p mv� A� 1m� 1A v1 T) Z .-.-1 W D1D r m-im mOm D r�D� 1 1IT7 MD Xm Zm m ZDr 0D m fT1DN'Op2 O-1 2r<.Ip m1 p (nZ �p v vZ m Zp -IDZ7 "0 DO mmZ z (nm mlim 1M ZM m1 m1m zpZ z� o> O Nr; m 12�1mm Dpm mz33 0 m �O G70 0z 2 Zoz 15 �Nv 1AO0� opt -1Dv mm 0 �p _vm m pp Z-) p m* m -0r p z 0 D v p z m 1 v 3 OCD A D O Z n mmDT1 T`1 G�� x zCC 00 �1 2D X_ D� p m TTI m 1- 0 Z) -I (7 m (n z m (n :0 tiP m Z Z n V C C Co 0 0 Z z Z >ozz� pp Ul m -OA 0 P10D 1r 01 �1V C 0Z ( vD p Z Z)1 2 >coor *1 rm r fr+l 3Ap �� 1f12_A > 0 3 o O Z C� - 10 r D0�(nP1 •mX Mo 1p p > x OpA 0 9P 0 Z �" mx- . 0) So v m 1 01 3 Z1 Z�Ip*t 0 D�aT-1 Z -im >0 :0 1 :0 m �0 m pD p n1 J 0Ozr> -1 QAC p- 0 r O 1 \W y -- 1DO o z o o*owo m� m{_� 0D1 m Op c mcmi n �_ m�- T3 m 21m�N D vm0 CO 0 > m >0 2z m MW 1P1-4 0KO m *MM 0� 00 3 2 p v 1 mZ * m= Dr1 1 1zrmD 1D CM CZ y 1p = Z0 rM m mcl�mm mr m02 �c o r >p >0 rZ- Op�Z71Z n rDD pm 2 D A p0 m 0 3DI= 0 cnmm05 1 z11 m m p z N D Zm 0 01 13 p ��0�� �= Zr3 i2 O Z m OA D (nzm F 503KO pZ P�O �� z 0 1 ZO 0 OZ vv) 0>MZO 2 pA r z .... 11 D mU)M CO m=1Z TI D1 CAD 1 A N .Zln D .�0 '01X C zom> MM U) .-0 WS 1 mo 1 1ZW(n-P rm m?( mm vi 0 M I-. r MZ0KUU)) 34 W N f W N 10 �V)01 K N OT* $g r (nM OD ;TrmO4uD mmom> v Z 1m TD- ODzp(n n ON Z)- mr> 0 Mvm x ,0 Z <m<� DPZ'OZZ �OO�z (z*1 m mr.) M CNOD 2mz0.. Z (n nN-1 Z 0 •• m x Z !n D Mm Z N - W N N- m30 3v vD ODMOMMIOU) K1 1Z ma0 ma „- mT m- m Dm 47ZZ KF mm(n -0MmN OrZm ZO m1 Z O< 0m �r0 mmOU) Ex•• r �1 _ C Nm Nr ) mZ a2� m<("zmc)�mm ;O O'er Ori ON 0R0 O2 �NM O Fm cm�xRm TAKIM 0mx c `G` Om a \ '� �A mnX Z r01N Z y N a Rl �A OO U)Dm U) m z2m zmZ2 Dmv 0 W z m0 ZmZ (n� r O A x { 11.m a ry* r5* m0 0 o r�c� D00 oD mm f /�//i�//l/. 0o z (I rOO Az z� m Aavm- OA D �m NmZm I i vm0� vED�Z cmi) D ma�0� �mAZ (n rui oZ - Zv D m Z > 0 m o A1x oz rs. Z 0>D m x r $Ji ° � �mr -i ,%/ _ I�1 Rz��m ozmOlz m 0 M 0 N -J -� n vZF vrn DjVNOA 0r rn ml) z C O zX I itO x1a M DZm mm D (1) = m 1a vD� x Oz W F v �D Cg30 D z0 mx cn Fy,. / I r �I 'I���I mM mm 2(mDif�O ANyZD z co Z I CIr-V AO D mm r (nmm mOD�zZm mmFn Dfj`*1 mr CD pp ,(VIII IWOLI p0 A m a O 1 0p� r. 0�Z F m- C01 m ODN;C1 mC 1mN CZ1 III III' m ' )I 31 oco(nm D?Co{ F Z A z m NV' Qp Z D m0 D cDim _ 3 =•'fl m WDA m 0- Rmz0mo>m� mZ ' / VIII 1. ZO IIIl om>om .Z1rOC `5 o m 5 Av mm 0r mm v R zm mtnmx o Cx c X05 m 0 Z m Som x (n z i N 1 cn m U)D OA0 NZmD zD x1�r o_�m r v 00 m O �''^ _ tea- " ac <m m zO D Z r ON f ILII " \ II II op.... - In , 11111 =, �z c)A (n O 0 �mz1F vAmAm o vN o y �m D(nmo m� o �1 x mm xCD1m cmOD � 0< puf v)O� IYnzCF i Z0 OOOCZ L. 0Nm{N N �0 10oCD vDR N Z cm O �0z SFV) x O �O Mo m A 1mD /C^ l l Z I I I A s o Z (n f0 F <zz 10 -.. Ii; ; 1� Z Z G) m �N s m zc�a rzvOm(n�INmm r o m� { ozF Z m amAoo Om (nD �DDmp p Z v Am m mom m�zAmD m0r0g Orr N N ; O �'�m C<ZmfO/)my� .ZO1W mZ z NVm mz<DC' 0 .-Gy N 0 rm0 OZD Zmmco my 0 Em D N I fT1 —1 II cis 111 mE mz ac DE DN ) 0; Mc o 10 �, / mW mm NDN mA ow / n0 v0 '.. •• - m Zo m1O ? zM ow z z - 0o- v m0 SD m r O 2 rC V F o ZA 00 c�NOO O<m ZZ m mOODE Rmmym Nz 003DD Z A O .Z1 ID SfT0av1 m1 �m-m HU Z 10 0 ADD Za301 l7Zm'ZN (n �- ZC�CN mr•A�C m= N Z- 0 _no N * ASD V) -i > KmZ=m 0 *1 O .'OmD�0 mmoz0 (A m omz o �� om u! 0 >Z0 -4o oz0-Z w A *>FA (nrrIDNm m > Da V) o vZAO 2 m <FPaz m -co w > c(4) < 01�A In 0 .0ymO1 30mm a m1m�m �zA 0 mr M rTl-rnM30 >'] ZV m E oDMAm OoF D 1ao(< a m m 0(4OO-zl -Comm Z D Z 0 m 50 Z� > Om O y< D Z { �m c z_ 0 m D FmFA{O Or z0 m= ZONN UIN0Z OD �m O A Acicr m �� N D �CA0�2�rm 1r O- r co 10 ODmC m N0 zm 1 3 z 3DZF1zmmm '2 NM 0 00 r z mtn,N�Dm>H,F*1 m X10 0 c c2m 1mQZAp1 mo m m 0 �z c 1y Pg OU)r2r - 0> N �C O mm 2�f ZOON���W O O AZ Z nr mo2r�Zm>«-�n m �O c me me DCa)m c., A• Z g (n m� x1Pmx (n O 1 DD 1 R DO rO>m 3A N MZ I1 ON pN3030PF-1•S m 2D< O N 4�A Z x -c 0m ( J rn N A W N 1-Z ZO Np*1 0r mm Or T. ZmZ ZOrl 00 (7* 0 11 O� 1 bm 00m 0(4U) NC ZZ Om T� Cm fM mZ0 Mw Z Az mm .ZJ- 1 ND1 WO -CO mo Oz -00m o OD rm Z m m0 mD *- Nf-I* ;M O D x zr0 >0 mR D Om (nN �V) v m Ax O co m 0 m F(C /,, \4/� \+' 0 m O R� 0 DNR > w D m�1 30 NN o 0 *33 0 00 m Nz z 1 Z m s O > y^2 0 30 N A Dm D (A*10 y= .. .... m cmm 0z0 o ZR CRI11CAL ROOT ZONE RADIUS=1 FT PER INCH Om� A� AF mr _c o rZ SC ZO . m .Z)O 0 403....- .1411. v 10 rc D_(^ my -- m . ooh om m Dy >< mm om =m 1p�� zA fTl /1 .,, z i0 -�-� �m air;_-::::::_ m m.- II f� II VIm*I FN mo C Z0 mD mOm >p Dm ` i >z 'SI, . m °MO 011 mom v yv v r Om ti•\ �0 � / OD 3v 1 mm mE z>m yr MK 10 F z< mC MM (n u! O 1 .... X- AM AK (n mw Z v Om fZ 0 -0 Omr Z(1* -1 m Z m Dz 0hi O ��r 10 om o r m z U) O• A O n .Zl a� __- _ 1� rx o1 v Oz 00 mm m N Z Z .-.�--♦♦ z�+ NZ mr 0> A 00 � F Im+I C= M= Z 0 O Z ®® (Onm Ny < • D33> 171N 1m ZN A Oo Om m� r Am Dv m 30 z 14:.:!!11\71! �< >m m �D op m0 >0 ov mm v m= zm om mWM 10 O CN 0 D N vV my z mN m Z m� o� O \�\'y ZN 0�V z Z D D O O 3 m 0 0 Om Z D -- 0 C� Po Z m ® Jm (0 m 1 ZC Dt m8 v m,�.� m co co x mm Xom � f�*1D O v0 W= DD r N c Z) vm m MZ A r�= Zy r NA m= =N zA rn v v D? 1 '.p Im*1 .0 g (7,6- Z m (n (n 0 m r = o O > 1 m Um) 0 () m A 0 -m m Z 0 m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT i E12137 SHEET 49 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) 16t IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 i*. / .*t CARLOS A. MAR11NEZI • 97327 10.22.2015 CONSULTANT'S SHEET 49 PROJECT NO. 13034 STORM WATER BEST MANAGEMENT PRACTICES .. CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 00 91 01 ADDENDUM NUMBER 01 Project: International Drive Improvements Project Number: Owner: City of Corpus Christi E12137 City Engineer: Jeff Edmonds, P.E. City of Corpus Christi Designer: D. Scott Jones, P.E. LJA Engineering, Inc. Addendum No. 1 Specification Section: NA Issue Date: November 12, 2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure 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 described in this Addendum. to Approved by: • 1,` 1 A• '� �� I\ D. SCOTT JONES �.o. /I, 9;z:PA81986A0.: it`,'Z ONAI. E -G'/ -.. ' 111 .9 . , .. , i,1• .% .�% �v1/ 11/12/2015 Name Date! Addendum Items: - CONTRACT DOCUMENTS - DRAWINGS - CLARIFICATIONS ARTICLE 1 — BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. 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. 1.02 MODIFICATIONS TO THE CONTRACT DOCUMENTS A. SECTION 00 11 16 INVITATION TO BID: Addendum No. 01 00 9101 - 1 Corpus Christi Standards - Regular Projects REV 03-09-2015 DELETE - 1.02 "The Engineer's Opinion of Probable Cost for the Project is $1,116,365.00. The project is to be substantially complete and ready for operation within 180 calendar days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion." ADD - 1.02 "The Engineer's Opinion of Probable Cost for the Project is $1,177,199.00. The project is to be substantially complete and ready for operation within 180 calendar 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 — Items B14 and D6: DELETE: BID FORM in its entirety. ADD: BID FORM in its entirety (Attachment No. 1), in lieu thereof. CLARIFICATION NOTE: ITEMS B14 AND D6 ADDED TO INCLUDE UNANTICIPATED STREET IMPROVEMENT ALLOWANCE AND REMOVAL AND REPLACEMENT OF SIDEWALK AND CURB. ARTICLE 2 — DRAWINGS 2.01 DRAWINGS A. PLAN SHEET NO. 3 OF 49 — ESTIMATED QUANTITIES SUMMARY BASE BID DELETE: The existing PLAN SHEET in its entirety. ADD: The REVISED PLAN SHEET (Attachment No. 2), in lieu thereof. B. PLAN SHEET NO. 32 OF 49 — STANDARD SIGN MOUNTING DETAILS DELETE: The existing PLAN SHEET in its entirety. ADD: The REVISED PLAN SHEET (Attachment No. 3), in lieu thereof. ARTICLE 3 — CLARIFICATIONS For Clarifications listed below, the questions from the Contractors are shown first (UNBOLD) followed by the answers (BOLD). 3.01 CLARIFICATIONS A. Question: The HMAC overlay is quantified in square yards with the depth varying between 1.5" to 3." Can the HMAC be quantified in tons? Answer: The HMAC units of measure shall remain in square yards and the contractor's bid price shall cover all required HMAC. There is sufficient information in the plans for the contractor to estimate the required tonnage of HMAC within the plan quantity of 11,375 square yards. B. Question: What are the requirements of the Traffic Control Plan? Answer: The City's parameters for the Traffic Control Plan are as follows: Addendum No. 01 00 9101 - 2 Corpus Christi Standards - Regular Projects REV 03-09-2015 1. One lane must remain open on southbound to the airport and northbound from the airport at all times. 2. Access to all side roads must be open at all times. 3. Traffic Control Plans shall be designed for moving operations. 4. Complete road closures and detours are not allowed. 5. Means and methods are flexible as long as the above parameters are met. C. Question: Waterline Coordination? Answer: The City will be installing the waterlines according to the Contractor's anticipated schedule relative to that portion of the roadway repairs. The Contractor needs to be prepared to cover the excavations with the full depth pavement repair section and any temporary paving required prior to final overlay. D. Question: Which PG grade is to be used in used in the hot mix? Answer: PG 70-22 shall be used as specified in the contract documents based on the International Drive's classification as a collector road. E. Question: Does the contractor have to remove and replace the sidewalk that is removed for the City of Corpus utility installation? Answer: Yes, the contractor shall be responsible for removing and replacing the sidewalk. The quantity sheet and bid forms have been revised accordingly (Item D6). END OF ADDENDUM NO. 01 Addendum No. 01 00 91 01 - 3 Corpus Christi Standards - Regular Projects REV 03-09-2015 00 30 01 BID FORM EXHIBIT A Project Name: Project Number: Owner: Bidder: OAR: Designer: Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT A1 LS 1 $ $ A2 LS 1 $ $ A3 LS 1 $ $ A4 LS 1 $ $ A5 DAYS 3 $ $ $ B1 SY 11,375 $ $ B2 SY 3,143 $ $ B3 SY 314 $ $ B4 SY 47 $ $ B5 GAL 2,275 $ $ B6 SY 11,375 $ $ B7 LF 74 $ $ B8 LF 396 $ $ B9 LF 50 $ $ 00 30 01 BID FORM EXHIBIT A DESCRIPTION Base Bid Bonds and Mobilization, complete and in place per Lump Sum. Part A - General Basis of Bid International Drive Improvements [Bond 2012] City of Corpus Christi LJA Engineering, Inc. E12137 Tack Coat (0.20 Gallons/SY), complete and in place per Gallon. 1.5" to 3" Type 'D' HMAC Level‐Up, complete and in place per Square Yard. Reflective Pavement Markings TY.1 (W) (24") (SLD) (100 mil) Stop Bar, complete and in place per Linear Foot. Reflective Pavement Markings TY.1 (Y) (4") (BKN) (100 mil), complete and in place per Linear Foot. Reflective Pavement Markings TY.1 (Y) (4") (SLD) (100 mil), complete and in place per Linear Foot. Traffic Control, complete and in place per Lump Sum. Exploratory Excavation, complete and in place per Lump Sum. Storm Water Pollution Prevention Plan, complete and in place per Lump Sum. Part B - STREET IMPROVEMENTS Mill 1.5" Existing HMAC, complete and in place per Square Yard. Ozone Action Days, complete and in place per Day. SUBTOTAL PART A ‐ GENERAL (Items A1 thru A5) Full Depth Pavement Repair (Type A) (Subgrade Compaction up to Final Surface Course), complete and in place per Square Yard. Full Depth Pavement Repair (Type A) per Proof Rolling Operations (assume 10% of FDPR), complete and in place per Square Yard. Full Depth Pavement Repair (Type B) (Subgrade Compaction up to Final Surface Course), complete and in place per Square Yard. BID FORM EXHIBIT A International Drive Improvements (Bond 2012), Project No. E12137 Page 1 of 5 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION B10 LF 960 $ $ B11 EA 8 $ $ B12 EA 99 $ $ B13 EA 7 $ $ B14 LS 1 $ 50,000.00 $ 50,000.00 $ C1 SY 3,617 $ $ C2 LF 8,124 $ $ C3 EA 3 $ $ C4 LF 670 $ $ C5 EA 2 $ $ C6 SY 2,849 $ $ $ D1 EA 2 $ $ D2 LF 10 $ $ D3 LF 111 $ $ D4 SY 53 $ $ D5 LS 1 $ 5,000.00 $ 5,000.00 D6 SF 89 $ $ $ E1 LF 238 $ $ E2 EA 1 $ $ Part E ‐WASTEWATER IMROVEMENTS 18" Concrete S.E.T., complete and in place per Each. Hydroseed, complete and in place per Square Yard. SUBTOTAL PART C ‐ STORM WATER IMPROVEMENTS (C1 THRU C6) SUBTOTAL PART D ‐ WATER IMPROVEMENTS (D1 THRU D6) Remove and Replace Sidewalk and Curb, complete and in place per Square Foot. 10" SDR 26 PVC, complete and in place per Linear Foot. New 4' Diameter F/G Manhole (10' to 12'), complete and in place per Each. Grout Fill and Abandon‐In‐Place Existing 6" ACP Waterline, complete and in place per Linear Foot. Full Depth Pavement Repair (TYPE B) at Roadway Crossings, complete and in place per Square Yard. Part D ‐ WATER IMROVEMENTS Reflective Pavement Markings TY.1 (W) (4") (BKN) (100 mil), complete and in place per Linear Foot. Raised Reflective Pavement Markings (TYII‐A‐A) Yellow, complete and in place per Each. Raised Reflective Pavement Markings (TYI‐C) White, complete and in place per Each. Raised Reflective Pavement Markings (TYII‐B‐B) Blue, complete and in place per Each. Unanticipated Utility Allowance (MANDATORY), complete and in place per Lump Sum. Unanticipated Street Improvements Allowance (MANDATORY), complete and in place per Lump Sum. Part C - STORM WATER IMPROVEMENTS Ditch Grading, complete and in place per Linear Foot. SUBTOTAL PART B ‐ STREET IMPROVEMENTS (Items B1 thru B14) Street Excavation for Curb, complete and in place per Square Yard. Ribbon Curb (Incl. Limestone Base Beneath Curb to 1' B.O.C.), complete and in place per Linear Foot. Remove Driveway and Culvert, complete and in place per Each. Cut and Cap Existing 6" ACP Waterline, complete and in place per Each. Remove and Haul‐Off Existing 6" ACP Waterline, complete and in place per Linear Foot. BID FORM EXHIBIT A International Drive Improvements (Bond 2012), Project No. E12137 Page 2 of 4 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION E3 EA 1 $ $ E4 LF 238 $ $ E5 EA 1 $ $ E6 SY 13 $ $ $ F1 EA 2 $ $ F2 VF 48 $ $ F3 EA 1 $ $ F4 SF 498 $ $ F5 EA 2 $ $ F6 LS 1 $ $ F7 EA 1 $ $ F8 LF 1,000 $ $ F9 LF 250 $ $ F10 LF 250 $ $ F11 EA 1 $ $ $ G1 VF 48 $ $ G2 EA 1 $ $ G3 SF 168 $ $ G4 EA 4 $ $ G5 LS 1 $ $ G6 EA 1 $ $ Part G ‐ ALTERNATE NO. 1 ‐ OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES) Overhead Sign No. 5 Support, complete and in place per Each. Aluminum Sign Frame, complete and in place per Square Foot. Lighting Fixtures, complete and in place per Each. Exploratory (Find Existing Circuits), complete and in place per Lump Sum. 60 A Fused Disconnect Switch (316SS), complete and in place per Each. Demolish and Haul Off Existing Concrete Foundations (2' below Natural Ground), complete and in place per Each. 36" Drill Shaft Foundation (Incl. Concrete Cap), complete and in place per Vertical Foot. Relocate Existing Overhead Sign No. 1 Support, complete and in place per Each. 60 A Fused Disconnect Switch (316SS), complete and in place per Each. Install #10 THHN 600 V CU Conductor, complete and in place per Linear Foot. Install 1 1/4" PVC Conduit, complete and in place per Linear Foot. Trench Backfill, complete and in place per Linear Foot. Install Pull Boxes, complete and in place per Each. Replace Existing Aluminum Sign Legend Frames, complete and in place per Square Foot. Guidance Signs (Incl. Metal Pole and Screw‐In Foundation), complete and in place per Each. Exploratory (Find Existing Circuits), complete and in place per Lump Sum. 36" Drill Shaft Foundation (Incl. Concrete Cap), complete and in place per Vertical Foot. SUBTOTAL PART F ‐ OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) (F1 THRU F11) Alternate No. 1 SUBTOTAL PART E ‐ WASTEWATER IMPROVEMENTS (E1 THRU E6) Manhole Trench Safety, complete and in place per Each. Connect to Existing Manhole, complete and in place per Each. Full Depth Pavement Repair (TYPE B) at Roadway Crossings, complete and in place per Square Yard. Trench Safety, complete and in place per Linear Foot. Part F ‐ OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) BID FORM EXHIBIT A International Drive Improvements (Bond 2012), Project No. E12137 Page 3 of 5 00 30 01 BID FORM EXHIBIT A Item UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNTDESCRIPTION G7 EA 1 $ $ G8 LF 2,000 $ $ G9 LF 500 $ $ G10 LF 500 $ $ G11 EA 2 $ $ $ Install Pull Boxes, complete and in place per Each. Install 30 AMP 3 pole lighting contractor (316SS), complete and in place per Each. Install #10 THHN 600 V CU Conductor, complete and in place per Linear Foot. Install 1 1/4" PVC Conduit, complete and in place per Linear Foot. SUBTOTAL PART G ‐ ALTERNATE NO. 1 ‐ OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES) (G1 THRU G11) Trench Backfill, complete and in place per Linear Foot. BID FORM EXHIBIT A International Drive Improvements (Bond 2012), Project No. E12137 Page 4 of 5 00 30 01 BID FORM EXHIBIT A $ $ $ $ $ $ $ $ $ Contract Times 180 days 210 days SUBTOTAL PART C ‐ STORMWATER IMPROVEMENTS (Items C1 thru C6) BID SUMMARY SUBTOTAL PART A ‐ GENERAL (Items A1 thru A5) SUBTOTAL PART B ‐ STREET IMPROVEMENTS (Items B1 thru B14) Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in SUBTOTAL PART D ‐ WATER IMPROVEMENTS (Items D1 thru D6) SUBTOTAL PART E ‐ WASTEWATER IMPROVEMENTS (Items E1 thru E6) SUBTOTAL PART F ‐OVERHEAD SIGN IMPROVEMENTS (Items F1 thru F11) SUBTOTAL PART G ‐ ALTERNATE NO. 1 OVERHEAD SIGN IMPROVEMENTS (NORTHBOUND LANES)(Items G1 thru G11) TOTAL PROJECT ALTERNATE NO. 1 (PART G) TOTAL PROJECT BASE BID (PARTS A THRU F) BID FORM EXHIBIT A International Drive Improvements (Bond 2012), Project No. E12137 Page 5 of 5 RYE NYE: N:\cu OF a-7\13034 — m.m.mna Boulevard Ca e0 Set COS—E01520100 01.1wit0E5 SMWRi(Opme 11.11.151.c+q leoylon Thu. Nov 12 2015 0 1.02.30 001 X— U0*d 0 a1 o 01 0 - 0 W 0 N— 0 PART C - STORM WATER IMPROVEMENTS co - m W a] N co _ co o m to m co co J co 0) co co 00 -P. co W 00 N m D CD > . > W > N) > PART A - GENERAL f BASE BID ESTIMATED QUANTITIES SUMMARY HYDROSEED 18" CONCRETE S.E.T. DITCH GRADING REMOVE DRIVEWAY AND CULVERT RIBBON CURB (INCL. LIMESTONE BASE BENEATH CURB TO 1' B.O.C.) STREET EXCAVATION FOR CURB UNANTICIPATED STREET IMPROVEMENTS ALLOWANCE (MANDATORY) RAISED REFLECTIVE PAVEMENT MARKINGS (TYII-B-B) BLUE RAISED REFLECTIVE PAVEMENT MARKINGS (TYI-C) WHITE RAISED REFLECTIVE PAVEMENT MARKINGS (TYII-A-A) YELLOW REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(4")(BKN)(100 MIL) REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(BKN)(100 MIL) REFLECTIVE PAVEMENT MARKINGS TY.1 (Y)(4")(SLD)(100 MIL) REFLECTIVE PAVEMENT MARKINGS TY.1 (W)(24")(SLD)(100 MIL) STOP BAR 1.5" TO 3" TYPE 'D' HMAC LEVEL -UP TACK COAT (0.20 GALLONS\SY) FULL DEPTH PAVEMENT REPAIR (TYPE B) (SUBGRADE COMPACTION UP TO FINAL SURFACE COURSE) FULL DEPTH PAVEMENT REPAIR (TYPE A) PER PROOF ROLLING OPERATIONS (ASSUME 10% OF FDPR) FULL DEPTH PAVEMENT REPAIR (TYPE A) (SUBGRADE COMPACTION UP TO FINAL SURFACE COURSE) MILL 1.5" EXISTING HMAC B — STREET IMPROVEMENTS OZONE ACTION DAYS EXPLORATORY EXCAVATION TRAFFIC CONTROL STORM WATER POLLUTION PREVENTION PLAN BONDS AND MOBILIZATION DESCRIPTION -< D Trl D Tri -< n D D D 'r*1 m Trl Trl -< r -< -< -< -< N N n n N z 2849 N 670 W 8,124 J 'J CO CO W O 396 74 "CA J cn 2,275 J W W J U W .� QUANTITY O m co m CO m J m a1 m co m - m WN.) m PART F - OVERHEAD SIGN IMPROVEMENTS (SOUTHBOUND LANES) m a) m (71 m - m W m N m PART E - WASTE WATER IMPROVEMENTS o a) 0 co 0 . 0 W 0 N o — PART D - WATER IMPROVEMENTS m m BASE BID ESTIMATED QUANTITIES SUMMARY INSTALL PULL BOXES TRENCH BACKFILL INSTALL 1 1/4" PVC CONDUIT INSTALL #10 THHN 600 V CU CONDUCTOR 60 A FUSED DISCONNECT SWITCH (316 SS) EXPLORATORY (FIND EXISTING CIRCUITS) GUIDANCE SIGNS (INCL. METAL POLE AND SCREW-IN FOUNDATION) REPLACE EXISTING ALUMINUM SIGN LEGEND FRAMES RELOCATE EXISTING OVERHEAD SIGN NO. 1 SUPPORT 36" DRILL SHAFT FOUNDATION (INCL. CONCRETE CAP) DEMOLISH AND HAUL OFF EXISTING CONCRETE FOUNDATIONS (2' BELOW NATURAL GROUND) FULL DEPTH PAVEMENT REPAIR (TYPE B) AT ROADWAY CROSSINGS CONNECT TO EXISTING MANHOLE TRENCH SAFETY MANHOLE TRENCH SAFETY NEW 4' DIAMETER F/G MANHOLE (10' TO 12') 10" SDR 26 PVC REMOVE AND REPLACE SIDEWALK AND CURB UNANTICIPATED UTILITY ALLOWANCE (MANDATORY) FULL DEPTH PAVEMENT REPAIR (TYPE B) AT ROADWAY CROSSINGS GROUT FILL AND ABANDON -IN-PLACE EXISTING 6" ACP WATERLINE REMOVE AND HAUL -OFF EXISTING 6" ACP WATERLINE CUT AND CAP EXISTING 6" ACP WATERLINE DESCRIPTION (rI D Trl Trl Trl PFr1I D (r/) ((''rr11 D �(**11 D Tri ('r� D (FrrII D N -< 'r71 1 I�-rr11 T z z 250 250 1000 rN7 498 N WCO Nur N CO co f— oO N QUANTITY O [Oa CO0 o (OT o o o PART G ALTERNATE NO.1 (NORTHBOUND LANES) M K INSTALL PULL BOXES TRENCH BACKFILL INSTALL 1 1/4" PVC CONDI INSTALL #10 THHN 600 V INSTALL 30 AMP 3 POLE LI 60 A FUSED DISCONNECT S EXPLORATORY (FIND EXISTIN LIGHTING FIXTURES ALUMINUM SIGN FRAME OVERHEAD SIGN NO. 5 SUP 36" DRILL SHAFT FOUNDATI m o n D ADDENDUM NO. 1 ATTACHMENT NO. 2 PAGE1OF1 q CU CONDUCTOR GHTING CONTRACTOR (316SS) WITCH (316SS) G CIRCUITS) PORT ON (INCL. CONCRETE CAP) OVERHEAD SIGN IMPROVEMEI 330 z 'ORNATE NO. 1 �' n -T ' C ? N 500 500 2,000 — — — - a, m QUANTITY REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # E12137 SHEET .3 of 49 RECORD DRAWING NO. ST905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012) t i LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 ",'^,o N 4 N*"' °" ,A. t Or. .*s CONSULTANT'S SHEET 3 PROJECT NO. 13034 ESTIMATED QUANTITIES SUMMARY BASE BID CITY of CORPUS CHRISTI TEXAS Department of Capital Programs 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- DATE, sion of this standard to other formats or for incorrect results or damages resulting from its use. FILE: m 0 co o x rk 0 3 y - 3 rJ z '''''..g`5 o rnwon"3n--- N ..2-'9.-..-=-- .2.-J3)2,0 05 D F �. CiW QEls p -0o o Oo Z -III x 1- 03 29- co HD, z m1� 702-92,9 Z D 13��A\\\\\\\\""' w A _q I. I Z n n D = O o a ..• ,�,rt�-o, z z 2 --o �A■\\\ IS 1 o WQa oo ,Q — 3 r. 3 m _ >.°.. >. ge°n I IT ort o Z. p 771 O n Q Z > o -, o 1)Q. < r Z D 73303q I��M\UN\N\\\\\ m 3' 3 D o 3" ISI I' D �.�-QQ32�o. D -�Q�o� n = rrl Q co (-. m 01 O -, O co 0 �. N Cn (s ZI 3)51 0 co 3-< 7 - < 1-EI `° CD 3 = 0-n' L 3 0 (u 3. 2 8,- o(0 0 o cn ca m Q ° m o — �< Q 2, m 0 Q' cn -o n Dor < -o lo o -o � 3-um 3 <n -0 0 o < <(0o 3 3 Q Q 1-1 a Z '2"l2. f f s 3 0-,7:7-.9 z )2-.0i-9- zoo- n o a N o •-7507_70E',_ 3 3 3� n3 .. Q D u, D3O 0330 m�' oo no_ 3 - m ,- o- m o U o0�-.7,0,..129"..2-.E.2.-2- ,3FI N� o o� oF...-,2--_,''2-_, _ F rmi, O _ .>„,,,, 5u+h 3 v,.a 3 - - nd 0 - _ 3-n = c `0 - ci o 3 m o 0 r_'1] ----93m m l s m- 3 N, co ADDENDUM NO. 1 ATTACHMENT NO. 3 PAGE 1 OF 1 n m - 0<030 _ - 3 s m m zo -<3 v, _ '° -'o° crow 001n000c�o� o,n n 0.=-='02--") _< __ _ 3 - v ^- o s0toon rn 9 shoo - o - o - m 0 o ��, o-,00 "9-,. - 0 029-9,-2.",...'09-,',D= -'cR - 3 3 F .'o 0 3 `m° 33330<0001]3 vm, 3. o in " c.25 f o Q D F- `z° a m o E m ,. 3 3 3 0 m 5-- 3 3 3 3 f o01-17 3o 2�m r.o 3mn=o.�?"o33sm Na INr.033K,F- 00^3 5'_ - 3 m 2-3" o o ,'� El 0 0 3 3 F 2 D F 9 0 0 3 3 5 7 u,F ;10" 3 3 3 0 0£ - = O m £ __- '' 3 3 3 0 5 3 0 -3g 3g - m4'''''','°F,--,n '5',';'„; m 0 „>� 3 - - 7.-T o" m oF .03E1m m3S - - \_ 3 F= 3 S 3 m 31 3- F 3 3 3- N ti --- - - o. m T ^ D a x m !-2.-.2,5- " 3 - f � - m _ - _ Som o , F o O£� o- F O m923O J N O "o Fo 0 F 3 - OO D-o 9.,<9. CD CD 3 _ _ 30 0-0F*- .7992 2 m n OF . N oF go 23 74 -Texas Department of Transportation Traffic Operations Division SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-1)-08 ©T%DDT July 2002 100 TXD0T IC. 00000 low MOT ON: 00000 No 3 m QFN _ Cn 0 _ m - ',•+.2.,=,72-7_5:-R_ D 0 N o >=. - 3 3 m 0 f z -aL, x' N 3 �, f -, 0 m s n w 3 m = m - - O. Ay ,00 o n 3 = = m S O 3CD m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION CITY PROJECT # 512137 SHEET 32 of 49 RECORD DRAWING NO. STR 905 INTERNATIONAL DRIVE IMPROVEMENTS (BOND 2012)lid _ _ IA LJA Engineering, Inc. TBPE FIRM REG. NO. F-1386 a�'tE.OF Tt•X' ,.. CARLOS A. MARTINEZ 97327 ' 2 11.12.2015 CONSULTANT'S SHEET 32 PROJECT NO. 13034 STANDARD SIGN MOUNTING DETAILS CITY of TEXAS CHRISTI Department of Capital Programs