Loading...
HomeMy WebLinkAboutC2016-604 - 12/20/2016 - Approved 2016-604 . 12/20/16 M2016-166 Bay Ltd 00 52 23 AGREEMENT This Agreement,for the Project awarded on December 20, 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: TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project No. E12094 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maverick Engineering,Inc. 400 Mann St.,Suite 200 Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E.—Acting Construction Engineer City of Corpus Christi—Engineering Services 4917 Holly Rd..#5 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 240 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 270 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 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Agreement 00 52 23-1 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 INDEXED CONTRACT DOCUMENTS FOR CONSTRUCTION OF TULOSO ROAD LEOPARD ST. TO I. H. 37 ( Bond 2012)-REBID PROJECT NO. E12094 Ilk Jh— Se..L4....yenT a> faxtZyea S CitV Of 3241CHELLE1 rg& 90252 Corpus r�oh,4 Christi Maverick Engineering, Inc. 400 Mann St., Suite 200/Corpus Christi, Texas/(361) 696-3500 October 19, 2016 Record Drawing Number STR 870 00 01 00 TABLE OF CONTENTS smon Division Secti tle Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (ReV01.13-2016) 00 30 00 Bid Acknowledgment Form (rcev 0 13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(RevO1-13-201.6) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Revo6-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 3 006113 Performance Bond (RevOl.-13-2016) 00 61 16 Payment Bond (Rev 0113-2016) 00 72 00 General Conditions (Rev3-23-2015) 00 72 01 Insurance Requirements(Revo6-22-2016) 00 72 02 Wage Rate Requirements(Rev 06-12-2015) 00 72 03 Minority/MBE/DBE Participation Policy(Rev 01-13-20.16) 00 73 00 Supplementary Conditions Division 01 General Requirements 011100 Summary of Work(Rev 9i-13-2.o16) 012310 Alternates and Allowances 01 29 00 Application for Payment Procedures(Rev03-11-2015) 012901 Measurement and Basis for Payment(Revo1-13-2016) 013100 Project Management and Coordination(Reva1-13-2016) 013113 Project Coordination 013114 Change Management 013300 Document Management 01 33 01 Submittal Register(Rev 7/312014) 013302 Shop Drawings 013303 Record Data Table of Contents 000100-1 TULOSO ROAD—LEOPARD 5T.TO f 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-ZO15 piV S1C�1 s ., Norrg$actin 013304 Construction Progress Schedule 013305 Video and Photographic Documentation 013500 Special Procedures 014000 Quality Management 015000 Temporary Facilities and Controls 015700 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications 020100 Survey Monuments 021020 Site Clearing&Stripping 021040 Site Grading 021080 Removing Abandoned Structures i 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025205 Pavement Repair, Curb, Gutter. Sidewalk and Driveway Replacement 0252.10 Lime stabilization 025223 Crushed Limestone Flexible Base 025404 Asphalts, Oils,and Emulsions 025412 Prime Coat 025424 Hot Mix Asphaltic Concrete Pavement(Class A) 025612 Concrete Curb&Gutter Table of Contents 000100-2 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 ectinn 025612 Concrete Sidewalks and Driveways 025614 Concrete Curb Ramps 025802 Temporary Traffic Controls During Construction 025805 Work Zone Pavement Markings 025807 Pavement Markings(Painted or Thermoplastic) 025813 Preformed Thermoplastic Striping,Words and Emblems 025816 Raised Pavement Markers 025818 Reference Specification—TxDC)T DMS-4200 Pavement Markers (Reflectorized) 025828 Reference Specification—TxDOT DMS-6130 Boturninus Adhesive For Pavement Marker 026201 Water Riser Assemblies 026202 Hydrostatic Testing of Pressure Systems 026206 Ductile Iron Pipe and Fittings 026210 PVC Pipe-AWWA 026214 Grouting Abandoned Utility Lines 026402 Waterlines 026404 Water Service Lines 026409 Tapping Sleeves and Tapping Valves 026411 Gate Valves for Waterlines 026416 Fire Hydrants 027402 Reinforced Concrete Pipe Culverts 027404 Concrete Box Culverts 028020 Seeding 028200 Mail Box Relocation 028300 Fence Relocation 028320 Chain Link Fence 030020 Portland Cement Concrete 032020 Reinforcing Steel 037040 Epoxy Compounds(S-44) 038000 Concrete Structures 055420 Frames,Grates, Rings and Covers Part T Technical Specifications(NONE) Table of Contents 000100-3 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 RevDC622-2016 f Appendix Title 1 Geotechnical Report END OF SECTION l Table of Contents 000100-4 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 002113 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: TULOSO ROAD-Leopard St.to I.H.37 Project No. E12094 FY—Bond 2012-REBID A. Project Description: Tuloso Road—Leopard St.to I.H. 37 consists of removal of an existing 2 lane asphalt rural roadway and the construction of approximately 2,100 LF of a 2 lane street along with water improvements.The project construction components are as follows: • Asphalt pavement;4"thick,29'to 40'wide,with no curb and with concrete sidewalks& driveways • 80 LF-6x2 RC box culvert, headwalls& riprap, re-grade roadside ditches, and driveway culverts • 1,850 LF-8" PVC waterline,fire hydrants,valves,fittings,and service connections in accordance with the plans, specifications and contract documents. • 1,386 LF 2" PVC electrical conduit and pull boxes • 1,135 LF of 4"gas line 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$2,451,000. The Project is to be substantially complete and ready for operation within 240 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. Invitation to Bid and Instructions to Bidders 002113-1 TULOSO ROAD—LEOPARD ST.TO IFI 37(BOND 2012)REBID City Project Number E12094 Rev 01-13-2016 ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than November 16 2016 at 2:00 p.m.to be accepted. Bids received after this time will not be accepted. It is the sole responsibility of the Bidder to deliver the Bid,electronic or hard copy, by the specified deadline. 3.02 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. 3.03 Electronic Bids may be submitted to the CivCast website at www.civcastusa.com. 3.04 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-TULO50 ROAD—LEOPARD ST.TO IH 37[Bond 2012]), Project No. E12094 All envelopes and packages(including FEDEX envelopes) must clearly identify,on the 0LITS IDE i of the package,the project name and number and that bid documents are enclosed. 3.05 Bids will be publicly opened and read aloud at November 16,2016 at 2:00 p.m.,at the following location: City Hall Building— City of Corpus Christi First Floor City Council Staff Room or Council Chambers 1201 Leopard Street Corpus Christi,Texas 78401 3.06 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. Invitation to Bid and Instructions to Bidders 002113-2 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 01.13-2016 ARTICLE 4--PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on November 8,2016 at 10:30 a.m,at the following location: City Hall Building—Engineering Services Conference Room 1 or 2 3rd floor, Engineering Services 1201 Leopard Street, T Corpus Christi,Texas 78401 it I 3 ARTICLE 5—COPIE5 OF CONTRACT DOCUMENTS 5.01 Obtain a complete set of the Contract Documents as indicated in SECTION 00 52 23 AGREEMENT. 5.02 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. 5.03 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 6—EXAMINATION OF CONTRACT DOCUMENTS 6.01 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. 6.02 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 Invitation to Bid and Instructions to Bidders 002113-3 TULOSO ROAD—LEOPARD 5T.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 01.13-2016 premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data,that the Bidder has given the DAR written notice of all conflicts, errors,ambiguities,and discrepancies that the Bidder has discovered in the Contract Documents,Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents,Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 7—INTERPRETATIONS AND ALTERNATE BIDS 7.01 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. 7.02 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. 7.03 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 8—BID SECURITY 8.01 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. 8.02 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 3 below. 8.03 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 Invitation to Bid and Instructions to Bidders 002113-4 TULOSO ROAD---LEOPARD ST.TO IH 37(BOND 20121 REBI❑ City Project Number E12094 Rev 01-13-2015 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. 8.04 Failure to provide an acceptable Bid Security will constitute a non-responsive Bid which will not be considered. 8.05 Failure to provide the required Performance and Payment Bonds will result in forfeiture of the Bid Security to the City as liquidated damages. 8.06 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. 8.07 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 9—PREPARATION OF BID 9.01 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. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 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. 9.04 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. 9.05 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 3.0—CONFIDENTIALITY OF BID INFORMATION 1.0.01 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 Invitation to Bid and Instructions to Bidders 002113-5 TULOSO ROAD—LEOPARD ST.TO iH 37(BOND 2012) REBID City Project Number E12094 Rev 01.13.2016 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. ARTICLE 12—BIDS REMAIN SUBJECT TO ACCEPTANCE 12.01 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 13—STATEMENT OF EXPERIENCE 13.01 The three lowest Bidders must submit the information required in SECTION 00 4516 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 14—EVALUATION OF BIDS 1.4.01 The Owner will consider the amount bid, the Bidder's responsibilities,the Bidder's safety record, the Bidder's indebtedness to Owner,the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals,or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made t Invitation to Bid and Instructions to Bidders 002113-6 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 01.13.2016 by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees,arising out of or in connection with the administration, evaluation,or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without ]imitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous interpretation of the Bids submitted in the case of ambiguity or lack of clearness in stating Bid prices and/or waive any or all formalities. 15.42 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 far the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—MINORITY/MBE/DBE PARTICIPATION POLICY 16.01 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. j 16.02 Minority participation goal for this Project has been established to be 4455%. 16.03 Minority Business Enterprise participation goal for this Project has been established to be 15%. ARTICLE 17—BONDS AND INSURANCE 17.01 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. 17.02 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 18—SIGNING OF AGREEMENT 1$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 (1) 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. Invitation to Bid and Instructions to Bidders 002113-7 TULOSO ROAD--LEOPARD ST.TO iia 37(BOND 2012) REBID City Project Number E12094 Rev 01-13-2015 ARTICLE 19—SALES AND USE TAXES 19.01 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 safes taxes in the Contract Price and assume responsibility for complying with all applicable statutes and rulings of the State of Texas Comptroller. 19.02 It is the Owner's intent to have this Contract qualify as a "separated contract." ARTICLE 20—WAGE RATES 20.01 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. 1 ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING ? 3 21.01 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 22—CONFLICT OF INTEREST 22.01 Bidder agrees to comply with Chapter 176 of the Texas Local Government Cade 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.Zlwww,cctexas.comlgovernment/city-secretary/conflict- disclosure/index. ARTICLE 23—CERTIFICATE OF INTERESTED PARTIES 23.01 Bidder agrees to comply with Texas Government Code section 2252.908 and complete Form 1295 Certificate of Interested Parties as part of this contract, if required. For more information, please review the information on the Texas Ethics Commission website at https://www.ethics.state.tx.us. 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. Invitation to Bid and Instructions to Bidders 002113-8 TLILOSO ROAD—LEOPARD 5T.TO !FI 37(BOND 2012) REBID City Project Number E12094 Rev 01-13-2016 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 Sid 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. Evidence of Bidder's recurring failure to complete an item of work within a timeframe acceptable to the City or in accordance with a City-accepted schedule is evidence of Bidder's failure to achieve reasonable progress under this subsection. 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 farm, 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. 1. 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 0045 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 iincludes 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 Invitation to Bid and Instructions to Bidders 002113-9 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 01-13-2015 Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. ❑. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perforin the Work will include a factual review of(i) all remaining work or incomplete work items under any existing city or non-city contract; (ii) ability to perform the Work with remaining sufficient resources,workforce,equipment and supervision/supervisory staff; (iii) ability in the past to timely complete the same or similar work in a good and workmanlike manner utilizing same or similar remaining resources or under the same or similar conditions. Evidence of incomplete work items under any existing City-awarded IDIQ or other contract for similar work may constitute a lack of capacity to perform the Work. END OF SECTION I Invitation to Bid and Instructions to Bidders 002113-10 TULOSO ROAD—LEOPARD 5T.TO#H 37(BOND 2012) REBID City Project Number E12094 Rev D1-13-2016 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:for TULOSO ROAD—Leopard St.to 1.H.37[Band 2012] REBID,Protect No. E12094 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.011 )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 -TULOSO ROAD—Leopard St.to 1.H.37(Bond 2012)REBID, Project No. €12094 1 a 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 2113 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: Addertdurrl Adderrdurrt Date; Signature Acknowledgrrrg Receipt Bid Acknowledgement Form 00 30 00-1 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 01-13-2016 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 003000-2 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 01.13.2016 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 j 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 003000-3 TULOSO ROAD--LEOPARD 5T.TO IFI 37(BO N❑2012)REBID City Project Number E12094 Rev 01-13-2016 I ARTICLE 6—TIM E OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 240 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 270 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. SECTION 00 30 01 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 fie 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 individuals)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 Farm 003000-4 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Re�01-13-2D16 i 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. 10.01 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 individuaI(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—61D SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Na me: (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 003000-5 TULOSO ROAD--LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev 01.13.2016 END OF SECTION i I Bid Acknowledgement Form 003000-6 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev01.13.2016 00 30 01 IIID FORM Project Name: TIJLOSO ROAD-LEO PA RU ST.TO 1.H.37(BOND 2012) REBID Project Number: E12094 Owner; City of Corpus Christi Bidder: x OAR: TBD,City of Corpus Christi,Texas Designer: Michelle Patton,P.L., Maverick Engineering Inc. Basis of Bid Item .x ., ESCRIPi1ON k �. .. ESTI P. Base Bid Part A-General(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION LS 1 A2 PREPARATION OF RIGHT OF WAY STA 23 A3 TRAFFIC CONTROL PLAN AND PREPARATION EA 1 : .:.. A4 TRAFFIC CONTROL PLAN MO BILIZATION/ADJUSTMENTS EA 3 A5 TRAFFIC CONTROL PLAN ITEMS(BARRELS,CONES,ETC.) MO b P A6 CONCRETE BARRIERS EA 100 = '... x. A7 SIGN BOARDS EA 2 A8 OZONE DAY DAY 2 A9 SURVEY MONUMENT ' EA 2 " A10 STORM WATER POLLUTION PREVENTION PLAN(SWPPP) LS 1 All STABILIZED CONSTRUCTION ENTRANCE EA 4 Al2 SEDIMENT CONTROL BARRIER LF 3777 A13 ROCK FILTER DAM LF 54 A14 HYDROMULCH SF 77972 „•;.:, "' A15 INLET PROTECTION BARRIER LF 119 A16 SUBSURFACE UTILITY ENGINEERING LS 1 - SUBTOTAL PART A-GENERAL{items Al thru Alf} Part B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 EXCAVATION{ }ROADWAY CY 9725 "°',; ' ;s: B2 EMBANKMENT(FINAL) DENS CONT}(TY B) CY 430 83 1.5"HMAC TY D SURFACE COU R5E SY 9270 B4 2.5"HMAC TY B BASE COURSE SY 9270 B5 14"CRUSHED LIMESTONE FLEXIBLE BASE(TY A,GR1-2) SY 9815 B6 PRIME COAT(0.15 GAL.SY) GAL 1472 B7 12"COMPACTED SUBGRAD E W/8" LIME TREATED SY 9815 B8 CONCRETE DRIVEWAY SY 741 B9 REMOVE ASPHALT PAVEMENT SY 9775 B10 REMOVE ASPHALT DRIVEWAY SY 1395 B11 REMOVE CONCRETE DRIVEWAY SY 118 B12 REMOVE CURB LF 25 B13 REMOVE CONCRETE VALLEY GUTTER LF 10 _ B14 REMOVE CURB&GUTTER LF 56 B15 REMOVE CONCRETE SIDELVALK SY 26 .. . x: B16 REMOVE SIGN EA 13 B17 REMOVE CHAINLINK FENCE LF 210 :': s:' ':' .. B18 REMOVE GATE EA 2 . B19 REMOVE WOOD FENCE LF 20 820 ISMALLSIGN FA 17 ;.;.. .." B21 REPL PAV MRK TY I(W)4"(SLD)(100 M IL) LF 4560 ;$ Bid Form TULOSO ROAD-Leopard St.to I.H.37(Bond 2022)REBID Page 1 of 4 City Project Number E12094 Rev 01.13.2016 00 30 01 BID FORM ;.:u.. x . .. DESCt$1� Y�1 4 :..,:..... UNIT= �.�•. w,. our�.r` B22 REFI PAV MRK TY I(W)4"(DOT)(100MIL) LF 75 B23 REFL PAV MRI{TY I(W)8"(SLD)(100MIL) LF 581 . B24 REFL PAV MRK TY I(W)24"(SLD)(100MI L] LF 150 ;==x:.'> B25 REFL PAV MRK TY I(W)(ARROW)(100MIL) EA 4 •. . ::;$..'.. ra""%%% '°'%" B26 REFL PAV MRK TY I(W)(WORD)(100MIL) EA 3 VT.: B27 REF PAV MRK TY I(Y) 4"(BRK)(100 MIL) LF 1687 B28 REFL PAV MRK TY I(Y)4"(DOT)(100MIL) LF 280 $; x B29 REFL PAV MRK TY I(Y)4"(SLD)(100MIL) LF 1160 a ` B30 REFL PAV MRK TY f(Y)8"(SLD)(100MIL) LF 700 �`, :,. B31 REFL PAV MRK TY I(W)12"(SLD)(100MIL) LF 415 B32 YIELD MRKR(W)18"(TRIANGLE) EA 14 $:. ::' =:: =' B33 RAIS PAV MRKR CL B(REFL)TY II-A-A EA 160 B34 RAIS PAV MRKR CL B(REFL)TY II-C-R EA 15 B35 CHAIN LINK FENCE LF 196 B36 WOOD FENCE LF 20 B37 GATE EA 2 B38 PAVEMENT REPAIR SY 269 $..�::. �_ B39 PEDESTRIAN RAIL LF 46 _ .; B40 CONCRETE DIRECTIONAL ISLAND SY 141 B41 REMOVE CONCRETE ISLAND 5Y 141 $;:�:`> ::.•.'`,.:. %% B42 JALLOWANCE FOR UNANTICIPATEQ ROADWAY IMPROVEMENTS LS 141 5. ; SUBTOTAL PART B-STREET IMPROVEMENTS(Items B1 thru B42) Part C-ADA IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 'CONCRETE SIDEWALKS SF 2054 JFC2 ICURB RAMPS TY 1 EA 10 ow, 1,M-2 SUBTOTAL PART C-ADA IMPROVEMENTS(Items Cl thru C2) VON-. Part D-STORM WATER IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 18"RCF'(CLASS IV) LF 218 ' D2 24"RCP(CLASS IV) LF 942 D3 STORM WATER MANHOLE TY A EA 4 D4 GRATE INLET EA 3 D5 POST INLET EA 2 ^E' rR , D6 CONNECTION TO EXISTING STORM WATER MANHOLE EA 3 D7 SIDEWALK DRAIN EA 1 �: -` D8 RE-GRADE EXISTING DITCH CY 811 ` D9 6'X 2'CONCRETE SOX CULVERT(PRECAST)(CLASS HS) LF 80 D10 WINGWALL FW-S HW=3 EA 1 "- ::.::: D11 WINGWALL FW-S(HW=4) EA 1 D12 5"CONCRETE RIPRAP SF 4147 D13 TRENCH EXCAVATION PROTECTION(PIPE) LF 1161 $':.x': .%-.. D14 REMOVE CONCRETE FLUME Sy 6 D15 REMOVE CONCRETE HEADWALL EA 5 D16 REMOVE 12"RCP LF 25 D17 REMOVE 15"RCP LF 105 D18 REMOVE 18"RCP LF 587 •�;'='���.:' ;:.:.:$.:;`,� :.,._,, . D19 REMOVE 24"RCP LF 406 D20 REMOVE GRATE INLET EA 2 :,.•R= $:,::,,: ' r' D21 REMOVE MANHOLE EA 1 ?xF :.:x .; •:;..; . >'z= D22 REMOVE 6'X2'RCB LF 102 . D23 TRENCH EXCAVATION PROTECTION(MANHOLE,INLET) EA 10 D24 JALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS L5 1 $'...25, D 0 . •�'s, Bid Farm TULOSO ROAD-Leopard St.to I.H.37(Bond 2012)REBID Page 2 of 4 City Project Number E12094 Rev 01.13.2016 00 30 01 BID FORM ESTI K ..• , tet�C41]ESCR1PTIONgUANTIT7 uNlpri wnno"UNT& D1 THRU D24 { . SUBTOTAL PART D-DRAINAGE IMPROVEMENTS ) LI $ . . Part E-WATER IMPROVEMENTS(per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) E1 6"C900 PVC(DR 18)WATER LINE LF 55 $. E2 8"0900 PVC(DR 18)WATER LINE LF 1958 •:ter: :�': E3 8"DIP WATERLINE LF 65 ASSEMBLY TYPE 1 EA 7 r E4 FIRE HYDRANT n , (ASSEMBLY) ) ,.:� max.: E5 8"X 8"MJ TEE EA 1 E6 8"X 6"MJ TEE EA 2 ''$ E7 8"GATE VALVE w/BOX COMPLETE EA fi E8 6"GATE VALVE w/BOX COMPLETE EA 3 E9 8"MJ 45 DEG BEND EA 3 ?:?; . r' . E10 GROUT FILL(CUTAND ABANDON) EXIST.6"WATER LINE LF 1331 4: $� c�..'. .` z : E11 REMOVE FIRE HYDRANT EA 5 E12 WATER SERVICE CONNECTION EA 13 E13 TIE-IN CONNECTION-LARGE(24"WATERLINE) EA 1 �,- `: `` :n:; : '; .. .: E14 TIE-IN CONNECTION-SMALL r6" 8"WATERLINE EA 3 `" EIS TRENCH EXCAVATION PROTECTION(PIPE) LF 1958 ( ) E16 REMOVE EXIST.6"WATER LINE LF 2061 E17 CAP&PLUB EX.8"WATER LINE EA 1 µx.. E18 ADJUST EXIST.WATER VALVE EA 10 .:.;. '_ x': E19 24"X 8"TAPPING SLEEVE&VALVE W/COVER EA E20 8"X 6"REDUCER EA _ -' E21 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS L5 SUBTOTAL PART E-WATER IMPROVEMENTS(E1 THRU E21) Part F-IT IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) F1 2"PVC(SCH 80)ELECTRICAL CONDUIT W/PULL STRING LF 1386 F2 24"X 36"18"PULL BOX(HANDHOLE) EA 4 SUBTOTAL PART F-1T IMPROVEMENTS(Items F1 thru F2) Part G-GAS IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 1BACKFILL AND COMPACT TRENCH LF 1000 SUBTOTAL PART G-GAS IMPROVEMENTSItems G1 t r Bid Form TULOSO ROAD-Leopard St.to I.H.37(Bond 2012)REBID Page 3 of 4 City Project Number£7.2094 Rev 01-13-2016 00 30 01 BID FORM ." x ' E IMATE CCE k item 1PTi�N E�NIT' r iJ>�CIT �IIANTIT�, ra aIMfl� BID SUMMARY SUBTOTAL PARTA-GENERAL(items Al thru A16) SUBTOTAL PART B-STREET IMPROVEMENTS Items B1 thru B42 SUBTOTAL PART C-ADA IMPROVEMENTS(Items C1 thru C2) 7 777 .. ..... SUBTOTAL PART D-STORM WATER DRAINAGE IMPROVEMENTS(items Dl thru D24) % SUBTOTAL PART E-WATER IMPROVEMENTS Items El thru E2 1) '=yam on SUBTOTAL PART F-MIS IMPROVEMENTS(Items F1 thru F2) Y � s SUBTOTAL PART G-GAS IMPROVEMENTS Items GI) TOTAL PROJECT BASE BID(PARTS A THRUI G) Contract Times Bidder agrees to reach Substantial Completion in 240 days Bidder agrees to reach Final Completion in " 2:70 Idays Bid Form TULOSO ROAD-Leopard St.to I.H.37(Band 2012)REBID Page 4 of 4 City Project Number E12094 RevOl-13.241fi 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 Compliance to State Law on Nonresident Bidders 003002-1 TULOSO ROAD--LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest r SUPPLIER NUMBER TO BE ASSIGNED BYCTrY'— PURCHASING DIVISION City f CITY OF CORPUS CHRISTI � us DISCLOSURE OF INTEREST Christi City of Corpus Christi Ordinance I7112,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. j 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"fine:' 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 City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2016 TULOSO ROAD-Leopard St.to 1,H,37(Bond 2012)City Project Number E12094 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 1 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: (Typc or Ynnl) Signature of Certifying Date: Person: 1 i 3 1 DEFINITIONS 3 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. City of Corpus Christi 003005-2 Disclosure of interest Rev 01-13-2016 TI1LOSQ RQA17-'.00pard St io f.H.37(Bond 2012)City Project Number E12094 3' 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: TULOSO ROAD—Leopard St.to I.H.37(Bond 2012)REBID Project No. E12094 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 Non-Collusion Certification 003006- 1 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 11-25-2013 f 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 30 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 genera 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 Statement of Experience 004516-1 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev 06-22-2016 considered in determining whether the experience of the Bidder meets the minimum requirements. The Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide 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—SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code,the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information,the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation,partnership,or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations,fines assessed pending criminal complaints, indictments,convictions, administrative orders,draft orders,final orders,and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience 004516-2 TULOSO ROAD—LEOPARD ST.TO IN 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 moderate violations under the TC Ws regulations for documentation of Compliance History,30 Texas Administrative Code,Chapter 50.2 (c) (1)and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality(the"TCEQ"),the United States Environmental Protection Agency(the"EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers,the Texas Department of State Health Services,the Texas Parks and Wildlife Department,the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations,and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder,the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) Gases in which final orders have been entered by the Occupational Safety and Health Review Commission (the"OS HRC") against the Bidder for serious violations of Occupational Safety and Health Administration ("OSHA") regulations within the past five(5)years. 2. Whether the Bidder's response reveals more than one (1)case in which Bidder has received a citation or for which final orders have been entered from an environmental protection agency for violations within the past five (5)years. 3. Whether the Bidder's response reveals that the Bidder has been convicted of a criminal offense or has been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death,within the past ten (10)years. C. The Owner may consider the responses to each question in Table 4 separately when determining the responsibility of the Bidder.The Owner may also consider the cumulative impact of the information generated by the Bidder's responses. ARTICLE 4—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 QBE PARTICIPATION IN THE PROJECT. UST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY,MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE S. INCLUDE PERCENTAGES OF WORK SUBCONTRACTED TO EACH TO DEMONSTRATE COMPLIANCE WITH OWNER'S STATED GOALS.STATEMENT OF EXPERIENCE REQUIREMENTS 4.01 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. 4.02 Provide a digital copy of the Statement of Experience in Portable Document Format (PDF) on a CD, portable drive,or other digital recording device. This digital copy is to include all information required to evaluate the Bid and should match the content of the printed copy of the Bid. When creating the digital copy: A. Create PDF documents from native format files. B. Rotate pages so that the top of the document appears at the top of the file when opened in PDF viewing software. C. Submit PDF documents with adequate resolution to allow documents to be printed in a format equivalent to the original documents. Documents are to be scalable to allow printing on standard 8-102 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 004516-3 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev 06-22-2015 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of rmof BusinessJ(check one) Corporation ❑ Partnership ❑ Individual , p. State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name 1 1 Vice President's Names) Secretary's Name Treasurer's Name If a`Partnership - Date of Organization Form of Partnership: ❑ General ❑ Limited If-an:IndiViidual 3' Name [ wirship,plF�rgarli a4. 5 List of companies,firms, or organizations that own any part of the organization. Names of Companies, Firms,or Organizations Percent Ownership r ani ix g i i 9, >. 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::: 'Organization-Size: aniiation:Size' d#. g , .......... ...................... ........... .......... ... .... Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 TULOSO ROAD--LEOPARD 5T.TO IH 37{BLIND 2012) REBID City Project Number E12094 Rev 06-22-2016 g3 Table 1—Organization Information Organization doing business as: devious HiStaryr with Ci>tr of Corpus C}�ristift r t List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 constructs n site safety Experir?nce :. . Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previoys Bids#i ancij•COngiriidtiien erience 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 16-5 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 Table 2— Project Information Organization doing business as: dsed Project Organr'ation ',� =,.;; 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 3 Safety Manager Quality Contra[ Manager C�ivisiartaf:wor, Me cider I.Praposed Subcanorand Supp`[e 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 an estimated subcontract or purchase order amounts and the Contract Price). Description of Work i Name of Entity Performingthe Estimated Percentage Work of Contract Price a .- trrtractor Carrstru ren Arte SafeteExperience 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 FMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR I Year EMR Statement of Experience 004516-6 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2022)REBID City Project Number E12094 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Proiect Infermay h Project Description Refee Ctrrxtait Inforr>na ra r mw. r : ,<; Project Owner Name/Title Telephone Email Project Designer Project Budget and Pe vrttance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Pro'ee [ formatlan00 Project l Description Name Rei�er��c��ontatt InfM i Project Owner Name/Title Telephone Email Project Designer .,. Pro1ject Bul[ et a ;d R=�tfarmanc r Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: ;F�rs pct inform's ''�' - Project Name Description .efe.re.tl ontacl In R Project Owner Name/Title Telephone Email Project Designer P o ect budget and Performant' Mi x . & x Sum IN 01,31! Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 TULOSO ROAD—LEOPARD ST,TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: o ect Informs#ion , _ .Ml ,, , Project Description Name .:.Reference Contact Infdrmatron .. .... ..,, .. .. ::�... _.. k, _ Project Owner Name/Title Telephone Email Project Designer *>ojeet B dg ,. et an Performance . .4 u Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Prviect ftf©rmation:, e,. F Project Description Name Reference Crritactrforrr>Iatton Project Owner Name/Title Telephone Email Project Designer Prpject and Red oft.alC Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: r Mr, Project Name Description Reference Contac}>( �y Project Owner Name/Title Telephone Email Project Designer Project Budget and.ek fiarmance ='"A " - ;TH Original Final Contract #Contract #Days Contract Price JPrice Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev 06-22-2016 Table 3—Projects Awarded during the Last 5 Years--Not including City of Corpus Christi Projects Organization doing business as: a;f:_ r f. :rn�:- :..A...,..-. . - w Project Name Description Reference Contact rn ;, Project Owner Name/Title Telephone Email Project Designer Rroje�BtW t erforma q°` Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: MUP Project dnfarrnatevn21 ` Project - Description Name .:..:..:... .. . ................ fere.n.ce 11:!lEact lnfn'rmation.: Project Owner Name/Title Telephone Email Project Designer ;:Prodect EludgetntRBarmanceA ; x� Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: P.roiect lnfnrrmItion. `F 21 Mol Project Description Name ri _. .n ;F ._.. Reie �rte.Cant�it :: .. Irtforratit�n :..:. .. .. ;;::.. Project Owner Name/Title Telephone Email Project Designer P :Budget:and Pe ;rmance Original Final Contract #Contract #Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 TULOSO ROAD--LEOPARD ST.TO IN 37(BOND 2012)REBID City Project Number E12094 Rev 06-22.2016 Table 4—Safety Record questionnaire and Statement of Bidder's Safety Experience Organization doing business as: 13 � - - _ raffia; �dder'sa#e Btord and Ex erier,ce, Has the Bidder received any Citations for violations of OSHA within the past five (5)years? List Citations below (date and location of Citation) and provide full details in a separate attachment if yes.The fall details must include the type of violation or offense,the final disposition of the violation or offense, if any,and the penalty assessed. a 3 1 1 1 Has the Bidder received any Citations for violations of environmental protection laws or regulations within the past five (S)years? List Citations below(date and location of Citation)and provide full details in a separate attachment if yes.The full details must include the type of violation or offense,the final disposition of the violation or offense, if any, and the penalty assessed. Has the Bidder,within the past ten (10)years, been convicted of a criminal offense or been subject to a judgment for a negligent act or omission,which resulted in serious bodily injury or death? List convictions or judgments below and provide full details in a separate attachment if yes. 04:014neir►millo 'idr the folwing infs"rnaation rs:ailditiartal supportin make a determinat>lonsta;the respvnsihiliity of the Bidder 'TF 1 Bidder m i t ansyiierIhe fo)1"i�nifii�:�lu,���"iris and.p'ro�tdo ts eVide.. t�tat l fnee nrmum OSHA tonstruttton s fety standas and has a est i e�nlu " rite that dnes,nQyext+�ed;tlte li is establishec ow: _ , 1 Does the Bidder have a written construction safety program? ❑Yes ❑ No 2 Does the Bidder conduct regular construction site safety inspections? ❑Yes ❑ No 3 Does the Bidder have an active construction safety training program? ❑Yes ❑ No 4 Does the Bidder,or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. I Scaffolding ❑ Yes ❑ No ❑ N/A B. Excavation ❑ Yes ❑ No ❑ N/A C. Cranes& Hoists ❑ Yes ❑ No ❑ N/A D. Electrical ❑ Yes ❑ No ❑ N/A Statement of Experience 004516-10 TULOSO ROAD—LEOPARD ST.TO iH 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 Table 4—Safety Record questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection ❑ Yes ❑ No ❑ N/A F. Confined Spaces o Yes ❑ No ❑ N/A G. Material Handling u Yes ❑ No ❑ N/A H. Demolition ❑ Yes ❑ No ❑ N/A I. Steel Erection ❑ Yes ❑ No ❑ N/A J. Underground Construction ❑ Yes ❑ No ❑ N/A Does the Bidder have a lost time injury rate and a total recordable injury rate of less than or equal to the national average for North American Industrial Classification 5 System ("NAICS")Category 23 for each of the past five(5)years? Provide the ❑Yes ❑ No Bidder's OSHA 300 and 300A logs for the past five(5)years in a separate attachment. Does the Bidder have an experience modifier rate of 1.0 or less?Provide the 6 Bidder's NCCI workers' compensation experience rating sheets for the past five (5) ❑Yes ❑ No years in a separate attachment. Has the Bidder had any OSHA inspections within the past six(6) months? Provide 7 documentation showing the nature of the inspection,the findings,and the ❑Yes ❑ No magnitude of the issues in a separate attachment if yes. Statement of Experience 004516-11 TUL050 ROAD—LEOPARD 5T.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 Table 5—Demonstrated Minority, MBE, DBE Pa rti cipation Organization doing business as pEaject Sub�eactors anti suppliers ° x. Provide a list of anticipated Minority, MBE, QBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority MBE/136E Participation Policy Name Work to be Provided Estimated%of Contract Price i Statement of Experience 004516-12 TULOSO ROAD—LEOPARD ST.TO IH 37 (BOND 2012) REBID City Project Number E12094 Rev 06-22-2416 ARTICLE 5--CERTIFICATION 5.01 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. I 3 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 Statement of Experience 004516-13 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev 06-22-2016 t 1 00 52 23 AGREEMENT This Agreement,for the Project awarded on is between the City of Corpus Christi(Owner)and I (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK S 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project No. E12094 _ ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maverick Engineering,Inc. 400 Mann St. ,Suite 200 Corpus Christi,TX 78401 2.02 The Owner's Authorized Representative for this Project is: TBD ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 240 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 270 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 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones,Substantial Completion,and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 005223-1 TULOSO ROAD—LEOPARD ST.TO 1H 37(BOND 2412)REBID City Project Number E12094 Rev O5-22-2015 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$400 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$400 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 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. Agreement 005223-2 TULOSO ROAD—LEOPARD ST.TO 1H 37(BOND 2012)REBM City Project Number E12094 Rev06.22-2016 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 j balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set-offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option,retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion,the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option,Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.02 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 15.05 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 005223-3 TULOSO ROAD--LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev 06-22-2016 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.❑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 005223-4 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 RevO6.22-2016 ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor sha11 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 Contractors 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. b. NLA 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 One original 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. ATTEST CITY OF CORPUS CHRISTI Agreement 005223-5 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12D94 Rev 06.22.2016 Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services 1' 1 1 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 Title: ,person signing for CONTRACTOR is not President Vice President Chief Executive Officer,or Chief Financial Officer Address City State Zip Phone Fax EMall END OF SECTION Agreement 005223-6 TULOSO ROAD?--LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Revu6-22-2016 i 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 Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of the Contract) notice of Claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept of Insurance by calling the this instrument in 4 copies, each one of which shall following toll-free number.1-800-252-3439 be deemed an original. Performance Bond 006113-1 TULOSO ROAD—LEOPARD 5T.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev 01-1 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this j 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 Performance Bond OD 6113-2 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012)REBID City Project Number E12094 Rev 01-1 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): 1 Physical address(principal place of business): Owner Name: City of Corpus Christi,Texas Mailing address(principal place of business): Engineering Services Surety is a corporation organized and existing 1201 Leopard Street under the laws of the state of: Corpus Christi,Texas 78401 By submitting this Bond,Surety affirms its authority to do business in the State of Texas and Contract its license to execute bonds in the State of Texas. Project name and number: Telephone (main number): Telephone(for notice of claim): Local Agent for Surety Name: Award Date of the Contract: Address: Contract Price: Bond Telephone: E-Mail Address: Date of Bond: (Date of Bond cannot be earlier than Award Date The address of the surety company to which any of Contract) notice of claim should be sent may be obtained Said Principal and Surety have signed and sealed from the Texas Dept.of Insurance by calling the this instrument in 4 copies,each one of which shall followings toll-free number:1-800-252-3433 be deemed an original. Payment Bond Form 00 61 16-1 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev.01- 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 Payment Bond Form 006116-2 TULOSO ROAD—LEOPARD ST.TO IH 37(BOND 2012) REBID City Project Number E12094 Rev.01-: 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .....6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article2•-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 007200-1 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 3 7.04 Concerning Subcontractors,Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties..........................................................,................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...................................................................................................................... 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,-rests,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 007200-2 Corpus Christi Standards-Regular Projects 03-23-2015 Article 1O—OAR'sand Designer's Status During Construction..................................................................36 10.01 Owner's Representative............ ..................................................... .......................................36 1IO2Visits toSite............................ ................................................................................................B5 10�03 Resident Project Repnesentativex—.................. ....................--..........................................36 10.04 Rejecting Defective Work............................................. ..........................................................36 10.05 Shop Drawings, Modifications and Payments..................... ...................................................2S 10D6 Decisions onRequirements ofContract Documents and Acceptability nfWork...................37 10.07 Limitations onOAR!sand Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes inthe Work'----.--------.--..37 1I.01 Amending and Supplementing the Contract Documents.............................................. '-37 12.02 Owner-Authorized Changes in the Work................. ................. ..........................................38 11.03 Unauthorized Changes inthe Work........................................................................................38 21�04 Change ofContract Price ........................................................................................................39 12.05 Change ofContract Times......................... .............................................................................4O 1I,06 Change Proposals--'—.----''----- .................................... II07 Execution ofChange Orders ---''—.---_----.—'—.--'''''''--'---..40 21-08 INutioeto5urety......................................................................................................................41 ArticleIZ—Claims .......................................................................................................... ..........................4I 12.01 Claims......................................................................................................................................42 I2,02 Claims Process............................................. ............................................... .........................42 Article 1}—Cost ofthe Work;Allowances; Unit Price Work......................................................................43 13DICost ofthe Work............... .....................................................................................................43 13.02 Allowances.................................................................................... — ...................................46 13I3Unit Price Work.......................................................................................................................46 13,04 Contingencies....................... ............................................... ............................................ —.47 Article 14—Tests and Inspections;Correction, Removal, or Acceptance of Defective Work............__....47 14.01 Access toWork -------- ........................................................................................—47 1412 Tests Inspections, and Approvals................. .........................................................................47 14.03 Defective Work---------------------------------------..4O 14,04 Acceptance ofDefective Work...................................................... .......... ..............................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work..................... ...............................................................................4g 14.07 Owner May Correct Defective Work............................................................................ ..........5O General Conditions 007200'3 Corpus Christi Standards'Regular Projects 08'23'20I5 3 Article 15—Payments to Contractor;Set-Offs;Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's W a rra rity of Tit le................................................................................................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 ArticleIS—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 5everabifity......................................................... .................... ....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 1912 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 5urn......................... ..................................60 1 18.20 Contractor's Guarantee as Additional Remedy......................................................................60 General Conditions 007200-5 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 1 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 0 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 007200-6 Corpus Christi Standards-Regular Projects 03-23-2015 3 i 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 007200-7 Corpus Christi Standards-Regular Projects 03-23-2015 I i 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. Contractoi'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 007200-8 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 1n 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 007200-9 Corpus Christi Standards-Regular Projects 03-23-2015 I f 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 far Contractor's Applications for Payment. 43. 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, mate rialman,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 g to existing surface or subsurface structures at the Site, except Underground Facilities;or c. Hazardous Environmental Conditions at the Site. i i 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 wards 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 far 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 similarto"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 DPT 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 007200-11 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 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 007200-12 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 007200-13 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 Designerthrough 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 007200-14 Corpus Christi Standards-Regular Projects 03-23-2015 I I i i 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 007200-15 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 j discrepancies in the Contract Documents of which Contractor has actual knowledge. ! S. 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. S. 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 3 I 3 4.03 Progress Schedule 3 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 007200-17 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. 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 Corpus Christi Standards - Regular Projects 00 72 00 - 18 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 Corpus Christi Standards - Regular Projects 00 72 00-19 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 Corpus Christi Standards - Regular Projects 00 72 00 - 20 03-23-2015 4. A Change Order isto 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 Corpus Christi Standards - Regular Projects 00 72 00-21 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 Corpus Christi Standards - Regular Projects 00 72 00-22 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 Corpus Christi Standards - Regular Projects 00 72 00 - 23 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 Corpus Christi Standards - Regular Projects 00 72 00-24 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 ate:O served 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 Corpus Christi Standards - Regular Projects 00 72 00-25 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 15.01.6 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 Corpus Christi Standards - Regular Projects 00 72 00 - 26 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 Corpus Christi Standards - Regular Projects 00 72 00-27 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 Corpus Christi Standards - Regular Projects 00 72 00-28 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 Corpus Christi Standards - Regular Projects 00 72 00 - 29 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 Corpus Christi Standards - Regular Projects 00 72 00-30 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, L055 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 (1) 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 (111) 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 Corpus Christi Standards - Regular Projects 00 72 00-31 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 Toss. 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 Corpus Christi Standards - Regular Projects 00 72 00-32 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 maybe 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 Corpus Christi Standards - Regular Projects 00 72 00-33 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 Corpus Christi Standards - Regular Projects 00 72 00-34 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 Corpus Christi Standards - Regular Projects 00 72 00-35 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. 8. 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 Corpus Christi Standards - Regular Projects 00 72 00-36 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 Corpus Christi Standards - Regular Projects 00 72 00-37 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 Corpus Christi Standards - Regular Projects 00 72 00-38 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 13,01.0.3; 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 13.01.0.4, 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 Corpus Christi Standards - Regular Projects 00 72 00-39 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 Corpus Christi Standards - Regular Projects 00 72 00 - 40 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 rnust 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 Corpus Christi Standards - Regular Projects 00 72 00 - 41 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 Corpus Christi Standards - Regular Projects 00 72 00-42 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. lithe 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 Corpus Christi Standards - Regular Projects 00 72 00 - 43 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 Corpus Christi Standards - Regular Projects 00 72 00 - 44 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 13.01.0.4. 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 11.04.0 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 Corpus Christi Standards - Regular Projects 00 72 00 - 45 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 itern 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 ps 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 Corpus Christi Standards - Regular Projects 00 72 00-46 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 Corpus Christi Standards - Regular Projects 00 72 00 - 47 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 fora 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; S. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractors 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 Owners 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 Corpus Christi Standards - Regular Projects 00 72 00 - 48 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 Corpus Christi Standards - Regular Projects 00 72 00 - 49 03-23-2015 3. Contractor performs Work that may fail to conform to the Contract Documents when com pleted. 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 Corpus Christi Standards - Regular Projects 00 72 00 - 50 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; 1. 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 Corpus Christi Standards - Regular Projects 00 72 00-51 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 Corpus Christi Standards - Regular Projects 00 72 00-52 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 Corpus Christi Standards - Regular Projects 00 72 00 - 53 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 Corpus Christi Standards - Regular Projects 00 72 00-54 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, ora 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 Corpus Christi Standards - Regular Projects 00 72 00-55 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 Corpus Christi Standards - Regular Projects 00 72 00 - 56 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 clay of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. 8. 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 Corpus Christi Standards - Regular Projects 00 72 00 - 57 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 Corpus Christi Standards - Regular Projects 00 72 00-58 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 clays 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 Corpus Christi Standards - Regular Projects 00 72 00-59 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 Corpus Christi Standards - Regular Projects 00 72 00-60 03-23-2015 00 72 01 INSURANCE REQUIREMENTS ARTICLE 1— INSURANCE REQUIREMENTS NOTE TO SPECIFIER: Regarding Specialty Insurance Coveragetthe City PM will consult with City's Risk Management to determine if any of the 4 specialty insurance is required for this project. Consultant will indicate on chart if Required or Not Required per instructions from City PM. Consultant do not fill in information based on a previous project. 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 oiF r srarance t , it imum.lnsurance cot erage, Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage S. 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 Required if Contract Price > $5,000,000 $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. Required if excavation > 3 ft $1,000,000 Per Claim ® Required IN Not Required Builder's Risk (All Perils including Collapse) Required for vertical structures and bridges Equal to Full Replacement Cost of Structure and Contents ❑ Required ® Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price ❑ Required ® Not Required Insurance Requirements TULOSO ROAD - LEOPARD ST. TO IN 37 (BOND 2012) REBID City Project Number E12094 007201-1 Rev 06-22-2016 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. 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 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 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. L 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 Insurance Requirements 00 72 01- 2 TULOSO ROAD - LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 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. 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. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should 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; and 4. 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. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. 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; Insurance Requirements TULOSO ROAD - LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007201-3 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 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. Industry standard ISO Contractual Liability coverage will meet this obligation. 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. For Projects with a Contract Value that exceeds $5,000,000, 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 Owners Indemnitees as defined in Article 1 of the General Conditions; and 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 Insurance Requirements 00 72 01- 4 TULOSO ROAD - LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 Rev 06-22-2016 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. 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 rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 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 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 Insurance Requirements TULOSO ROAD - LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007201-5 Rev 06-22-2616 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. 1.05 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 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 Insurance Requirements TULOSO ROAD - LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007201-6 Rev 06-22-2016 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. 1.06 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 TULOSO ROAD - LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007201-7 Rev 06-22-2016 3. No requirements of this Contract maybe 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. If requested by the Owner, provide a copy of insurance policies, declaration pages and endorsements, and documentation of applicable self-insured retentions and deductibles. B. Contractor may block out (redact) any proprietary information or confidential premium pricing information contained in any policy or endorsement furnished under this Contract. 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. 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. 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 Insurance Requirements TULOSO ROAD - LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007201-8 Rev 06.22.2016 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. 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; Insurance Requirements TULOSO ROAD - LEOPARD ST. TO II -137 (BOND 2012) REBID City Project Number E12094 007201-9 Rev 06-22-2016 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 Insurance Requirements TULOSO ROAD - LEOPARD ST. TO II -137 (BOND 2012) REBID City Project Number E12094 00 72 01=10 Rev 06.22.2015 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 Tess 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. Wage Rate Requirements [Insert Project Name and Number] TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007202-1 REV 0' 1.04 PREVAILING WAGE RATES The minimum rates for various labor classifications as established by the Owner are shown below: Wage Determination Construction Type Project Type (WD) No 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). END OF SECTION Wage Rate Requirements [Insert Project Name and Number) TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007202-2 REV 01 General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 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: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. 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 01/08/2016 k 5UTX1987-001 12/01/1987 Rates CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.55 ELECTRICIAN $ 13.37 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 Fringes 2.58 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100% of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination • a Wage and Hour Division letter setting forth a position on a wage determination matter a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator 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 General Decision Number: TX160040 01/08/2016 TX40 Superseded General Decision Number: TX20150040 State: Texas Construction Type: Highway Counties: Aransas, Calhoun, Goliad, Nueces and San Patricia 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: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX2011-010 08/08/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 12.64 FORM BUILDER/FORM SETTER Paving & Curb $ 10.69 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 Fringes 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). 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 average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator 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 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 TULOSO ROAD — LEOPARD ST. TO IF! 37 (BOND 2012) REBID City Project Number E12094 007203-1 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: Ajoint 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 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS. 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 Minority / MBE / DBE Participation Policy TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007203-2 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 Maverick Engineering, Inc. Kleinfelder 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: Supplementary Conditions TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 007300-1 11-25-2013 Mont Dal onth. 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 31 rain days have been set for this Project. An extension of time due to rain days will be considered only after 31 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 include the following: a. Document Title:GEOTECHNICAL STUDY, Tuloso Road Improvements, Published by: Kleinfelder, Publication Date: March 25, 2013 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: NONE SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE : A. No explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 6 — CONTRACTOR'S RESPONSIBILITIES SC -6.01 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 Supplementary Conditions TULOSO ROAD -- LEOPARD ST. TO 111 37 (BOND 2012) REBID City Project Number E12094 007300-2 11-25-2013 01 1100 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. Tuloso Road — Leopard St. to I.N. 37 consists of removal of an existing 2 lane asphalt rural roadway and the construction of approximately 2,100 LF of a 2 lane street along with water improvements. The project construction components are as follows: • Asphalt pavement; 4" thick, 29' to 40' wide, with no curb and with concrete sidewalks & driveways • 80 LF -6x2 RC box culvert, headwalls & riprap, re -grade roadside ditches, and driveway culverts • 1,850 LF -8" PVC waterline, fire hydrants, valves, fittings, and service connections in accordance with the plans, specifications and contract documents. • 1,386 LF of 2" PVC electrical conduit and pull boxes • 1,135 LF of 4" gas line 1.03 WORK UNDER OTHER CONTRACTS A. The following items of work are not included in this Contract, but may impact construction scheduling and completion: 1. NONE B. In the case of a disagreement between the above list and those specified elsewhere in the Contract Documents, the Contractor is to base his Proposal on the most expensive listing. C. Completion of the Work described in this Contract may impact the construction and testing of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. Summary of Work TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 011100-1 Rev 01-13-2016 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. NONE B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Projector 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 Summary of Work TULOSO ROAD — LEOPARD ST. TO u -r 37 (BOND 2012) REBID City Project Number E12094 011100-2 Rev 01-13-2016 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 3100 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. Alternates and Allowances TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012310-1 11-25-2013 c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. 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 0131 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 0129 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 0133 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES None 1.04 DESCRIPTION OF ALLOWANCES A. The sum of $25,000 to be used for any unforeseen conditions or conflicts related to the proposed roadway improvements. B. The sum of $25,000 to be used for any unforeseen conditions or conflicts related to the proposed storm water drainage improvements. C. The sum of $25,000 to be used for any unforeseen conditions or conflicts related to the proposed water distribution improvements. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012310-2 11-25-2013 0129 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-1 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 3113 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures TULOSO ROAD --- LEOPARD 5T. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures TULOSO ROAD -- LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-3 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-4 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 0123 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-5 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 TULOSO ROAD LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-6 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-7 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 Application far Payment Procedures TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012900-8 03-11-2015 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 0129 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 0129 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 - 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; f. Demobilization; and g - Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment TULOSO ROAD — LEOPARD ST. TO IW 37 (BOND 2012) REBID City Project Number E12094 012901-1 Rev 01-13-2015 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2 — PREPARATION OF RIGHT OF WAY 1. Station 2. This item will be measured per station as the work progresses. C. Bid Item A-3 TRAFFIC CONTROL PLAN AND PREPARATION 1. Each 2. This item will be measured per lump sum as the work progresses. D. Bid Item A-4 — TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS 1. Each 2. This item will be measured per each traffic control plan used for construction. E. Bid Item A-5 — TRAFFIC CONTROL PLAN ITEMS (BARRELS, CONES, ETC.) 1. Month 2. This item will be measured per month the traffic control plan is in use. F. Bid Item A-6 — CONCRETE BARRIERS 1. Each 2. This item will be measured per 20 foot barrier used during construction G. Bid Item A-7 — SIGN BOARDS 1. Each 2. This item will be measured per electric sign board used during construction H. Bid Item A-8 - OZONE DAY 1. Day 2. This item will be measured by the "day" authorized as an ozone day during construction. Bid Item A-9 — SURVEY MONUMENT 1. Each 2. This item will be measured per each survey monument in its final position according to the plans. J. Bid Item A-10 — STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 1. Lump Sum 2. This item will be measured per lump sum. K. Bid Item A-11 — CONSTRUCTION ENTRANCE 1. Each 2. This item will be measured per each. Measurement and Basis far Payment TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 012901-2 Rev 01-13-2016 L. Bid Item A-12 —SILT FENCE FOR STORM WATER POLLUTION PREVENTION 1. Linear Foot 2. This item will be measured per linear foot of silt fence installed. M. Bid Item A-13 — ROCK FILTER DAM 1. Linear Foot 2. This item will be measured per linear foot of rock used. N. Bid Item A-14 — SEEDING FOR EROSION CONTROL 1. Square Foot 2. This item will be measured per square foot of area sprayed with hydromulch. O. Bid Item A-15 — INLET PROTECTION BARRIER 1. Linear Foot 2. This item will be measured per linear foot of silt fence used around inlets. P. Bid Item A-16—SUBSURFACE UTILITY ENGINEERING 1. Lump Sum 2. This item will be measured per lump sum for subsurface utility engineering services as required for construction. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment TULOSO ROAD — LEOPARD ST. TO IH 37 {BOND 2012) REBID City Project Number E12094 01 29 01- 3 Rev 01-13-2016 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 0157 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 0133 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012 REBID City Project Number [12094 013100-1 Rev 0143-2016 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 0133 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 Toss 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 0157 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013100-2 Rev 01-13-2016 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 0135 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 TULOSO ROAD — LEOPARD ST. TO IH 37 {BOND 2012} REBID City Project Number E12094 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 0135 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 lump sum price in the Bid Form for Exploratory Excavations. Pavement repairs associated with exploratory excavations outside the limits of the new pavement 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 rnanner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 0135 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 0131 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 Project Management and Coordination TULOSO ROAD -- LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013100-4 Rev 01-13-2016 OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the originai survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 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. Project Management and Coordination TULOSO ROAD -- LEOPARD ST. TO II -137 (BOND 2012} REBID City Project Number E12094 013100-5 Rev 01-13-2016 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 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 TULOSO ROAD LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013100-6 Rev 01-13-2016 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013100-7 Rev 01-13-2016 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: ............... .. ........ ........................ ................. Pu i3c A�genci .: O lttets• • Phone Number'. City Engineer 361-826-3500 Project Engineer—Michelle Patton, P.E. 361-696-3512 Traffic Engineering 361-826-3547 Project Management and Coordination TULOSO ROAD T LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013100-8 Rev 01-13-2016 Public Agencies/Contac Phone Number Police Department 361-882-2600 Water/ Wastewater/ Stormwater Gas Department 361-826-1800 (361-826-1818 after hours) 361-885-6900 (361-885-6942 after hours) 361-885-5999 (Dispatch after hours) Parks & Recreation Department 361-826-3461 Street Department 361-826-1875 City Street Div. for Traffic Signals Solid Waste & Brush 361-826-1610 361-826-1973 MIS Department (City Fiber) 361-826-3740 AEP 1-877-373-4858 AT&T 361-881-2511 (1-800-824-4424 after hours) Grande Communications 254-379-4400 Time Warner Communications Crown Castle Communications 1-888-632-0931 Century Tel 361-883-3000 Windstream Regional Transportation Authority 361-289-2712 Port of Corpus Christi Authority Engr. TxDOT Area Office 361-882-5633 361-808-2500 Corpus Christi ISD 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) 361-886-9005 END OF SECTION Project Management and Coordination TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013100-9 Rev 01-13-2(] 16 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 0133 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. 8. 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 0133 00 DOCUMENT MANAGEMENT. Project Coordination TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013113-1 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 0133 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 0129 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. Project Coordination TULOSO ROAD LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 Claims and proposed Modifications to the Contract. 013113-2 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 DAR (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 - 3 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number [12094 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. Project Coordination TULO5O ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013113-4 11-25-2013 4. Modifications. 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. Project Coordination TULOSO ROAD — LEOPARD ST. TO IN 37 (BOND 2012} REBID City Project Number E12094 013113-5 11-25-2013 5) Services entrance. 6) Feeders. 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 Project Coordination TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013113-6 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 Managernent TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013114-1 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 tr a specifically listed is a substitution. Follow the procedures in Paragraph 1.05 fora +stit on. B. Contractor may sub Specification where nufacturers' products that are in full compliance with the ions list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 0133 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 - 2 TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 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 isfinal. 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 TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013114-3 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 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013114-4 11-25-2013 0133 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 3304 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 DOCUMENTSUBMITTAL 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013300-1 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. 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 g. 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: 11 re a t ' ...:........ ; ©es .t`onOri inator 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013300-2 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: 'Do die T e:.cifi.`.:- :ion. Se,:.: n;? Application for Payment 0129 00 Change Proposal 01 31 14 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 0131 13 Photographic Documentation 0133 05 Progress Schedules 01 33 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 0133 02 Schedule of Values 0129 00 Substitutions 0131 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management TULOSO ROAD— LEOPARD ST. TO 11-137 (BOND 2012) REBID City Project Number E12094 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013300-4 11-25-2013 01 33 01 Submittal Register Product Information 022420 Silt Fence 025223 Crushed Limestone Flexible Base 025404 Asphalts. Oils and Emulsions 025412 Prime Coat Hoo Mix pha! 025424 icrete Pavement (Class A) 2. 2. 0256.08 ... Inlets 025802: Temporary Traffic Controls During Construction 025807. Pavement Markings (Paint and Therrno.plastic) 025816. , Raised Pavement Markers 025813 Preformed Thermoplastic Striping Words and En ibEems 026205 Ductile iron Pipe and Fittings 2.,3.,4.,5. 026210 Polyyinly.Chloride Pipe (AWWA C900 and C905) 2.,3.,4.,5.,6. 026404 Water.. Service Lines 026409 Tappirlg'Sleeves and Tapping Valves 026411. [ ate,Valves for Wateriini 026416 ;Fare; arants.. 027402 Rein [s oncrete Pipe Culverts .. Plan Sheet Pedestrian Hand Rail 82, :Ch:?in.Link:Fence 313 ` Poit[and Cement Concrete 2. Plan'Sht $ 03,2R20 Reinkrcing Steel 037040 055420 Submittal Register TULOSO ROAD - LEOPARD ST. TO1H 37 (BOND 2012) REBID City Project Number E12094 01 33 01-1 07-03.2014 0133 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: s 5peci Shop Drawing.Description 33 42 16.23 Reinforced Concrete Pipe Culverts 33 42 16.33 Reinforced Concrete Box Culverts Plan Sheet 85 Pedestrian Guard Rail Details B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 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. Shop Drawings TULOSO ROAD — LEOPARD ST. TO IH 37 (BON❑ 2012) REBID City Project Number E12094 013302-1 11-25-2013 C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 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 Shop Drawings TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013302-2 11-25-2013 attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. 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. R. 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 Shop Drawings TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013302-3 11-25-2013 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. 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 0170 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. Shop Drawings TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013302-4 11-25-2013 e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. 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. 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. g - 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. Shop Drawings TUL050 ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013302-5 11-25-2013 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 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 dearly 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. Shop Drawings TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013302-6 11-25-2013 B. Construct mockups for comparison with the Work being performed. 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. Shop Drawings TULOSO ROAD LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013302-7 11-25-2013 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. 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 0133 03 RECORD DATA. e. 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. Shop Drawings TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 01.3302-8 11-25-2013 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 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.E 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. Shop Drawings TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013302-9 11-25-2013 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. 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 Shop Drawings TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 01 33 02-10 11-25-2013 0133 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: 1Spe ii ti n Section Ord Contractor Red Line drawings for As -Built plans. B. Include Record Data in the Schedule of Documents required by SECTION 0133 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 TULOSO ROAD — LEOPARD ST. TO !H 37 (BOND 2012) REBID City Project Number E12094 01.3303-1 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 TULOSO ROAD — LEOPARD 5T. TO IH 37 (BOND 2012) REBID City Project Number E12094 013303-2 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 0170 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. Record Data TUL05O ROAD — LEOPARD 5T. TO IN 37 (BOND 2012) REBID City Project Number E12094 013303-3 11-25-2013 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, 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 0131 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. Record Data TULOSO ROAD — LEOPARD ST. TO IH 37 {BOND 2012) REBID City Project Number E12094 013303-4 11-25-2013 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. 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 0133 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 Record Data TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013303-5 11-25-2013 0133 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: Construction Progress Schedule TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012} REBID City Project Number E12094 013304-1 11-25-2013 1. Give early warning of delays in time for correction. 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 0133 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 - 2 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 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 TULOSO ROAD -- LEOPARD ST, TO 11-137 (BOND 2012) REBID City Project Number E12094 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule TULOSO ROAD — LEOPARD ST. TO IN 37 (BOND 2012) REBID City Project Number E12094 013304-4 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 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 01 33 05 - 1 11-25-2013 2.00 PRODUCTS 2.01 PHOTOGRAPHS A. Provide photographs in digital format with a minimum resolution of 1280 x 960, accomplished without a digital zoom. B. Take photographs at locations acceptable to the OAR. C. Provide two color prints of each photograph and a digital copy on a DVD of each photograph taken. D. Identify each print on back with: 1. Project name. 2. Date, time, location, and orientation of the exposure. 3. Description of the subject of photograph. E. Submit photograph in clear plastic sheets designed for photographs. Place only one photograph in each sheet to allow the description on the back to be read without removing the photograph. F. Final photographs are to include two 8 -by -10 -inch glossy color prints for each of ten photographs selected by the OAR. These photographs are in addition to normal prints. 2.02 VIDEO RECORDING A. Provide digital format on DVD that can be played with Windows Media Player in common format in full screen mode. B. Identify Project on video by audio or visual means. C. Video file size should not exceed 400 MB. D. Video resolution shall be 1080p. E. The quality of the video must be sufficient to determine the existing conditions of the construction area. Camera panning must be performed while at rest, do not pan the camera while walking or driving. Camera pans should be performed at intervals sufficient to clearly view the entire construction area. F. DVD shall be labeled with construction stationing and stationing should be called out, voice recorded, in the video. G. The entire construction area recording shall be submitted at once. Sections submitted separately will not be accepted. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013305-2 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: The Construction Sequence is included in the TCP Construction Drawings B. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. C. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 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; S. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 1 month prior to beginning the Work. Special Procedures TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013500-1 11-25-2013 1.03 CRITICAL OPERATIONS NONE 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: Max. Tim• e ". Out of Operation .. E ours ■ peration can be Shut Down Liguidated 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. E. Liquidated damages will be assessed if Work on critical operations is not completed within the time indicated. 1. These items are critical to the Loss of can subject the Owner to loss of revenue, additional operations cost, and fines from regulatory agencies. 2. Liquidated damages have been established for each critical operation. F. Designated Critical Operations are described in more detail as follows: 1. Critical Operation 1 2. Critical Operation 2 3. Critical Operation 3 1.04 OWNER ASSISTANCE NONE 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 013500-2 11-25-2013 0140 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 TULOSO ROAD — LEOPARD ST. TO IFI 37 (BOND 2012) REBID City Project Number E12094 014000-1 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 0131 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 TULOSO ROAD— LEOPARD ST. TO 1H 37 (BOND 2012) REBID City Project Number E12094 014000-2 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 0133 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 014000-3 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 0133 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 TULOSO ROAD — LEOPARD ST. TO IR 37 (BOND 2012) REBID City Project Number E12094 014000-4 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; I. 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 0133 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 014000-5 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 TULOSO ROAD — LEOPARD ST. TO 1H 37 (BOND 2012) REBID City Project Number E12094 014000-6 11-25-2013 E. Meet with the OPT 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. Discuss results of planning phase with the DAR. 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. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. Quality Management TULOSO ROAD — LEOPARD ST. TO IN 37 (BOND 2012) REBID City Project Number E12094 014000-7 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 Quality Management TULOSO ROAD -- LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 014000-8 11-25-2013 0150 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 1D temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. 8. 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 TULOSO ROAD — LEOPARD ST. TO Ili 37 (BOND 2012) REBID City Project Number E12094 015000-1 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 (NOT REQUIRED) A. A Temporary Field Office will not be required for this project. B. 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. C. Furnish a field office of adequate size for Contractor's use. Provide conference room space fora minimum of 15 people. D. 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. E. 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. Temporary Facilities and Controls TULOSO ROAD — LEOPARD ST. T011-137 (BOND 2012) REBID City Project Number E12094 0150 00 - 2 11-25-2013 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 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 Bond 2012 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. Temporary Facilities and Controls TULOSO ROAD -- LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 015000-3 11-25-2013 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain link construction unless shown otherwise. Provide gates with padlocks. 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 Facilities and Controls TULOSO ROAD — LEOPARD ST. TO JH 37 (BOND 2012) REBID City Project Number E12094 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. S. 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 0133 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 015700-3 11-25-2013 1.08 EARTH CONTROL A. Remove excess soil, spoil materials, and other earth not required for backfill at the time of generation. Control stockpiled materials to eliminate interference with Contractor and Owner's operations. B. Dispose of excess earth off the Site. Provide written approval from the property owner for soils deposited on private property. Obtain approval of the Owner if this disposal impacts the use of Site or other easements. 1.09 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 015700-4 11-25-2013 entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Corpus Christi Bay. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor'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 the Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor 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 NSA 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. 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 DD SPECIAL Temporary Controls TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 015700-5 11-25-2013 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. Contractor shall be responsible for contracting with a licensed structural engineer in the State of Texas to perform all inspections and provide documentation for windstorm certification to the Texas Board of Insurance. The Contractor shall be responsible for providing all necessary design/assembly documentation for all new 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 Temporary Controls TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 0157 00 - 6 11-25-2013 0170 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 DOCUM ENT 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 TULOSO ROAD — LEOPARD ST. TO IN 37 (BOND 2012) REBID City Project Number E12094 0170 00 - 1 11-25-2013 5. Work is complete and ready for final inspection. B. OPT will visit the Site to determine if the Project is complete and ready for Final Payment within a reasonable time after the notice is received. C. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. D. Take immediate steps to correct Defective Work. Notify the Designer when Defective Work has corrected. OPT will visit the Site to determine if the Project is complete and the Work is acceptable. Designer will notify the Contractor that the Project is complete or will notify the Contractor that Work is Defective. E. Submit the Request for Final Payment with the closeout documents described in Paragraph 1.06 if notified that the Project is complete and the Work is acceptable. 1.05 REINSPECTION FEES A. Owner may impose a Set-off against the Application for Payment in accordance with the General Conditions to compensate the OPT for additional visits to the Project if additional Work is required. 1.06 CLOSEOUT DOCUMENTS SUBMITTAL A. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. B. Warranties and bonds. C. Equipment installation reports on equipment. D. Shop Drawings, Record Data, and other documents as required by the Contract Documents. E. Evidence of continuing insurance and bond coverage as required by the Contract Documents. F. Final Photographs per SECTION 0133 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 0133 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 017000-2 11-25-2013 1. Provide a log of all equipment covered under the 1 year correction period specified in the General Conditions and all products for which special or extended warranties or guarantees are provided. Index the log by Specification Section number on forms provided. Include items 2.e through 2.g below in the tabulation. 2. Provide a copy of specific warranties or guarantees under a tab indexed to the log. Each document is to include: a. A description of the product or Work item; b. The firm name, with the name of the principal, address, and telephone number; c. Signature of the respective Supplier or Subcontractor to acknowledge existence of the warranty obligation for extended warranties and service agreements; d. Scope of warranty, bond, or services agreement; e. Indicate the start date for the correction period specified in the General Conditions for each product and the date on which the specified correction period expires. f. Indicate the start date for extended warranties for each product and the date on which the specified extended warranties period expires. g. Start date, warranty or guarantee period, and expiration date for each warranty bond and service agreement; h. Procedures to be followed in the event of a failure; and i. Specific instances that might invalidate the warranty or bond. D. Submit digital copies of the documents to the Designer for review. E. Submit warranties, bonds and services agreements within 10 days after equipment or components placed in service. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Execution and Closeout Requirements TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 017000-3 11-25-2013 SECTION 020100 SURVEY MON UMENTS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing survey monuments as required to complete the project. 2. MATERIALS a) Brass Monument Marker: 21/4" diameter brass disk with 3%" anchor rod to be provided by the City. b) Concrete: Class A, in accordance with Section 030020 "Portland Cement Concrete". c) Rebar: No. 5 deformed bar, 3% feet long, in accordance with Section 032020 "Reinforcing Steel". 3. CONSTRUCTION METHODS The location of survey markers shall be established in the field by the Engineer and/or his representative Surveyor. The Engineer and/or his representative Surveyor will provide four off -set stakes with intersecting string line for precise location of horizontal alignment to which the brass disk shall be positioned. The Contractor shall excavate hole and set formwork. Forms shall be placed to a tolerance which allows the precise position of the brass disk to be within one inch of the center of the concrete base. The Contractor shall place concrete in accordance with City Standard Specification Section 038000 "Concrete Structures". At the appropriate time, the Contractor shall place the brass disk (provided by the City) to its precise position in the uncured concrete. The brass disk shall be placed to within 1/4" tolerance of its intended location. Positioning of the base and brass disk will be checked by the Engineer and/or his representative Surveyor, Non-compliance with specified tolerances shall result in replacement at the Contractor's expense. The properly furnished survey monument shall be neat in appearance with the exposed brass face free of cement mortar and constructed to an elevation of approximately one inch of finished grade. (See Survey Markers Detail on the following page.) 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, survey monuments shall be measured as individual units for each monument placed. Payment shall be at the unit price bid, which price shall constitute full compensation for all work, materials, labor, equipment, tools and incidentals required to install the survey monuments complete in-place. 020100 Page 1 of 2 Dov 1:-3!!-2c1r TOP ELEV. AP PROX . 1" ABOVE NATURAL. GROUND 3I4" SILVER. SOLDER O.D.X .055 14e. a s. GA. BRASS TUBING DISC DETAIL A PLAN xxs. A I" CHAMFER REBAR 211 CLEAR NO. 5 REBAR r'-5='LONG CLASS 'A' CONCRETE SECTION A -A SURVEY MARKERS DETAIL -4 /a" " 020100 Page 2 of 2 Rev. 10 302C-4 SECTION 021020 SITE CLEARING AND STRIPPING I. 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, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the 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 disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10.30-2014 SECTION 021040 SITE GRADING 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 City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. F ill 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 windrow s shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (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 proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which 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 AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10.30.2014 SECTION 021080 REMOVING ABANDONED S I RUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, 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 he removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings 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 entirely at the Contractor's 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 five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. 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 salvaged and 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 that 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 021080 Page 1 of 3 Rev 1¢30-2074 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 the 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 diagrams 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. 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 drawings, timber piles shall be either pulled or cut off at the point not less than five (5) 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 five (5) feet below the permanent ground line and neatly squared off. 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. 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 excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, Ievee, or other structural feature shall be placed in Layers of the same depth as those required for placing 021080 Page 2 of 3 Rev 1-34-2C1T4 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. 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, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3of3 Rev. 10.30.2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all 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 (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). 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 than 200 feet of open trench left behind the trenching operation and no more than 500 Feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. 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 is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. 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 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one 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 on the plans and specifications. 022020 Page1 of 4 Rev. 3.25.2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure 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 installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (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 drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned 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 one foot below the bottom of the trench. When abandoned 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 one 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 utility lines which are known to be abandoned, these lines shall be cut flush with the 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 wastewater 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 line of the sewer so cut. (7) 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. 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 Page 2 of 4 Rev. 3-25-2015 (8) Backfill A. Backfill Procedure Around Pine (initial Backfill) All trenches and excavation shall be backfilled 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 as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement -stabilized sand backfill as described below. 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 ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. 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 (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity v,,astewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed l0 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev. 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form. excavation and backfill for utilities, including select material or cernciit-stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4 of 4 r ., 3-z -eat= SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches. shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5 -Ib (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 R. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A, Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev, 70.30-2014 G. Assume sole responsibility for ground water control systems and for any foss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity o[' potentially contaminated sites. 022021 Page 3of10 Rev. 10-30.2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30.2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev- 13 3C-7:)14 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work, C. Install piezometers or monitoring wells not Iess than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied, E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient «-ells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROLND WATER A. It is the intent that the Contractor discharge groundwater priInarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving \• Liter is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rett. 1030-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCIIARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial -t- Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Lin, its table must be analyzed prior to ground water discharge to the storm IA ater system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30.2014 shall remediate any damage to the storm water system and the environment to the s:i.t.isfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the 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. 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 manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30.2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for ►vorker 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 or Consultant, 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 and Consultant from all damages and costs 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 of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. 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 for Excavation Safety for Special Structures shall be per each excavation or by the lump sura for each special structure identified in the Proposal. 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. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. l - O2O 4 SECTION 022040 STREET EXCAVATION 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 inches in all areas to underlay compacted fill, curbs, base or pavement, by removing al] humus, vegetation and other unsuitable materials. Unless otherwise noted, remove existing trees, shrubs, fences, curb, gutter, sidewalk, drives, paving, pipe and structures and other items 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, provided that the material meets the requirements for roadway embankment as specified in Article 3 below. Unwanted or unsuitable 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 suitable material from the roadway excavation or with other suitable material. Maintain moisture and density until covered and protected by the subbase or base course. Remove soft or wet areas found at any time, replace with suitable material, and recompact (especially utility trenches). (B) Subgrade Preparation That area shown on the drawings for street construction shall be cut to grade, scarified to a depth not less than 6 inches, or as otherwise indicated on the drawings, and compacted to 95% Standard Proctor density (ASTM D69S} to )..ithin 0 to +3% of optimum moisture. The section may be accepted if no more than 1 in 5 of the most recent moisture or density tests is beyond +1% deviation from the required moisture or density requirement. Irregularities exceeding 1/2 inch in 16 feet shall be corrected. Soft areas found at anytime shall be removed, replaced with suitable material and compacted (especially at utility trenches). The correct moisture density relationship shall be maintained until the subgrade is protected. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the subgrade, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be rc-cornpacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev 1030-2014 (C) Curb Backfill and Topsoil (Sidewalks, Parkways, Islands, etc.) Fill and compact areas behind curbs and adjacent to sidewalks and driveways within 48 hours after completion of concrete work. The top 6 inches (where disturbed by construction or where unsatisfactory material is exposed by excavation) of finish 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 that detracts from its appearance or hampers the growth of grass. Topsoil shall meet the requirements specified in City Standard Specification Section 028020 "Seeding". (D) Matching Grades at Right -of -Way Line Finish grade at the property line shall be as shown on the drawings. 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 three horizontal to one vertical (3:1) or flatter. (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 which, 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 ROADBED MATERIALS Where shown on the plans, Select Material 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. Material used for roadway embankment shall meet the requirements of City Standard Specification Section 022100 Select Material. 4. GEOGRID If indicated on the drawings, geogrid shall be placed in the base layer according to the pavement details to provide a mechanically -stabilized aggregate base layer within the pavement structure. Geogrid shall be "Tensar TX5 Triaxial Geogrid", or pre -approved equivalent. Use (and approval) of a different product must be supported by documentation showing that the alternate pavement section will meet or exceed the required number of 18 -kip equivalent single axle loads (ESAL) and structural number (SN) over the stated pavement design life, and the pavement design must be sealed and signed by a Texas professional engineer. Documentation must also include the structural design value used for the geogrid structural contribution, based on and supported by 022040 Page 2 of 3 Rev. 10 3:] 204 validated test data. Alternate pavement designs shall utilize the same structural design values for other pavement structural components (HMAC, base, sub -base) as used in the original pavement design, and the pavement designs must be approved by the Engineer and the geotechnical consultant. Contractor shall take care to protect geogrid from damage. Overlap edges of geogrid in accordance with the manufacturer's recommendations, but not less than 12 inches. Do not drive tracked equipment directly on the geogrid. Provide at least 6 inches of compacted aggregate base material over the geogrid before driving any tracked equipment over the geogrid area. Standard highway - legal rubber -tired trucks may drive over the geogrid at very slow speeds (less than 5 mph). Avoid turns and sudden starts and stops when driving on the geogrid. Any damaged geogrid shall be replaced by the Contractor at no additional cost to the City. Proper replacement shall consist of replacing the affected area adding 3 feet of geogrid in each direction beyond the limits of the affected area. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, street excavation shall be measured and paid for by the square yard to the limits shown on the drawings including excavation for street transitions. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, compacted subgrade shall be measured and paid for by the square yard to the limits shown on the drawings. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, borrow material and incidentals necessary to complete the work. Unless otherwise specified on the Bid Form, geogrid shall be measured and paid for by the square yard to the limits shown on the drawings, excluding overlaps. Payment shall be full compensation for furnishing all labor, materials, tools, equipment, and incidentals necessary to complete the work. Ail work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 Rev. 10.30.2014 SECTION 022060 CHANNEL EXCAVATION 1. DESCRIPTION This specification shall govern all work for Channel Excavation required to complete the project. 2. CONSTRUCTION METHODS Trees, stumps, brush and other vegetation shall be removed and hauled away. 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 drawings, 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. 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. The bottom and sides of the ditch or channel shall be undercut a minimum depth sufficient to accommodate topsoil for seeding, sodding, or slope protection, as indicated on the drawings. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments in accordance with City Standard Specification Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on drawings, or as directed, and the 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. Unsuitable channel excavation in excess of that needed for construction shall become the property of the Contractor and removed from the site and properly disposed of. 3. SELECTION OF MATERIALS Where shown on the drawings, selected materials shall be utilized in the formation of embankment or to improve the roadbed, provided that the material meets the requirements specified in City Standard Specification Sections 022040 "Street Excavation" and 022100 "Select Material", 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 the limits and at elevations required. Concrete for lining channels, where specified on the drawings, shall be Class "A" in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, 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 or drainage ditch, as specified. Channel excavation shall include, but not be limited to, clearing and removal of vegetation, excavation, de -watering, embankment, compaction, hauling, and disposal. Channel excavation shall not include undercutting to accommodate topsoil, sod, or slope protection. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. 022060 Page 1 of 1 Rev. 325-2075 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new em bankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (1 0) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 11:1-3D-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers, All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100"Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2614 SECTION 022100 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 non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid F urrn, select material shall not be measured for pay, but shall be subsidiary to the appropriate hid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self-Suppmted Fence -This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence -This system consists of fence posts, spaced no more than 8-1/2 feet apatt, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self-Suppotted Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike- This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope comer. C. Packaging Requirements: Priorto installation, the fabric shall be protected from damage due to ultraviolet light and moisture by either wrappers or inside storage. 022420 Page 1 o f2 Rev 10.30-2014 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 by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall not be measured by the linear to complete the work. Payment shall include, but not be limited to, placing, maintaining for payment, but shall be subsidiary to the bid item Storm Water Pollution Prevention Plan (SWPPP) 022420 Page 2 of2 Rev la 3-U a14 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MA 1'bRTAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -Supported Fence - This system consists of fence posts, spaced no more than 8- 1/2 feet apart, and geotextile without net reinforcement. Fence posts shall be a minimum of 42 inches long, embedded at least one (1) foot into the ground, and constructed of either wood or steel. Soft wood posts shall be at least 3 inches in diameter or nominal 2 x 4 inches in cross section and essentially straight. Hardwood posts shall be a minimum of 1.5 x 1.5 inches in cross section. Fabric attachment may be by staples or locking plastic ties at least every 6 inches, or by sewn vertical pockets. Steel posts shall be T or L shaped with a minimum weight of 1.3 pounds per foot. Attachment shall be by pockets or by plastic ties if the posts have suitable projections. Type 2: Net -Reinforced Fence - This system consists of fence posts, spaced no more than 8-1/2 feet apart, and geotextile with an attached reinforcing net. Fence posts shall meet the requirements of Self -Supported Fence. Net reinforcement shall be galvanized welded wire mesh of at least 12.5 -gauge wire with maximum opening size of 4 x 2 inches. The fabric shall be attached to the top of the net by crimping or cord at least every 2 feet, or as otherwise specified. Type 3: Triangular Filter Dike - This system consists of a rigid wire mesh, at least 6 -gauge, formed into an equilateral triangle cross-sectional shape with sides measuring 18 inches, wrapped with geotextile silt fence fabric. The fabric shall be continuously wrapped around the dike, with a skirt extending at least 12 inches from its upslope corner. 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. 022420 Page 1 of 2 +t[:v 13-30-20'.4 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 by labels securely affixed to the fabric rolls. This ticket or label must list the following information: a. Name of manufacturer or supplier b. Brand name and style c. Manufacturer's lot number or control number d. Roll size (length and width) e. Chemical composition 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, silt fence shall be measured by the linear foot. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. Payment shall include, but not be limited to, placing, maintaining and removing the silt fence. 022420 Page 2 of 2 Rev. 10.30.2014 SECTION 025205 PAVEMENT REPAIR, CURB, GUTTER, SIDEWALK AND DRIVEWAY REPLACEMENT 1. DESCRIPTION This specification shall govern the removal and replacing of all types of pavements and surfacing required to complete the project. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions used along with this specification shall conform to the respective following specifications: City Standard Specifications Section 022020 "Excavation and Backfill for Utilities" Section 022100 "Select Material" Section 025223 "Crushed Limestone Flexible Base" Section 025424 "Hot Mix Asphaltic Concrete Pavement" Section 025610 "Concrete Curb and Gutter" Section 025612 "Concrete Sidewalks and Driveways" Section 025620 "Portland Cement Concrete Pavement" Section 030020 "Portland Cement Concrete", Class "A" Concrete Section 032020 "Reinforcing Steel" Section 038000 "Concrete Structures". 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. BACKFIH,L OF TRENCH Excavation and backfilling of trench shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities." 5. REPLACING STREET AND OTHER PAVEMENT All pavements, driveways, sidewalks, and curbs and gutters which are cut shall be replaced in a workmanlike manner, with like or better materials or per pavement repair details on the drawings. 025205 Page 1 of 2 Rev. 3-25-241 6. REPLACING DRIVEWAY PAVEMENT On all concrete driveway pavements, 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 inches each way with additional diagonal bars as indicated on the drawings. Any other type shall be replaced with like or better replacement. Replacement shall, in general, be to original joint or score mark. 7. REPLACING SIDEWALKS On all sidewalk pavements, 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 x W2.9 welded wire fabric located at mid -depth in the slab. 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 of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 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 otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement -stabilized sand backfill, flexible base, prime coat, hot -unix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 325-2015 SECTION 025210 LIME STABILIZATION 1. DESCRIPTION This specification shall consist of treating the subgrade, subbase or base by the pulverizing, addition of lime, mixing and compacting the mixed material to the required density. This specification applies to natural ground, embankment, existing pavement structure or proposed base, and shall be constructed as specified herein and in conformity with the typical sections, lines and grades as shown on the plans or as established by the Engineer. 2. MA 1 ERIALS (1) The lime shall be a commercially produced "Hydrated Lime" in accordance with AASHTO M216, or in accordance with TxDOT Specification Item 260. The specifications apply specifically to the normal hydrate of lime made from "high- calcium" type limestone. Hydrated lime for stabilization purposes shall be applied as a slurry. (2) Lime to be used for the treated subgrade, existing subbase, existing base or proposed base is determined by preliminary tests and shall be applied at a rate indicated on the drawings, but no less than 6%. 3. EQUIPMENT The machinery, tools and equipment necessary for proper prosecution of the work shall be on the project and approved by the Engineer prior to the beginning of construction operations. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. Hydrated lime shall be stored and handled in closed weatherproof containers until immediately before distribution on the roadbed. If storage bins are used, they shall be completely enclosed. Hydrated lime in bags shall be stored in weatherproof buildings with adequate protection from ground dampness. If lime is furnished in trucks, each truck shall have the weight of lime certified on public scales. If lime is furnished in bags, each bag shall bear the manufacturer's certified weight. Bags varying more than 5 percent from that weight may be rejected and the average weight of bags in any shipment, as shown by weighing 50 bags taken at random, shall not be less than the manufacturer's certified weight. 025210 Page 1 of 4 Rev. 10.30-2014 4. CONSTRUCTION METHODS General - It is the primary requirement of this specification to secure a completed course of treated material containing a uniform lime mixture, free from loose or segregated areas, of unifonn density and moisture content, well bound for its full depth and with a smooth surface suitable for placing subsequent courses. It shall be the responsibility of the Contractor to regulate the sequence of his work, to use the proper amount of lime, maintain the work and rework the courses as necessary to meet the above requirements. Application - Lime shall be spread only on that area where the first mixing operations can be completed during the same working day. Unless otherwise shown on drawings, lime shall be applied at a rate in pounds of dry -hydrated lime per square yard, in the form of a slurry. Application rate may be varied by the Engineer, if conditions warrant, but no less than 6% must be applied, Certification of lime quantity and quality shall be provided as required to monitor the application. Certification should be in the form of weight tickets which indicate the actual weight of dry hydrated lime, CA(OH)2. The application and mixing of lime with the material shall be accomplished by the method hereinafter described. The lime shall be mixed with water in trucks with approved distributors and applied as a thin water suspension or slurry. Mixing - The mixing procedure shall be as hereinafter described. (a) First Mixing: The material and lime shall be thoroughly mixed by approved road mixers or other approved equipment, and the mixing continued until, in the opinion of the Engineer, a homogeneous, friable mixture of material and lime is obtained, free from all clods or lumps. Materials containing plastic clays or other material which will not readily mix with lime shall be mixed as thoroughly as possible at the time of the Iime application, brought to the proper moisture content and left to cure 1 to 4 days as directed by the Engineer. During the curing period, the material shall be kept moist as directed. (b) Final Mixing: After the required curing time, the material shall be uniformly mixed by approved methods. If the soil binder -lime mixture contains clods, they shall be reduced in size by raking, blading, discing, harrowing, scarifying or the use of other approved pulverization methods so that, when all nonslaking aggregates retained on the No. 4 sieve are removed, the remainder of the material shall meet the following requirements when tested dry by laboratory sieves: 025210 Page 2 of 4 Rev. 10-30-2014 Percent Minimum Passing 1" Sieve.. 100 Minimum Passing No. 4 Sieve 85 Old bituminous wearing surface shall be pulverized so that 100% will pass a 2 ''/2" sieve. During the interval of time between applications and mixing, hydrated lime that has been exposed to the open air for a period of 6 hours or more, or to excessive loss due to washing or blowing, will not be accepted for payment. Compaction - Compaction of the mixture shall begin immediately after final mixing and in no case later than 3 calendar days after final mixing, unless approval is obtained from the Engineer. The material shall be aerated or sprinkled as necessary to provide the optimum moisture, Compaction shall begin at the bottom and shall continue until the entire depth of mixture is uniformly compacted as hereinafter specified. If the total thickness of the material to be treated cannot be mixed in one operation, the previously mixed material shall be bladed to a windrow just beyond the area to be treated and the next layer mixed with lime as previously specified. The first layer of the material shall be compacted in such a manner that the treated material will not be mixed with the underlying material. The course shall be sprinkled as required to maintain moisture content on the wet side of optimum and compacted to the extent necessary to provide the specified density. Unless shown otherwise on the drawings, all lime treated subgrades, sub -bases, and bases that are not in direct contact with surface or binder course shall be compacted to a minimum of 95% Standard Proctor density (AASHTO T99), unless otherwise specified. In addition to the requirements specified for density, the full depth of the material shown on the plans shall be compacted to the extent necessary to remain firm and stable under construction equipment. After each section is completed, tests, as necessary, will be made by the Engineer. If the material fails to meet the density requirements, it shall be reworked as necessary to meet these requirements. Rework, when required to meet pulverization requirements or density requirements, shall include the addition of lime, about 10% to 15% of the initial application rate, or as deemed necessary by the Engineer. A new optimum density will be obtained. Throughout this entire operation, the shape of the course shall be maintained by blading, and the surface, upon completion, shall be smooth and in conformity with the typical section shown on the drawings and to the established lines and grades. 025210 Page 3 of 4 Rev. 1030-2014 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, lime stabilization for bases, sub -bases and subgrade shall be measured by the square yard of lime -stabilized material in place. Pulverizing, mixing, watering grading, compacting, working material etc., shall not be measured for pay but shall be subsidiary to other work. Payment shall be full compensation for all materials, labor, equipment, tools, and incidentals necessary for the completion of work. 025210 Page 4 of 4 Rev. 10.30.2014 SECTION 025223 CRUSHED LIMESTONE FLEXIBLE BASE I. DESCRIPTION This Specification shall govern all work for furnishing and placing Crushed Limestone Flexible Base required to complete the project. 2. MATERIAL Crushed Limestone Flexible Base shall consist of crushed limestone produced from oversize quarried aggregate, sized by crushing and produced from a naturally occurring single source, meeting the requirements for Type 'A' material as specified in Texas Department of Transportation (TxDOT) Specification Item 247 "Flexible Base". Crushed gravel or uncrushed gravel shall not be acceptable. No blending of sources andlor additive materials will be allowed. The material shall be free of vegetation and shall be approved by the Engineer. All acceptable material shall be screened and the oversize shall be crushed and returned to the screened material in such a manner that a uniform product will be produced which meets all of the physical requirements for Grade 1-2 as specified in TxDOT Specification Item 247 "Flexible Base". 3. TESTING The City will engage a laboratory and pay for one test each gradation, liquid limit, plasticity index, modified proctor, moisture -density relation, CBR, and necessary field densities. The Engineer may call for additional tests at any time. The cost of all retests, in case of failure to meet specifications, will be deducted from the Contractor's payment. The City will pay for proctor and soil constants and abrasion tests at the rate described in the materials testing schedule. If material changes, the Contractor shall pay the cost of additional tests required by the Engineer. The Engineer may waive testing andlor lime admix for small amounts for unimportant uses. 4. CONSTRUCTION METHODS Prior to placement of flexible base, the surface of the previous underlying course shall be finished true to line and grade as established, and in conformity with the typical section shown on the drawings. Grade tolerance shall be generally 1/2 inch, and highs and lows must approximately balance. If called for in the drawings or elsewhere in the contract documents, geogrid, as specified in City Standard Specification Section 022040 "Street Excavation", shall be placed as indicated. Flexible base shall be delivered and spread the same day if possible (no later than the next day). Base shall be mixed as required to produce a uniform mixture with water. Base shall be placed in uniform lifts not to exceed 10 inch loose lifts or 8 inch compacted lifts. Moisture and density requirements shall be as indicated on the drawings, typical minimum 98% Modified Proctor 025223 Page 1 of 2 Rev. 3-25.2015 (ASTM D1557) under flexible pavements or typical minimum 98% Standard Proctor (ASTM D698) under concrete pavement and to within ± 2% of optimum moisture. The section may be accepted if no more than 1 of the 5 most recent moisture or density tests is outside of the specified limits, and the failed test is within ±1% deviation from specified moisture or density requirements. The surface of the compacted base, after meeting moisture and density requirements, shall be primed in accordance with City Standard Specification Section 025412 "Prime Coat". On completion of compaction and priming, the surface shall be smooth and conform to lines, grades, and sections shown on the drawings. 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 material, reshaping, and recompacting by repriming and rolling. Moisture and density shall be maintained until the paving is complete. Excessive loss of moisture shall be prevented by sprinkling, sealing, or covering with a subsequent layer. Should the base, due to any reason or cause, lose the required stability, density, or moisture before it is protected by placement of the next layer, it shall be re -compacted, refinished, and retested at the expense of the Contractor until acceptable to the City. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, crushed limestone flexible base shall be measured by the square yard complete in place. Payment shall be full compensation for all materials, royalty, hauling, placing, compacting, labor, equipment, tools, and incidentals necessary for the completion of work. Prime shall be measured and paid under separate bid item if specified on the Bid Form. Geogrid shall be measured and paid under separate bid item if specified on the Bid Form. 025223 Page 2 of 2 Rev 3255-2015 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department o f' Transportation Test Methods, the various materials shall meet the applicable requirements of 1 xDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, DATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10.30.2014 SECTION 025412 PRIME COAT I. DESCRIPTION This specification shall consist of an application of asphalt 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. Asphalt material sha€I not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE- P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt 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 asphalt 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 asphalt 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 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 asphalt 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 City Standard 025412 Page 1 of 2 Rev. 10.30.2014 Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. 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. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, Iabor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10.30.2014 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 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. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 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 TxDOT Test Method 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 the 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 TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method 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 pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed 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 No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 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 Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 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 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method 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 the 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 025424 Page 2 of 8 Rev. 3.25.2015 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. If the specific gravity of any of the types of aggregates differs 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 TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base C Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 o.10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 I 0-2 5 11-26 No.80 2-12 3-13 3-13 4-14 No. 200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 ] 4 025424 Page 3 of 8 Rev. 325-2015 * 2-8 when TxDOT Test Method Tex -200-F, Part H (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 coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: 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 TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods 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 weigh 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 025424 Page 4 of 8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) 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. 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 'oa b -mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pug -mill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix PIant. 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 'o� b_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 TxDOT Test Method 1'1;X -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 025424 Page 5 of 8 Rey. 3-25-2015 rising but not when the air temperature is 50 degrees F 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. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. if a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "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. Tack coat is required before any pavement course not placed immediately following the previous course placement. 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 is 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 that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section 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, but shall not be in the anticipated wheel path of the roadway. 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 degrees F. 025424 Page 6 of 8 Re,/ 3.25.2015 63. 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 no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine tlhe 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 thickness(es) shall be more than 1/4 inch 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 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that 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 025424 Page 7 of 8 Rev. 3255-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 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 AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket"' identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall 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. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight 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. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page 8 of 8 Rev. 325-2015 SECTION 025610 CONCRETE CURB AND GUTTER 1. DESCRIPTION This specification shall consist of Portland cement concrete 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 drawings. 2. MATERIALS Unless otherwise specified on the drawings, materials and proportions for concrete used in construction under this specification shall conform to the requirements as specified for Class "A" Concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood material meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". 3. CONSTRUCTION METHODS The foundation shall be excavated and shaped to line, grade and cross-section, and hand tamped and sprinkled. If dry, the subgrade or foundation material shall be sprinkled lightly with water and compacted to not less than 98% Standard Proctor density, or as required on the drawings. Flexible base shall be compacted to specified density and moisture 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 of 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. For reinforced concrete roadways, all jointing must be reflected through the curb, including redwood expansion joints and construction joints. Driveway gutter shall be placed integrally with the driveway as shown on the City Standard Details. The reinforcing steel shall be placed in position as shown on the typical details. Care shall be exercised to keep all reinforcing 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 premolded insert or board joint of cross-section specified for the curb and gutter, and of the thickness indicated on the drawings. 025610 Page 1 of 2 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 the drawings. All exposed surfaces of curb and gutter, or curb, shall be brushed to a smooth and uniform surface. The completed curb and gutter shall be cured with Type 2, white pigmented curing compound unless shown otherwise on the drawings. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. The area behind the curb shall be backfilled, tamped, and sloped as directed as soon as possible and no later than 48 hours after the removal of forms. Backfill shall be placed to the full height of the curb, or as otherwise specified. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb and gutter or concrete curb will be measured by the linear foot for each type of curb, complete in place. Payment shall be full compensation for preparing the subgrade; for furnishing and placing all materials including reinforcing steel and expansion joint material; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025610 Page 2 of 2 Rev. 3-5-2015 SECTION 025612 CONCRETE SIDEWALKS AND DRIVEWAYS 1. DESCRIPTION This specification shall consist of sidewalks and driveways, with or without reinforcing steel, composed of Portland cement concrete, constructed as herein specified on an approved subgrade, in conformity with the lines and grades established by the Engineer and the details shown on the drawings. 2. MATERIALS Materials and proportions used in construction under this item shall conform to the requirements as specified for Class "A" concrete under City Standard Specification Section 030020 "Portland Cement Concrete". Reinforcing steel shall conform to the requirements as specified in City Standard Specification Section 032020 "Reinforcing Steel". Expansion joint filler shall be redwood meeting the requirements specified in City Standard Specification Section 038000 "Concrete Structures". Cap seal shall be "Greenstreak" or approved equal. 3. CONSTRUCTION METHODS The subgrade shall be excavated, compacted and shaped to line, grade and cross-section and hand tamped and sprinkled with water. Subgrade under concrete sidewalks and driveways shall be compacted to not less than 95% Standard Proctor density. The subgrade shall be within 0-3% of optimum moisture content at the time the concrete is placed. Forms shall be of wood or metal, ofa section satisfactory to the Engineer, straight, free from warp, and ofa depth equal to the thickness of the finished work. They shall be securely staked to line and grade and maintained in a true position during the depositing of concrete. The reinforcing steel shall be placed in position as shown on the drawings. Care shall be exercised to keep all reinforcing steel in its proper location. Driveways shall incorporate the gutter in a unified concrete placement as shown in the City Standard Detail for driveways. Sidewalks shall be constructed in sections of the lengths shown on drawings. Unless otherwise provided by the drawings, no section shall be ofa length less than 8 feet, and any section less than 8 feet shall be removed by the Contractor at his own expense. 025612 Page 1 of 2 Rev. 325-2015 The different sections shall be separated by a premolded insert or board joint of the thickness shown on the drawings, placed vertically and at right angles to the longitudinal axis of the sidewalks. Where the sidewalk or driveways abut a curb or retaining wall, approved expansion joint material shall be placed along their entire length. Similar expansion joint material shall be placed around all obstructions protruding through sidewalks or driveways. Concrete shall be mixed in a manner satisfactory to the Engineer, placed in the forms to the depth specified and spaded and tamped until thoroughly compacted and mortar entirely covers the surface. The top surface shall be floated with a wooden float to a gritty texture. The outer edges and joints shall then be rounded with approved tools to the radii shown on drawings. 5 -foot wide sidewalks shall be marked into separate sections, each 5 feet in length, by the use of approved jointing tools. For other Ne idths of sidewalk, joints to be spaced longitudinally to match the transverse width. When completed, the sidewalks and driveways shall be cured with Type 2, white pigmented curing compound. Other methods of curing as outlined in City Standard Specification Section 038000 "Concrete Structures" will be acceptable with a required curing period of 72 hours. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Forrn, concrete sidewalks and driveways shall be measured by the square foot of surface area of completed sidewalks, driveways, or sidewalks and driveways, as indicated on the drawings. Payment shall be full compensation for preparing and compacting the subgrade; for furnishing and placing all materials including concrete, reinforcing steel and expansion joint material; and for all manipulation, labor, tools, equipment and incidentals necessary to complete the work. 025612 Page 2 of 2 Rev. 3.25-2015 SECTION 025614 CONCRETE CURB RAMPS 1. DESCRIPTION This specification shall govern all work necessary for constructing Concrete Curb Ramps required to complete the project. 2. MATERIALS Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications. Reinforcement shall be 4x4 - W2.9xW2.9 welded wire fabric or #4 steel reinforcing bars spaced at 12 inches each way in accordance with Section 032020 "Reinforcing Steel" of the City Standard Specifications. 3. CONSTRUCTION METHODS The subgrade shall be shaped to line, grade and cross-section, and shall be of uniform density and moisture when concrete is placed. The subgrade shall be hand tamped and sprinkled with water to achieve the desired consistency and uniform support. Subgrade compaction shall not be less than 95% Standard Proctor density. Ramps shall be constructed of Class "A" concrete to line and section as shown on the plans. Unless shown otherwise on the drawings, ramps shall have a minimum concrete thickness in excess of 5 inches, prior to application of the detectable warning surfacing. Slopes, S, shall be as follows, unless shown otherwise on the drawings: RAMPS Ramp in direction of travel 5 < 1:12 Side slope of ramp (flare) 5 < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalks .. 5 < 1:10 Width of ramp shall be 60 inches (minimum), exclusive of flare, unless specifically shown otherwise on the drawings. No ramp shall be less than 36 inches wide under any circumstances. Obstructions 025614 Page 1 of 2 Rev. 3.25-2015 shall be removed or relocated, as appropriate, or the Location of the ramp may be shifted, if authorized. Detectable warning surface shall be polymer composite material detectable warning panels as shown on the drawings. Surfacing shall be flush with abutting areas and placed using a template as required to achieve an esthetic well-defined edge. Surfacing shall be subsidiary work and will not be measured for separate pay. Pavement markings for street crossings shall be placed such that the crosswalk is properly aligned with respect to the curb ramp. See striping details for proper alignment of pavement markings with respect to intersection and curb ramp. Properly constructed curb ramp shall be true to line, section and grade, and shall be free of Ioose material and irregularities. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete curb ramps shall be measured by the horizontal square foot of ramp surface area, including side flares when used. Adjoining curbs, gutters, sidewalks, and driveways will be excluded from said measurement. Payment shall include, but not be limited to, subgrade preparation, formwork, concrete, rebar, detectable warning surfaces, borders, molding and curing required to complete the curb ramp, and shall be full compensation for all labor, materials, equipment and incidentals required to complete the work. 025614 Page 2 of 2 Rev. 3.25.2015 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION I. 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, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the " "I exas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall prov ide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 R e•v. 10 30 2"1.4 A competent person, responsible for implernentation 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 at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." Example Blue Sign 24 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be rneasured 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, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, equipment, materials, personnel, and incidentals necessary to provide a safe condition during 025802 Page 2 of 3 construction of all phases and elements of the project and to complete the work. Payment will be made on the fel [owing basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). the balance will be paid with the final estimate, upon completion of the project. 025802 Page 3 of 3 Rev. 70.30.2014 SECTION 025805 WORK ZONE PAVEMENT MARKINGS 1. SCOPE. This specification covers the placement, maintenance and removal of work zone pavement markings, which are temporary pavement markings to be placed on roadways that are open to traffic during various work phases, 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, Markings are to be 3M Staymark 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 on the drawings. 5. VISIBILITY. When in place, the pavement markings (during daylight hours) shall be distinctively visible for a minimum of 300 feet. When in place, the pavement markings (when illuminated by automobile low -beam headlights at night) shall be distinctively visible for a minimum of 160 feet. The above day and night visibility requirements shall be met when viewed from an automobile traveling on the roadway. 6. PLACEMENTS AND MAINTENANCE. At sunrise and sunset of each day and before each phase change, work zone pavement markings meeting all specification requirements shall be in place on all roadways on which traffic is allowed and where suitable permanent pavement markings are 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 drawings, work zone markings shall be placed as follows: Condition Spacing Length of Stripe Straight 80 feet (approximate) 24 inches Curve < 2° 80 feet (maximum) 24 inches Curve > 2* 40 feet (maximum) 24 inches The spacing of stripes may be modified by the Engineer. However, the maximum spacing specified above shall not be exceeded in any case. 025805 Page 1 of 2 Ran, •C C 2L:1c The Contractor will be responsible for maintaining the work zone pavement markings for a maximum period of two weeks. If, however, the Contractor is also responsible for placing the standard pavement markings, the Contractor will be responsible for maintaining the work zone pavement markings until permanent pavement markings are in place. 7. REMOVAL. Where removal is required, it will be accomplished in accordance with instructions of the Engineer or as called for on the drawings. 8. MEASUREMENT REMENT AND PAYMENT. Unless otherwise specified on the Bid Form, work zone pavement markings shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025805 Page 2of2 •-v.'i30)-2 14 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the Locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type I markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop -on glass beads conforming to TxDOT Departmental Material Specification DMS -8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement 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 cgtiipnient 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 painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type narking machine suitable for application of pavement markings. 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. 025807 Page 1 of 3 Re•y. 13 3J 2C'4 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 or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could 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, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 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 experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings 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 1/2 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 markings 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 or more than 115 square feet per gallon. The Contractor shalt 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 for 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 025807 Page 2 of 3 Rev. 10.30.2014 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 drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings 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 requirements of the specifications or drawings 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. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, Iayout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 ie.., SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE -CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic," and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (I) General. The Contractor shall famish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic, markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 "Prefabricated Pavement Markings" and City Section 025807 "Pavement Markings (Paint and Thermoplastic)." (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement ofthe markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev 3-25-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) (8) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. Clean -Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro -reflectance when observed in accordance with TxDOT Test Method Tex - 828 -B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2of3 Rev. 3-25.2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Page 3 of 3 Rev 3-25-2015 SECTION 025816 RAISED PAVEMENT MARKERS 1. DESCRIPTION This specification shall govern all work required for furnishing and installing Raised Pavement Markers required to complete the project. 2. MATERIALS RAISED PAVEMENT MARKERS shall conform to Reference Specification Section 025818 "Pavement. Markers (Reflectorized)" (TxDOT Departmental Material Specification 4200). 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 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 face 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 Shall contain two reflective faces, each of which shall reflect amber light and the body other than the reflective faces shall be yellow. II -B -B Shall contain two reflective faces, each of which shall reflect blue light and the body other than the reflective faces shall be blue. (Fire Hydrant Application.) 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 or light gray. 025816 Pagel of 2 Rev. 10-30-2074 I1 -C-R Shall contain two reflective faces, one of which shall reflect white light and the other face shall reflect red light, and 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. ADHESIVE for securing raised pavement markers to asphalt or concrete surfaces shall conform to Reference Specification Section 025828 "Bituminous Adhesive for Pavement Markers" (TxDOT Departmental Materials Specification 6130). 3. METHODS PAVEMENT SURFACE to receive raised pavement markers shall be prepared such that the surface is free of loose material, grease, moisture, and other foreign material that could impair the bond with the adhesive. ALIGNMENT AND POSITIONING of raised pavement markers shall be such that the reflective faces are aligned for proper visibility. ADHESIVE shall be applied such that 100% of the lower surface of the marker is in contact with the adhesive and in sufficient quantity to serve as a cushion between the marker and the paved surface. Any surplus adhesive shall be removed so that the visibility of the marker is not impaired. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, raised pavement markers shall be measured as individual units for each type installed, if included as a bid item in the Bid Form. Payment shall include, but not be limited to, furnishing and installing markers complete with adhesive, and shall be full compensation for all Iabor, materials, tools, equipment and incidentals required to complete the work. 025815 Page 2of2 Rev, 10-30-20- 1.)ia'.•�i?7'1r4ENT'r. ti i/12r:4r.s.Sr'r:c.'i rr jizo1 T.f!i; IE'1\ ARKERS(REFLECTORIZED) DMS - 4200 PAVEMENT MARKERS (REFLECTORIZED) EFFECTIVE DATE: JANUARY 2010 4200.1. Description. This Specification governs for the pre -qualification, testing, and field evaluation requirements for reflectorized pavement markers (RPMs). 4200.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 4200.3. Material Producer List. The Materials and Pavements Section of the Construction Division (CST/M&P) maintains the Material Producer List (MPL) of all materials conforming to the requirements of this specification. Materials appearing on the MPL, entitled "Jiggle Sar Tiles, Pavement Markers. and Traffic .Buttons," require no further testing, unless deemed necessary by the Project Engineer or CST/M&P. 4200.4. Bidders' and Suppliers' Requirements. Before any material is allowed for use on Department projects, it must be of manufacture and product code or designation shown on the MPL. 4200.5. Pre -Qualification Procedure. The pre -qualification procedure consists of several steps, listed below, which are described in more detail in the following subsections: • Pre -qualification request, • Laboratory testing, • Field testing, • Provisional qualification, • Project evaluations, • Full qualification, • Periodic evaluation, • Disqualification, and • Re -Qualification. CST/M&P will provide notification at the completion of each step and will require confirmation from the supplier's contact person before proceeding to the next step. Costs of sampling and testing are normally borne by the Department; however, the costs to sample, test, and conduct field evaluations for materials failing to conform to the requirements of this specification are borne by the supplier. This cost will be assessed at the rate established by the Director of CST/M&P and in effect at the time of testing and will be billed directly to the Contractor or supplier. TEXAS DEPARTMENT OF TRANSPORTATION 1 —7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SP EC: ICA I10,V PAVEMENT MARKERS (REFLECTORIZED) A. Pre -Qualification Request. Prospective suppliers interested in submitting their product for evaluation must submit a written request to the Texas Department of Transportation, Construction Division, Materials & Pavements Section (CP51), 125 East 1 l th Street, Austin, TX 78701-2483. Include the following items with the request: • Name and contact information, including email address for the person who will be the primary contact during the qualification process; • Laboratory test results, from the manufacturer's lab or an independent test laboratory, showing actual test results that meet the requirements of ASTM D 4280; • Product data sheets; • List of locations and applications dates where the product is being evaluated or is in current use; and • Test results from the National Transportation Product Evaluation Program (NTPEP), if available. B. Laboratory Testing. Provide CST/M&P with 350 RPMs of each color and type for laboratory and field testing. Submit materials for laboratory testing and field evaluations at no cost to the Department. CST/M&P will acknowledge receipt of materials and specify a tentative completion date for laboratory testing. CST/M&P will test RPMs in accordance with Article 4200.6 and will send notification of results once laboratory testing is complete. If laboratory testing conducted by TxDOT or by NTPEP shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. C. Field Testing. Upon satisfactory completion of laboratory testing, CST/M&P will specify the location of one or more roadways selected for the 12 -month field test and suggested application dates. The roadways will include: • a concrete surface, • a hot -mix asphalt surface, and • a Grade 3 sealcoat. The concrete and asphalt roadways will be full -access controlled freeways with a minimum average daily traffic (ADT) count of 35,000 vehicles, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 65 mph. The Grade 3 road test will be conducted on a four -lane divided highway with a minimum ADT count of 4,000 vchides per lane, a minimum of 20% average daily truck traffic volume, and a minimum posted speed limit of 50 mph. Providing NTPEP test results meeting the requirements of this specification may replace the concrete and hot -mix asphalt field tests on a deck for deck basis. If TxDOT or NTPEP field testing shows RPMs do not meet the requirements of this specification, evaluation will cease, and RPMs will not be qualified. Suppliers may I I:!.: LS DL•1',4R7MP •\ I OF TRANSPORTATION 2 —7 EFFECTIVE DATE.: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (RE r."I.l:C' 1 DILL/ LJ) resubmit materials for qualification after providing documentation identifying the cause and corrective action taken. 1. NTPEP Testing. Submit NTPEP test data to CST/M&P for review if available. CST/M&P will acknowledge receipt of NTPEP data and will provide results of review within one month of receipt. The 12 -month NTPEP test results for the pre -qualification of RPMs must meet the following: all the requirements specified in ASTM D 4280 for the tests performed by NTPEP; • a retention rate equal or greater than 90 % of the placed RPMs (excluding the RPMs removed for testing); • a visual evaluation of 3 or greater, as defined by the most recent NTPEP Project Work Plan for Field Evaluations of Raised Pavement Markers and Marker Adhesives, for the marker case and marker lens for a minimum of 90 % of the placed RPMs (excluding the RPMs removed t or testing); and • the minimum retroreflectivity values required after 12 months on the roadway listed in Table 1. 2. Application. Provide the name of the contractor, the traffic control plan, and the manufacturer and product code for the adhesive at least two weeks prior to the application for CST/M&P review and approval. CST/M&P will confirm the date and location of the field evaluation installation and resolve any problems as necessary. CST/M&P will provide between fifty and one hundred RPMs of each submitted type for application from the samples submitted for laboratory testing. Testing of submitted markers occurs concurrently with a set of control RPMs, for compliance with the requirements of this specification. Control markers are those RPMs currently listed on the MPL; if the MPL is reorganized and no marker exists to act as a control, an RPM that has undergone the most recent NTPEP testing on both asphalt and concrete will be used. Supplier is responsible for application of the RPMs in the presence of CST/M&P. Application must meet all Department specifications for RPM application and traffic control as well as the manufacturer's recommendations. Notify CST/M&P of any problems or concerns with the installation within one week of application and request a re -installation, if necessary. 3. Evaluation. CST/M&P will notify supplier of a suggested date for field testing evaluation at least one month prior to completion of the 12 -month field trial. Provide the name of the contractor and traffic control plan for the evaluation at least 2 weeks prior to the scheduled evaluation date. Materials must meet the following requirements: a. Retention Rate. The retention rate of the test RPMs must be no less than 5% below that of the control RPMs. TEXAS DEPARTMENT OF TR4NSPQRTATION 3 - 7 EFFECTIVE DATE: JANUARY 2010 I11.1'.•4R7;+r1Lvizi ;Ii4ATERIALS SPECIFIC.': i TIC).V PAVEMENT MARKERS (REFLECTORIZED) b. Body Damage, The test RPMs must not exhibit discoloration or body damage exceeding that of the control RPMs. They must not exhibit a repetitive form of damage or mode of failure (indicative of a design flaw) in a large percentage of the test RPMs. Body damage will be visually assessed according to NTPEP criteria. c. Functionality. Four RPMs placed at 80 foot spacing or eight RPMs placed at 40 foot spacing must be functional when viewed at night from a vehicle using the low beam headlight setting. They must be functional when viewed at a minimum distance of approximately 400 ft. in the daytime. A functional marker is both visible and conspicuous. d. Retroreflectivity. CST/M&P will remove twenty test RPMs from the pavement to undergo laboratory testing for retroreflectivity in accordance with Tex -842-B. Fifteen of the twenty RPMs pulled must pass the minimum reflective values shown in Table 1 (measured at 0.2° observation angle and 00 horizontal entrance angle). Table 1 ':Minimum Retroreflectivity (cd/fc) After 12 Months on the Roadway Face 12 Mo. Crystal 1.0 Amber 0.7 Red 0.2 D. Provisional Qualification. CSTIM&P will grant provisional qualification after successful completion of the laboratory and field evaluations including NTPEP testing, when applicable. CST/M&P will send notification of provisional qualification, including the date of placement on the MPL, within one month after completion of the field evaluations. Failure to complete all project evaluation requirements successfully is grounds for cancellation of provisional qualification. E. Project Evaluation. Once the material is provisionally qualified and listed on the MPL, provide CST/M&P with project information for the first three jobs supplied with the RPMs and additional projects if requested. RPMs must meet the same performance criteria as for the field evaluation to receive full qualification. CST/M&P will return the project evaluation results after the 12 -month evaluation of each project. 1. Full Qualification. CST/M&P will grant full pre -qualification and continue to list materials meeting all requirements of this specification on the MPL. Pre -qualification requires extensive field evaluations. It is critical that no significant changes are made to the RPMs' composition, manufacturing process, or design during or after pre -qualification without notifying CST/M&P. It is also critical that the RPMs provided be uniform, with minimum variations from marker to marker. Significant changes not reported by the manufacturer or variations in product, as determined by the Director of CST/M&P, may be cause Col. removal from the MPL. 7 F.:l":1.s DI: PARTMENT OF TRANSPORTATION 4 — 7 EFFECTIVE DATE: JANUARY 20.10 DEPARTMENTAL IvL4TERL4LS,SPECIFICATION PAVEMENT MARKERS (REFLECTDRIZED) 2. Failure. CST/M&P will revoke provisional qualification for RPMs that do not meet the performance criteria and will remove the RPMs from the MPL. Producers not qualified under this Specification may not furnish materials for Department projects and must show evidence of correction of all deficiencies before reconsideration for qualification. F. Periodic Evaluation. Periodic evaluation consists of random department -initiated laboratory testing, audits, and periodic required submittals or field testing. I. Department -Initiated Laboratory Testing and Audits. The Department may conduct random sampling (per Tex -729-I) and testing on pre -qualified RPMs to identify changes in the material or nonconformity in production and to perform random audits of test reports. 2. Required Submittals or Field Testing. Every 5 years, provide NTPEP data showing continued compliance with the requirements of this specification. G. Disqualification. Causes for disqualification and removal from the MPL include, but are not limited to, the following: • material fails to meet the requirements stated in this specification; • the producer fails to report changes in the composition, manufacturing process, or design to CST/M&P; • the producer has unpaid charges for failing samples; or • qualified RPMs demonstrate repeated and large-scale performance problems in the field. H. Re -Qualification. Suppliers disqualified and removed from the MPL may submit materials for requalification after submitting documentation identifying the cause of the problem and corrective action taken. 4200.6. Material Requirements. All RPMs must meet all requirements, except for requirements specified for a specific type. A. Reflectorised Types. • Type I -A must contain one face that reflects amber light. The body, other than the reflective face, must be yellow. • Type I -C must contain one face that reflects white light. The body, other than the reflective face, must be white or silver -white. • Type 1-R must contain one face that reflects red light. The body, other than the reflective face, must be white or silver -white. • Type H -A -A must contain two reflective faces oriented 1800 to each other, each of which must reflect amber light. The body, other than the reflective faces, must be yellow. TEXAS DEPARTMENT OF TRANSPORTATION 5 — 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION PAVEMENT MARKERS (REFLECTORIZED) • Type II -C-R must contain two reflective faces oriented 180° to each other, one of which must reflect white light and one of which must reflect red light. The body, other than the reflective faces, must be white or silver -white. 13. Appearance Requirements. The outer surface of the RPMs must be smooth except for the molding or stamping of the manufacturer's unique imprint. All corners and edges exposed to traffic must be rounded. C. Optical Requirements. The RPMs must be capable of providing amber, red, or whiie light reflection as required by the requisition or plans. The reflected light of each reflective face must conform to the minimum reflective specific intensity (SI) requirements listed in Table 2, measured in candelas per foot-candle (cd/fc). Table 2 Minimum SI per Reflective Face at 0.2° Observation Angle (cd/fc) } Horizontal Entrance Angle Crystal Amber Red 0° 3.00 2.00 0.75 200 1.50 1.00 0.30 D. Physical Requirements. When tested in accordance with Tex -434-A, the minimum strength of five markers must be 2,000 lb. with none exhibiting a deformation of more than 0.125 in. before achieving the minimum strength. A random sample of five markers will be tested in accordance with Tex -434-A. The average compression results must have a quality index value equal to or greater than 1.23. The quality index value will be calculated from the lower specification limit of 2,000}lb. load. The following equation is used to determine the quality index value: QL = (X — LSL) / s Where: QL = quality index value X = average result from test LSL = lower specification limit s = standard deviation from test. E. Heat Resistance. The RPMs must show no subjected to the requirements of Tex -846-B marker in a vertical position. The SI of the pavement marker mist not be subjected to the heat test. change in physical or optical properties when . The temperature will be 140°F with the less than 80% of its initial value after being TEXAS DEP4 /?T.. ...\7 OF TRANSPORTATION 6-7 EFFECTIVE DATE: JANUARY 2010 Df•:/• RY:'.112A`I:2L.i.LITERI.1LS.SI'I:C:-1i•:IC.AIION p.•11 F'v1f:;1.1MARKERS (REFLECTORIZED) F. Impact Test. The RPMs will be impact tested during the pre -qualification process. They will be impacted with a 20-1b. weight in the form of a 2 -in. solid right -circular cylinder with a flat impact face having rounded edges falling freely through a vertical guide. The RPMs will be impacted \vhi le resting on a solid, flat, steel plate that is at least 1/2 in. thick. The RPMs will be tested at increasing heights until failure occurs. Failure will occur when the Iens or body cracks. The height at which failure occurs -6 in. will be the acceptance threshold for RPMs supplied after pre -qualification. 4200.7. Archived Versions. Archived versions are available. TEXAS DEPAR 141' OF TRANSPORTATION 7 - 7 EFFECTIVE DATE: JANUARY 2010 DEPARTMENTAL MATERIALS SPECIFICATION BI17.r.',11.\• 0 'L.'S ADHESIVE FOR PAVEMENT MARKERS DMS - 6130 BITUMINOUS ADHESIVE FOR PAVEMENT MARKERS EFFECTIVE DATE: JANUARY 2008 6130.1. Description. This Specification establishes the requirements for bituminous type hot - melt adhesive used for the placement of pavement markers. Two types are addressed: standard bituminous marker adhesive consisting of an asphalt base with homogeneously mixed mineral filler; and flexible bituminous marker adhesive consisting of a highly polymer modified asphalt. Either adhesive must be suitable for bonding ceramic and plastic markers to hydraulic cement concrete, asphaltic concrete, and chip -sealed road surfaces and be applicable when road surface and marker temperatures are in the approximate range of 4-71°C (40-160°F). The composition of the adhesive must be such that its properties will not deteriorate when heated to and applied at temperatures up to 218°C (425°F) using either air or oil jacketed melters. 6130.2. Units of Measurements. The values given in parentheses (if provided) are not standard and may not be exact mathematical conversions. Use each system of units separately. Combining values from the two systems may result in nonconformance with the standard. 6130.3. Material Requirements. A. Adhesive Properties. The adhesive must be smooth and homogeneous, containing no visible particles, and must comply with the requirements in Table 1. Table 1 Adhesive Properties Property Material Standard Adhesive Flexible Adhesive Test Method min max min max Softening Point, °F ASTM D 35 200 200 Penetration, 100 g, 5 s, 25°C (77°F), 0.1 mm ASTM D 5 10 20 15 254 Flow, 5 hr., 70°C (158°F), mm 5 54 Heat Stability Flow, 5 hr., 70°C (158°F), mm 5 5 Viscosity, 10 rpm, 204°C (400°F), Pa -s 7.5 7.5 Flash Point, C.Q.C., °F ASTM D 92 550 550 Ductility, 5 cm/min, 77°F, cm AASHTO T 51 - 15 - Flexibility, 1 in. mandrel, 90° bend, 10 s ASTM D 3111 pass 1. Exception to ASTM D 5329; heat the sample as described in ASTM D 5, Section 7.1. 2. Exception to ASTM D 5329; condition the sample as described in "Test Methods." 3. As modified in "Test Methods" 4. Maximum penetration of 30 is alkw, cc t provided the result of the flow test is less than 1 mm. TEK4s DEPARTMENT OF TRANSPORT.4TION 1 - 3 LAST REVIEWED: SEPTEMBER 2014. DL:PARIA1ENIAL IW 1 ERI: rs SPECIFIC, 10N BII U M11NQUSADHESIYE FOR PAVEMENT MARKERS B. Asphalt Properties. This applies to standard bituminous adhesive only. The filler -free asphalt, obtained from the Extraction and Abson recovery process, as explained in Section 6130.4, must have the properties in Table 2. Table 2 Filler -Free Asphalt Properties Property Minimum Maximum Test Method Penetration, 100 g, 5 s, 25°C, (77 °F), 0.1 mm (in) 25 75 ASTM D 5 Viscosity, 135°C (275°F) Pa -s (Poises) 1.2 (12) ASTM D 2171 Viscosity Ratio, 135°C (275°F) 75 2.2 ASTMD 1754 and ASTM D 2171 C. Filler Properties. This applies to standard bituminous adhesive only. The filler material, obtained using the filter separation technique described in Section 6130.4, must have the properties in Table 3. Table 3 Filler Properties Property Minimum Maximum Test Method Filler Content, wt. % 50 75 As in Section 6130.4. Filler Fineness, % passing: ASTM C 430, as modified in 45 gin (No. 325) 75 ._ Section 6130.4. 75 gm (No. 200) 95 -- 100 -- 150 um (No. 100) 6130.4. Test Methods. A. Heat Stability Flow. To determine the heat stability flow, place 1000 g of adhesive in a loosely -covered quart can, heat to 218°C (425°F) and maintain at this temperature 4 hours before performing the flow test. B. Extraction and Abson Recovery. Use this procedure to separate and recover the base asphalt from the adhesive. Heat the adhesive just to the point where it will easily flow. Transfer between 125 and 150 g into a 1000 -mL (1 -qt.) Erlenmeyer flask containing 400 mL (13.5 fl. oz.) of trichloroethylene with a temperature of 52-66°C (125-150°F). Stir this mixture thoroughly to dissolve the asphalt. Decant the solvent -asphalt mixture. Recover the base asphalt from solvent according to Tex -211-F, but begin with the centrifuge step; the primary distillation is not necessary. Repeat the above extraction - recovery method as necessary to obtain the desired quantity of asphalt. C. Filler Separation Technique. Use this procedure to separate the filler material from the asphalt and determine the filler content of the adhesive. Weigh 10.00 ± 0.01 g of solid adhesive, broken into small pieces, into a centrifuge flask with approximately 100 mL (3.5 f1. oz.) volume such as that specified in ASTM D 1796. Add 50 mL (1.7 fl. oz.) of trichloroethylene to the adhesive. Swirl or stir the mixture with a fine rod, taking care not Tr . S Dr:P.-t RTIENT OF TRANSPORTATION 2 — 3 LASTREYJEWED::SEPTEM$ER 2014 DEPARTMENTAL MATERIALS SPECIFICATION 1311 U:1111OUSADHESIVE FOR PAVEMENT MARKERS to lose any solids. Place the sample flask in a balanced centrifuge and spin using a minimum relative centrifugal force of 150 (as determined in ASTM D 1796, Section 6.) Remove the sample flask and decant the solvent, taking care not to lose any solids. Repeatedly add more solvent, centrifuge, and decant until the solvent becomes clear and the filler appears free of asphalt. Dry the recovered filler at 71 :: 3°C (160 ± 5°F) to remove solvent. Weigh the dried filler. Filter the decanted solvent through a filter paper with a 20-25 pm retention factor to verify there is no loss of filler. Calculate the filler content as a percentage of the original sample weight. D. Filler Fineness. Use this procedure to determine the filler fineness. Use the same apparatus as described in ASTM C 430, except also use 75p.m (No. 200) and 150 pm (No. 100) sieves. Prepare a water solution containing 1 wt. percent of a nonionic, water- soluble surfactant, such as Triton X-100, beforehand. Thoroughly wet the 1 g dry sample in the surfactant solution and allow it to soak for 30 min. Transfer the filler completely into the 45 p.m (No. 325) sieve cup. Wash the sample with the water spray, as described in ASTM C 430, Section 5, for 2 min., adding surfactant solution as needed to disperse any clumped particles. Dry and weigh the sample and perform calculations as directed in ASTM C 430. Repeat the procedure using the other two sieve sizes. 6130.5. Acceptance. Bituminous adhesives are pre -qualified in accordance with Tex -538-C. Consult "Bituminous Marker Adhesive" for a list of materials currently pre -qualified under this procedure. 6130.6. Packaging and Labeling. Package the adhesive in self -releasing cardboard containers with essentially flat and parallel top and bottom surfaces such that the packages will stack properly. Each package must have a net weight of either 23 or 27 kg (50 or 60 lb.) and must weigh within 1 kg (21b.) of the stated quantity. Self -releasing cardboard dividers, which will separate each package into sections weighing no more than 7 kg (15 lb.) each, must be part of the packaging. Each package must display: • the manufacturer's name, • net weight, • lot or batch number, and • a product name that clearly identifies the material as either standard or flexible bituminous marker adhesive. 6130.7. Archived Versions. Archived versions are available. TEXAS DEPARTMENT OF TRANSPORTATION 3-3 LAST REVIEWED: SEPTE.UREJ 2014 SECTION 026201 WATERLINE RISER ASSEMBLIES I. DESCRIPTION This specification shall govern all work and materials required for proper installation of riser assemblies for waterline testing. 2. MATERIALS Riser assemblies for 4" diameter and larger waterlines shall consist of (in order): M. J. Plug or Cap, drilled and tapped (2") 2" x 6" Galvanized Nipple 2" Galvanized 90° Bend 2" x 3' Galvanized Nipple 2" Straight Coupling 2" x 3' Galvanized Nipple 2" Brass Gate Valve 3. CONSTRUCTION METHODS The Contractor shall install riser assemblies on each end of waterlines to be tested. Note that this includes all 2" service connections. The assembly shall be wrapped in polyethylene, and concrete thrust blocking shall be applied at the base. After the line is tested and ready for connection to the existing water system, the Contractor shall remove the riser assembly. The riser assemblies shall remain the property of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterline riser assemblies shall not be measured for payment. Payment for materials and labor shall be considered subsidiary to the payment for the waterline pipe. 026201 Page 1 of 1 Rev. 10-30-2014 SECTION 026202 HYDROSTATIC TESTING OF PRESSURE SYSTEMS 1. DESCRIPTION This specification shall govern all work necessary for hydrostatic testing the completed pressure system. The Contractor shall provide all tools, 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 will 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 (psi) 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. Contractor shall coordinate hydrostatic testing with the proposed construction sequencing and phasing. 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 psi. 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 psi for wastewater force mains and effluent lines. 026202 Page 1 of 2 .2nv 'C -3C-2214 The maximum allowable leakage shall be as follows: Ductile Iron Pipe, AWWA C600 L= SD(P) or L=ND(P 133,200 7,400 Asbestos - Cement Pipe, AWWA C603 L=ND(PP 4,000 PVC Pipe - Uni-bell equation 99 L=ND(PP 7,400 WHERE: L = Maximum Allowable Leakage (gallons/hour) S = Length of Pipe Tested (feet) N = Number of Joints in Tested Line (pipe and fittings) D = Nominal Diameter of Pipe (inches) P = Average Test Pressure (psi) 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 AND PAYMENT Unless otherwise specified on the Bid Form, hydrostatic testing of pressure systems will not be measured for pay, but shall be subsidiary to the installation of the pressure system component. 026202 Paget of 2 Rev. 10.3.2014 SECTION 026206 DUCTILE IRON PIPE AND FITTINGS 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 (excluding fittings for wastewater force mains) shall have a shop -applied cement -mortar lining (40 mils thick) in accordance with AWWA C 104. The exterior of pipe and fittings shall have a coating of coal tar enamel of approximately 1 mil thick or as specified in AWWA C105. Ductile iron pipe shall be wrapped in two plys of 8 -mil polyethylene in accordance with Section 026402 "Waterlines" of the City Standard Specifications. 3. FITTINGS All fittings shall be ductile iron and in accordance with AWWA C153. Fittings shall have a pressure rating of 250 psi for sizes through 12" and 150 psi for 14" and larger sizes, unless shown differently on the drawings. Unless noted otherwise on the drawings, Mechanical Joints shall be used. 4. JOINTS Joints for pipe shall be mechanical type or push -on type such as "Tyton Joint", or approved equal; joints for fittings shall be mechanical joints, unless shown otherwise on the drawings. Mechanical joints shall conform to AWWA 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 EBAA Iron or approved equal, with a minimum of 250 psi 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 or FLEX -RING by American Ductile Iron Pipe, or TR FLFX 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 Page 1 of 3 st OV. 1Q -3Q-2014 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. 13 = Ideal trench conditions, and sand encasement is at an average density in excess of 90% Standard Proctor density. # 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 \A. ith 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 laboratory analysis of the material used in each size gasket showing the type of synthetic rubber and that no natural rubber is present. 026206 Page 2 of 3 Rev. 10.30.2014 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, ductile iron pipe shall be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Ductile iron fittings shall be measured per each by the type and size, as indicated in the Bid Form. Payment shall include all labor, materials, tools and equipment for the completed installation and testing of the waterline, together with all incidentals necessary to install the pipe and fittings complete in place. 026206 Page 3 of 3 2r.^ U -3:1-2C".4 SECTION 026210 POLYVINYL CHLORIDE PIPE (AWWA C900 and C905 Pressure Pipe Ibr Municipal Water Mains and Wastewater 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 12454-B virgin compounds, as defined in AS`l VI D 1 784 with an established hydrostatic -design -basis of 4000 psi for water at 73.4 degrees F. 3. DIMENSIONS Pipe shall be manufactured to ductile 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 RATIO Unless indicated otherwise on the drawings, pipe shall have a dimension ratio (DR) of 18 and in accordance with: Pipe Size 4" to 12" Over 12" 7. CAUSE FOR REJECTION Designation AWWA C900 AWWA C905 Pipe shall be clearly marked in accordance with AWWA Requirements. Unmarked or scratched pipe shall be rejected. 026210 Page 1 of 2 Rev. 325-2015 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 otherwise specified in the Bid Form, PVC pipe (AWWA C900 or 0:905) will be measured by the linear foot along the centerline for each size of pipe installed. Measurement of pipe shall be up to, but not include, the fittings. Payment shall include all labor, materials, tools and equipment for the completed installation, backfilling and testing of the PVC pipe, together with all incidentals necessary to install the pipe complete in place, per linear foot. 026210 Page 2of2 Rev. 3252015 SECTION 026214 GROUTING ABANDONED UTILITY LINES 1. DESCRIPTION This specification shall govern all work and materials required for grouting abandoned utility lines in place. 2. MATERIALS A. Flowable Grout: Flowable grout (or flowable fill) shall consist of a mixture containing Portland cement, fly ash, sand, water, and "Darafill" admixture (or approved equivalent), in the amounts shown below (or otherwise proportioned to provide 100 psi compressive strength at 28 days), to achieve a paste -like consistency immediately prior to placing the flowable gout. The flowable grout mixture shall be supplied by an approved ready -mix supplier. The manufacturer's representative shall be consulted for any final adjustments to improve the flowability of the mixture. Commercially produced flowable grout may be used with approval of the Engineer. 100 lbs/ CY Portland Cement 300 lbs/ CY Fly Ash 21001bs/ CY Sand 2501bs1 CY Water 6 oz/ CY "DarafilI" admixture, as manufactured by Grace Construction Products, or approved equivalent. B. 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. C. Lime: Lime shall be hydrated lime, calcium hydroxide, in accordance with AASHTO M 216. D. Water: Water shall be potable. 3. CONSTRUCTION METHODS A. Flowable Grout: Mix Portland cement, sand, fly ash, "Darafill" and water in the amounts shown above to achieve a paste -like consistency immediately prior to placing flowable grout. B. Soil -Lime Mix Design: The following is given as a typical mix design for soil -lime mixture for trial mix. The mix design is based on damp soil with an 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. 026214 Page 1 of 2 k[:•:. 117Q:1 -i:04 Trial Mix Design: Damp Soil 10001b. Lime 501b. Water (approximate) 48 gal. Consistency shall be checked with liquid limit apparatus. C. 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 the water content of the mix or obtain other soil source (for soil -lime mixture), as required. Any damage resulting from pumping operation shall be repaired at the Contractor's expense. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, grouting abandoned utility lines shall be measured by the linear foot of abandoned -in-place pipe. Payment shall be full compensation for all labor, equipment, materials and incidentals required to mix, transport, and place the grout and restore surface at pump ports. 026214 Page 2 of 2 rev SECTION 026402 WATERLINES 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 3000 psi at 28 days. Bedding Sand for Encasement: Bedding sand and initial backfill around the granular material of low plasticity as indicated on the drawings_ Ductile Iron Pipe and Fittings: See City Standard Specification Section 026206. Polyvinyl Chloride Pipe: See City Standard Specification Section 026210. Tapping Sleeves and Valves: See City Standard Specification Section 026409. Gate Valves for Waterlines: See City Standard Specification Section 026411, Fire Hydrants: See City Standard Specification Section 026416. 3. CONSTRUCTION METHODS (1) HANDLING MATERIALS Pipe shall be a) General: The Contractor shall be responsible for the safe storage of all materials furnished to, or by him, and accepted by him, until it has been incorporated into 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 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. 026402 Page 1 of 5 Nev. 3-22C .. 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. One (1) 20 -ft. section of waterline pipe shall be centered over/under gravity wastewater line at all gravity wastewater line crossings. Waterline shall be ductile iron pipe with mechanical joint fittings, in accordance with City Standard Specification Section 026206, wherever new waterline crosses under new gravity wastewater line. Maintain a minimum of six inches (2 feet usual) vertical clearance between outsides of pipes where a new waterline crosses over a new wastewater line. Maintain a minimum of twelve inches vertical clearance between outsides of pipes where a new waterline crosses under a new wastewater line. Alternatively, at gravity wastewater line crossings, the proposed PVC waterline may be encased in a 20 -ft. joint of ductile iron pipe with a minimum pressure rating of 150 psi that is at least two nominal sizes larger than the carrier pipe. The carrier pipe shall be supported in the casing at five foot (5) intervals with spacers, or shall be filled to the spring line with clean washed sand, graded as shown in the City Standard Water Details. The casing pipe shall be centered under the gravity wastewater line as indicated on the drawings, and both ends of the casing shall be sealed with cement grout or manufactured seal b) Deviation from Drawings: No deviation from the Iine and grade shown on the plans may be made without the written consent of the Engineer. 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. Waterlines 12" and larger located under streets shall have 48 inches of cover at all points. 026402 Page2of5 Rev. 3.25.2015 (3) TRENCH EXCAVATION AND BACKFILL See City Standard Specification Section 022020, "Excavation and Backfill for Utilities" and applicable City Standard Details for Water. (4) POLYETHYLENE WRAPPING All ductile 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 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 (8") of sand on the bottom and sides of waterlines smaller than 16 inches in diameter, and twelve inches (12") over the top of the waterline, unless otherwise indicated on the drawings. This encasement includes the bottom, sides and top of pipe and fittings including bells, so that all portions will be encased with 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 density. Provide twelve inches (12") of sand encasement all around the pipe for 16 -inch diameter and larger waterlines. 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 redace 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 (twelve inches for 16 -inch diameter and larger waterlines), unless otherwise indicated on the drawings. (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 026402 Page 3 of 5 Rev. 3-25.20 5 (7) from the bottom of the bell to the bottom of the bell hole. The trench shall 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, damaged or unsound pipe shall be replaced. 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. 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 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 testing, 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. Temporary thrust blocks are not allowed for long term use. (9) METAL HARNESS Metal harness, tie rods and clamps, or swivel fittings shall be used to prevent pipe movement. 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. 026402 Page 4 of 5 Rev. 3-25.2015 (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 directed 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 waterline is complete, and before testing, the waterline shall be slowly filled with water between valves and allowed to stand for 48 hours. After the 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 sample for testing 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 the 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 City Standard Specification Section 026202, "Hydrostatic Testing of Pressure Systems". (12) WATER SERVICE CONNECTIONS See Standard Specification Section 026404, "Water Service Lines". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, waterlines will be measured by the linear foot for each size installed. Payment for waterlines will be made under the appropriate pipe material item and shall include, but not be limited to, trenching, dewatering, bedding, pipe (except for fittings), restraints, temporary thrust blocking, backfill, sterilization, and hydrostatic testing. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals required to complete the work. 026402 Page 5 of 5 Rev. 3.25.2015 SECTION 026404 WATER SERVICE LINES 1. DESCRIPTION This specification shall govern all work necessary for furnishing and installing water service lines required to complete the project. Water service lines are those lines from the City main to the meter at the property line. 2. MATERIALS GENERAL Service fittings shall have a minimum of 150 psi working pressure rating, unless indicated otherwise. Fittings and materials shall be in accordance with the applicable provisions of AWWA C800. All service connections shall require service clamps. SERVICE CLAMP Service clamps shall be brass saddle with two silicone bronze straps with I.P. thread and have a minimum working pressure rating of 200 psi. The saddle and nuts shall be of 85-5-5-5 brass alloy per ASTM B-62 and AWWA C800. The nuts shall have unitized washers. Straps shall be 5/8 inch high-quality silicone bronze, flattened and contoured to provide a wider bearing surface against the pipe. Clamps shall be comparable to: Ford 202B, Smith Blair 323, Rockwell 323 CORPORATION STOP Corporation stop shall be of brass with I.F. thread inlet and Mueller 110 compression connection outlet designed for Type K copper pipe and be comparable in design to the following: Mueller H-15028 for 1" size Mueller 14-15023 for 1-/2" & 2" sizes 026404 Page 1 of 2 Rev 3-252015 ANGLE METER STOP Angle meter stop shall have a Teflon coated bronze ball which rotates within two Buna-N rubber seats. Inlet shall be packed joint for Type K copper and be comparable in design to the following: Ford BA43-342 for 1" service line with 5/8" x 3/4" or 3/4" meter size Brass gate valve required for I-%2" and 2" sizes SERVICE LINE Service line shall be of Type K copper tube or approved one piece SDR9 polyethylene with restrained compression brass fittings and stainless steel inserts. Other products of comparable features and equal quality may be substituted for the above items with approval of the Engineer. 3. CONSTRUCTION METHODS See City Standard Specification Section 022020, "Excavation and Backfill for Utilities ". Service lines shall be placed by the Contractor as indicated on the drawings and as directed by the Engineer. Relocation of existing meters and changeovers to the new system shall be done only under the direct supervision of the City Water Department. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, water service lines shall be measured with the units indicated in the Bid Form for each size of service line. Payment for service lines shall include, but not be limited to, the following: copper tubing, corporation stop, service clamp, angle meter stop, trenching, trench safety, backfilling including pavement repair, testing, flushing, clean-up and site restoration; and shall be full compensation for all labor, equipment, tools and incidentals required for proper installation of the water service lines. 026404 Page 2of2 Rev. 3.25-2075 SECTION 026409 TAPPING SLEEVES AND TAPPING VALVES 1. DESCRIPTION This specification shall govern all work and materials required for furnishing and installing tapping sleeves, sleeves and valves required to complete the project. 2. MATERIALS Tapping sleeves shall have a Class 125 ANSI 1316.1 outlet flange of cast iron, ductile iron or stainless steel. Sleeves shall be of ductile 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 he of the compression gasket type capable of 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 inches in diameter and smaller, and Class 150 for larger pipes. It should be understood that existing pipes to be tapped may 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 Specification Section 026411, "Gate Valves for Waterlines". Valve boxes shall be as described in City Standard Specification Section 026411, "Gate Valves for Waterlines". 3. CONSTRUCTION METHODS Construction methods shall adhere to those set out in City Standard Specification Section 026402 "Waterlines", and City Standard Specification Section 022020 "Excavation and Backfill for Utilities". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, tapping sleeves and tapping valves shall be measured on a per each basis for each size installed. Payment for tapping sleeves and tapping valves shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement -stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026409 Page 1 of 1 Rev. 325-2015 SECTION 026411 GATE VALVES FOR WATERLINES 1. DESCRIPTION This specification shall govern all work necessary to provide and install all gate valves and valve boxes required to complete the project. 2. MATERIALS Gate Valves All valves shall meet the following requirements. Gate valves shall conform to AWWA Standard C515. 1) The gate valves shall be ductile iron resilient wedge (C515) with 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 inches and larger shall be furnished for horizontal installation — lay over. 4) Stein seals shall be the 0 -ring type on valves through 12 -inch size. Valves 16 inches and larger may be equipped with stuffing boxes. 5) Valves shall open left (counter clockwise). Valves over 18 inches 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) No position indicator will be required. 8) 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 inches 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 psi, the minimum yield strength in psi, and the minimum elongation in 2" per cent. 026411 Page 1 of 2 Rev. 3-25-2015 3. CONSTRUCTION METHODS Gate Valves Gate valves shall be installed as indicated on the drawings. Cast iron Valve Boxes Valve boxes shall be installed as indicated on the drawings. When valves are in the street right-of- way, ight-ofway, the top of box shall be set flush with the pavement or surrounding ground. In cultivated areas, the top of box shall be set twelve inches (12") below natural ground and long enough to be raised to natural ground at a future date. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, gate valves for waterlines will be measured as a unit for each gate valve and valve box installed. Payment shall include, but not be limited to, furnishing and installing the valves complete in-place including joint materials, cast iron valve box, box extension, cover, concrete collar, and all other related items such as bolting, wrapping, cement - stabilized sand encasing, backfilling and compacting; and shall be full compensation for all labor, material, tools, equipment and incidentals required to properly install the valves as indicated and specified. 026411 Page 2of2 Re% 3-2`-2015 SECTION 026416 FIRE HYDRANTS 1. DESCRIPTION This specification shall govern all work necessary to provide al] fire hydrants required to complete this project. 2. MATERIALS Concrete: Concrete shall be Class "A" in accordance with Section 030020 "Portland Cement Concrete" of the City Standard Specifications, with a minimum compressive strength of 3000 psi at 28 days. Fire Hydrants: The fire hydrants shall conform to A W WA C502 (or latest edition) standard specifications for fire hydrants for ordinary water works service, except for changes, additions and supplementary details specifically outlined herein: a) Hydrants - Hydrants shall be of the traffic model type equipped with a safety flange or collar on both the hydrant barrel and stem. } Type of Shutoff - The shutoff shall be of the compression type only. c) Inlet Connection - The inlet shall be ASA A-21.11 1964 mechanical joint for six-inch (6"), Class 150 ductile iron pipe. A complete set of joint material shall be furnished with each hydrant. d) Delivery Classifications - Each hydrant shall have two hose nozzles and one pumper nozzle. e) Bury Length - The hydrants shall be furnished in the bury length as indicated on drawings. f) Diameter (Nominal inside) of Hose and Pumper Nozzles - The hose nozzles shall be two and one-half inches (2-W') inside diameter and the pumper nozzle shall be four inches (4") inside diameter. Hose and Pumper Nozzle Threads - The hose nozzles shall have two and one -half-inch (2-V2") National Standard thread (7-%2 threads per inch). The pumper nozzle shall have size (6) threads per inch with an outside diameter of 4.658 inches, pitch diameter of 4.543 inches, and a root diameter of 4.406 inches. h) Harnessing Lugs - None required. i} Nozzle Cap Gaskets - Required. j) Drain Openings - Required. 026416 Page 1 of 3 R€;v k) Tapping of Drain Opening - Tapping of the drain opening for pipe threads is not required. 1) Nozzle Chain - Not required. m) Direction to Open - The hydrants shall open left (counter clockwise). n) Color of Finish Above Ground Line - That portion of the hydrant above the ground line shall be painted chrome yellow. o) Shape and Size of Operating and Cap Nuts - The operating and cap nuts shall be tapered pentagon one and one-fourth inches (1-1/4") point to face at base and one and one-eighth inches (1-1/8") point to face at top of nut. p) Nozzle Cap Chains - Hydrants shall be furnished without nozzle cap chains. q) Size of Fire Hydrant - The main valve opening shall not be less than five and one-quarter inches (5-1/4") inside diameter. Valve Facing - The main valve facing of the hydrant shall be rubber with 90± Durometer hardness. When the main valve lower washer and stem nut are not an integral casting then the bottom stem threads shall be protected with a bronze cap nut and a bronze lock nut. s) Barrel Sections - The hydrant shall be made in two or more barrel sections with flanges connecting the barrel to the elbow and to the packing plate. t) Breakable Coupling - Hydrants shall be equipped with a breakable coupling on both the barrel section and the stem. The couplings shall be so designed that in case of traffic collision the barrel and stem collar will break before any other part of the hydrant breaks. u) Hydrant Adjustment - The hydrant shall be designed as to permit its extension without excavating after the hydrant is completely installed. v) Breakable Collars, Barrel and Stem - Weakened steel or weakened cast iron bolts that are used in the breakable barrel couplings will not be acceptable. w) Operating Stem - Stems that have operating thread located in the waterway shall be made of manganese bronze, Everdure, or other high quality non -corrodible metal. Stems that do not have operating threads located in the waterway must be sealed by a packing gland or "0" -ring seal located between the stem threads and waterway. Iron or steel stems shall be constructed with a bronze sleeve extending through the packing or "O" -ring seal area. The sleeve shall be of sufficient length to be in the packing gland "0" -ring seal in the both open and closed positions of the main valve. The sleeve shall be secured to the steel stem so as to prevent water leakage between the two when subjected to 300 pounds hydrostatic test pressure. 026416 Page 2 of 3 irv. 3 25 Drain Valve Mechanism - Drain valves operating through springs or gravity are not acceptable. Operating Stem Nut - The operating stem nut shall be designed to prevent seepage or rain, sleet, and the accumulation of dust between the operating nut and the hydrant top. z) Packing Gland or "O" -Ring Seal - Fire hydrants having the threaded part of the stem at the hydrant top shall be equipped with a packing gland or an "D" -ring seal immediately below the threaded section of the stem. 3. CONSTRUCTION METHODS Fire hydrants shall be installed as shown on drawings. Minimum burial length shall be 3 feet. Breakable couplings shall be located at least 2 inches and less than 6 inches above finish grade. Hydrants and fittings shall be stored on timber and kept clean. The interior surfaces of hydrants and fittings shall be washed and sterilized with approved sterilizing agent, if requested by the Engineer at the time of installation. 4. CERTIFICATION The manufacturer shall furnish to the Engineer two (2) certified sets of prints showing complete details and dimensions of the hydrant. The manufacturer shall furnish to the Engineer one (1) certified copy of the physical tests of all metals used in the manufacture of the fire hydrant that is normally manufactured and that will meet these specifications. 5. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fire hydrants will be measured as a unit per each. Payment shall include, but not be limited to, furnishing and installing the complete fire hydrant assembly with valve, 6 -inch line and fitting on the main; and shall be full compensation for all labor, materials, tools, equipment and incidentals required to properly complete the work. 026416 Page 3 of 3 I ew. 3-25-15 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class Ill (Wall "Jr) unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4, Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Ray, 325-291; a. The class of pipe. b. The date of manufacture, c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre -formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev. 3.25-2075 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 1'/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs PA " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 " x 3'-5" 24" 6.2 gals. 2 pcs 1'/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 3'/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 1=/" x 3'-5" 60" 25.0 gals. 5 pcs 11/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C -P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page3of7 Rev. 3.25.2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and snatched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be Laid with the center lines of 027402 Page 4 of 7 Rev. 3.25.2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" I'-3" 1'-5" 1,-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water -tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water -tight joints will be required when using rubber gaskets. c. Joints using Cold -Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush -applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze -out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev, 3-25-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev. 3-252015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev. 3.25.2015 SECTION 027404 CONCRETE BOX CULVERTS 1. DESCRIPTION This specification shall govern all work required for constructing. furnishing, and installing reinforced concrete box culverts required to complete the project. All reinforced concrete boxes for this project shall be precast concrete in accordance with TxDOT Standards for precast box culverts and the details shown on the drawings for the appropriate height of fill, and design shall conform to ASTM C1577. Alternate designs of precast boxes will be considered for approval upon submission of shop drawings detailing the box and certifications that the box, as designed, is structurally comparable to or better than the box shown in the contract drawings and is designed to support HS20 loading per ASSHTO M273. The shop drawings and certifications shall be signed and sealed by a Texas registered professional engineer. 2. MATERIALS Concrete. Unless otherwise shown on the plans, Class "C" concrete shall be used for cast -in- place boxes, conforming to the requirements of City Standard Specification Section 030020 'Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete Structures", except that Class "S" concrete will be required for top slabs of direct traffic cast - in -place boxes. Concrete for precast (machine -made) boxes shall meet the requirements of ASTM C76 Sections: "Cement", "Aggregates" and "Mixture", and shall have a minimum 28 -day compressive strength of 5,000 psi. 2. Reinforcement. Reinforcing steel shall conform to the requirements of City Standard Specification Section 032020 "Reinforcing Steel" and the details shown on the plans. 3. Jointing. Materials for jointing shall conform to the requirements of City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". 4. Membrane Curing. Materials for membrane curing shall conform to City Standard Specification Section 038000 "Concrete Structures". 5. Geotextile. Geotextile fabric for wrapping joints shall be Class 1 geotexti ] e for subsurface drainage with an average opening size (AOS) of 0.22mm and in accordance to ith AASHTO M288. 3. FABRICATION The requirement of City Standard Specification Section 030020 "Portland Cement Concrete" and City Standard Specification Section 038000 "Concrete for Structures" shall govern for cast -in-place 027404 Page 1 of 3 Rev 2c -n concrete box culverts and for precast (formed) boxes except where otherwise specified herein. Forms for precast (machine -made) boxes shall be made of steel. Forms for cast -in-place boxes and precast (formed) boxes may be either wood or steel. Forms shall be mortar -tight and of sufficient strength to prevent excessive bulging or misalignment of adjacent boxes. They shall be constructed to permit their removal without damage to the concrete. Offsets at form joints shall not exceed one-eighth inch (1/8"). Forms shall be clean and free of extraneous matter when concrete is placed. Positive means of supporting steel cages in place throughout forming and concrete placement shall be required and subject to the approval of the Engineer. Welding of reinforcing steel will be permitted only where shown on the plans. Welding shall be done by a qualified welder and shall conform to industry standards. Precast (machine -made) boxes shall be cast by a process which will provide for uniform placement of the concrete in the forms and compaction by mechanical devices which will assure dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete shall not be acceptable for use in precast (machine -made) boxes. 4. TESTING AND CERTIFICATION I . Physical Requirements. Precast boxes shall meet the requirement of ASTM C1577. Testing shall be done by a materials engineering testing laboratory which meets the requirements for membership in the American Council of Independent Laboratories. 2. Fabrication Tolerances. Precast boxes shall conform to the following tolerances: When two box sections are fitted together on a flat surface, in proper alignment and in the position they will be installed, the longitudinal opening at any point shall not exceed one inch (I"). Not more than four lifting holes may be provided in each box to facilitate handling. They may be cast -in, cut into the fresh concrete aFier form removal or drilled, and shall not be more than 2 inches in diameter or 2 inches square. Cutting or displacement of the reinforcement will not be permitted. Spalled areas around the holes shall be repaired. Concrete boxes shall be given an "Ordinary Surface Finish" in accordance with Section 038000 "Concrete Structures". 3. Certification. Certification of quality shall be provided with each delivery of materials to the job site by the manufacturer. Certification shall be a written report by the materials engineering testing laboratory. 5. DEFECTS AND REPAIRS Fine cracks or checks on the surface of the member which do not extend to the plane of the nearest reinforcement will not be cause for rejection unless they are numerous and extensive. Cracks which extend into the plane of the reinforcing steel but are acceptable otherwise, shall be repaired in an 027404 Page 2 of 3 Rev. 10.34-2014 approved manner. Small damaged or honeycombed areas which are purely surf cial in nature may he repaired. Excessive damage, honeycombing or cracking will be subject to structural review. Repairs shall be sound, properly finished, and cured in conformance with the pertinent specifications. When fine cracks or hairline cracks on the surface indicate poor curing practices, further production of precast boxes shall be discontinued until corrections are made and proper curing provided. 6. CONSTRUCTION METHODS Excavation and backfill shall be in accordance with City Standard Specification Section 022020 "Excavation and Backfill for Utilities" and City Standard Details for Stormwater. Bedding for precast concrete box culverts located under pavements shall consist of 6 inches of cement -stabilized sand containing a minimum of 11/2 sacks of Standard Type 1 or Type II Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Unless otherwise shown on the plans, the Contractor may use any of the jointing materials, except rubber gaskets, and shall comply with the jointing requirements specified in the City Standard Specification Section 027402 "Reinforced Concrete Pipe Culverts". Al] box joints shall be wrapped with geotextile fabric. The wrap shall be at least two (2) feet wide and centered on the joints. Lifting holes shall be filled with mortar or concrete and cured to the satisfaction of the Engineer. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, concrete box culverts shall be measured by the linear foot for each size of box installed. The measurement will be made between the ends of the box along the centerline. For boxes used in the multiple barrel structures, the measured length will be the sum of the lengths of all barrels. Payment shall be made at the contract bid price and shall fully compensate the Contractor for furnishing, transporting and installing the box culverts; for bedding materials and bed preparation including compaction; for excavation and backfill of trenches; for all connections to existing and new structures; and for all labor, materials, tools, equipment and incidentals required to complete the work as shown on the contract drawings and as specified herein. 027404 Page 3 of 3 Rev. 10-30-2014 SECTION 028020 SEEDING 1. DESCRIPTION This specification shall govern all work necessary for tilling, fertilizing, planting seeds, mulching, watering 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 (percent 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. Mixture A or C shall be used for this project, depending on the time of the year planting is performed. COMMON NAME SCIENTIFIC NAME Green Sprangletop Sideoats Grama (premier) Bermudagrass (Hulled) Bermudagrass (Unhulled) K -R B]uestem Buffalograss Annual Ryegrass Mixture - A: Mixture - B: Mixture - C: Leptochloa Dubia Bouteloua Curtipendula Cynodon Dactylon Cynodon Dactylon Andropogon Ischaemum Buchloe Dactyloides Lolium Multiflorum LB/ACRE OF PURE LIVE SEED FOR MIXTURES A B C 1.4 1.4 0.6 0.6 7.0 7.4 30.0 1.2 1.2 1.5 4.2 - 5.0 5.0 20.0 Recommended for clay or tight soil planted between December 1 thru May 1. Recommended for sandy soil planted between December 1 thru May 1. Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev 325-2015 2.3 MULCH: Mulch shall be either the straw type or wood cellulose fiber type. Straw Type mulch shall be of straw from stalks of domestic grain, Bermudagrass or cotton hulls, or other approved by the Engineer. Wood Cellulose Fiber Type mulch 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 form 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. [he 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. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. 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. 028020 Page 2 of 4 Rev. 3252015 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. Clearin — Refer to City Standard Specification Section 021020, "Site Clearing and Stripping''. Grading - Refer to City Standard Specification Section 021040, "Site Grading". Tilling - The area to be seeded shall be tilled to a depth of 4 to 6 inches by disking, plowing, or other approved methods until soil condition is acceptable. Toosoiling — if the native soils are not conducive to the establishment and maintenance of grass growth, or if called for on the drawings, topsoil shall be placed over the area to be seeded to a depth of 5 inches after tilling. Topsoil shall have a pH range of 5.5 to 7; shall contain between 2 and 20 percent organic material content in accordance with ASTM D5268; and shall be free of stones larger than one inch, debris, and extraneous materials harmful to plant growth. 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 the rate specified above. Broadcast Seeding - Seed shall be placed with fertilizer, after tilling. After planting, the area shall be rolled on contour with a corrugated roller. Straw Mulch Seeding - Seed shall be placed with fertilizer, after tilling. After placement of the seed and fertilizer mixture, straw mulch shall be uniformly placed at a rate of 2 tons per acre. As soon as the mulch has been spread, it shall be anchored to the soil a minimum depth of 3 inches by use of a heavy, dulled disk harrow, set nearly straight. Disks shall be set approximately 9 inches apart. Straw Mulch With Asphalt Seeding - Seed, fertilizer and straw mulch shall be placed as described in "Straw Mulch Seeding" with the following two exceptions: 1) An asphalt -water emulsion shall be applied to the mulch near the discharge end of the boom spout at a rate of 300 to 600 gallons per acre. 2) Mechanical anchoring by disking will not be required. Asphalt Mulch Seeding - The seed and fertilizer shall be placed as described for "Broadcast Seeding". After the area has been rolled, the area shall be watered sufficiently to assure a uniform moisture to a minimum depth of 4 inches. An asphalt -water emulsion shall be applied ata rate of 1500 to 1800 gallons per acre, immediately after watering. Asphalt shall be applied to the area in such a manner that a complete film is obtained and the finished surface shall be 028020 Page 3 of 4 Rev. 3-25-2615 comparatively smooth. 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 seed, fertilizer, water and other approved materials are added. Application shall be 1500 lb./acre on flats, 2000 lb./acre on slopes up to 3:1. and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds 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. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. 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 seeds 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 grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, laydownl storage area, stockpile areas, etc.) shall be seeded by the Contractor for erosion control per the stormwater pollution prevention plan but will not be measured for payment. Payment shall be full compensation for all labor, materials, tools, equipment and incidentals necessary to complete the work, and shall include, but not be limited to, tilling soil, topsoiling, fertilizing, planting, mulching, watering and maintaining vegetation. Payment shall be due and payable only after grass growth has been established as described above. 028020 Page 4 of 4 Rev. 325-2015 SECTION 028200 MAIL BOX RELOCATION 1. DESCRIPTION This specification shall govern all work for relocation of mail boxes required to complete the project. 2. REQUIREMENTS Where mail is delivered to residents by means of roadside mail boxes, the Contractor shall maintain access to these mail boxes throughout the course of construction. Due to the existing location of mailboxes, the Contractor shall, in some cases, be required to move the boxes to temporary locations. Upon completion of construction, the Contractor shall be required to erect the moved mailboxes to a permanent location. Any materials or labor required for either the temporary or permanent move shall be considered subsidiary, and no direct payment shall be made. It is the intent of this item to provide the residents with mailbox facilities at least equal to or better than those existing prior to construction. In all cases, the temporary and permanent locations of all moved mail boxes shall be in accordance with U. S. Postal Service requirements with regard to height, distance from roadway, accessibility, etc. It shall be the Contractor's responsibility to contact the U. S. Postal Service and gather information as to their requirements. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, mail box relocation shall not be measured for pay but will be considered subsidiary to the appropriate item. 028200 Page 1 of 1 c,, .C.3r. 2714 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONS IZ U C. ION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its finished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30.2014 SECTION 028320 CHAIN LINK FENCE 1. DESCRIPTION This specification governs for the design, construction, and the requirements of the component parts and accessories for chain link fence. 2. MATERIALS All materials shall meet the requirements as indicated below or as otherwise specified on the plans. I. Fabric - The fabric width shall be as shown on the plans. The fabric shall be 9 gage wire woven into 2 -inch mesh hot -dip galvanized after fabrication. Fabric 48 inches and under shall be furnished with knuckling at one selvage and twisting and barbing at the other. Fabric 60 inches high and over shall have twisting and barbing on both selvages. Except as herein provided, chain link fence fabric shall conform to the specifications of ASTM Designation: A392, Class 1. 2. Barbed Wire - Barbed wire shall conform to ASTM A121, unless specified otherwise. Barbed wire shall consist of three strands of 12%2 gage wire with 14 gage point barbs spaced approximately 5 inches apart. Galvanizing for barbed wire shall conform to ASTM Designation: A121, Class 2. 3. Posts, Braces and Gates - Steel pipe used for posts, braces and gate frames shall conform to the specifications of ASTM Designation; A120. Steel sections shall be of good commercial quality weldable steel. Posts, frames and braces shall be as specified below or as otherwise specified. (a) Line Posts 1. 2 -inch nominal diameter steel pipe. 2. 17/g -inch 21/4 -inch "H" section of high carbon steel; minimum weight 4.1 pounds per linear foot. (b) End and Corner Posts 1. 2%2" nominal diameter steel pipe. 2. 2%" square tubular steel; minimum weight 5.79 pounds per linear foot. 028320 Pagel of 4 Rw. 11; 33 2C`4 (c) Swing Gate Posts Swing and gate posts shall conform to ASTM Designation: A120 and shall be in the following sizes: Pipe Size Square (O.D. Nominal) (Tubular) Gate Length 2.875 in. 2.5 in. Up to 6 feet 4.0 in. 3.0 in. 7 feet to 12 feet 6.625 in. 13 feet and above (d) Gate Frames Gate frames shall be standard heavy type, welded, watertight, rigid frame with adequate internal bracing and tension members to prevent sagging. Furnish hinges, latches, stops, keepers and similar items as approved. Gates to swing open 180 degrees with keepers to hold gates in open position. Furnish latches with provisions for padlocking. On gates of 4 -foot length or less, provide latches that automatically engage when gate is swung shut. The size of gate frame members shall be as follows unless otherwise specified. Gates shall be provided with a positive means of maintaining the gate in the closed position. Use and Section Frame for fabric 6' and less, and leaf widths not exceeding 8' O. D. or Dimensions, Nominal Round Square 1.66" 1.5" Frame for fabric over 6' or gate leafs over 8' width 1,9" 2.0" Internal braces 1.66" 1.5" Top rails and post braces 1.66" 4. Top Rails - Top rails shall be 1.66 inches O.D. nominal tubular; lengths of not less than 18 feet conforming to ASTM Designation: A120 and shall be fitted with couplings for connecting the lengths into a continuous run. The couplings shall be not less than 6 inches long, with 0.070 inch minimum wall thickness, and shall allow for expansion and contraction of the rail. The top rail shall pass through the base of line post barbed wire extension arm and fasten securely to terminal posts. 028320 Page 2 of 4 Reu. 10.30.2014 5. Bracing - Bracing shall be provided for each gate, corner, pull and end post for use when top rail is omitted or with fabric over 6 feet, and shall consist of round tubular steel, 1.66 inches O.D. nominal conforming to ASTM Designation: A120. Bracing shall extend to each adjacent line post at approximately mid -height of the fabric. A truss consisting of a rod not less than 3/8 inch nominal diameter from the Iine post back to the gate, corner, pull or end post with a turnbuckle or other approved method of adjustment shall also be included. 6. Barbed Wire Extension Arm — Use standard 45 degree, 3 wire, barbed wire extension arms on posts, except end and gate posts on which use standard post top. Provide hole for top rail. Barbed wire extension arms shall conform to ASTM Designation: A153. 7. Tension Wire - If top rail is not specified, a top tension wire shall be provided. Spiraled or crimped tension wire shall be not less than #7 gage and shall conform to ASTM Designation: A116, Class 3. Ties or clips shall be provided for attaching each wire to the fabric at intervals not exceeding 2 feet. 8. Stretcher Bars - Stretcher bars shall not be less than 3/16 by 3/4 inch steel conforming to ASTM Designation: A153. Stretcher bars shall not be less than 2 inches shorter than the full height of the fabric with which they are used. One stretcher bar shall be provided for each gate and end post and two for each corner and pull post. 9. Ties, Bands or Clips - Ties of 9 gage steel wire shall be provided in sufficient number for attaching the fabric to all line posts at intervals not exceeding 15 inches. Bands or clips of adequate strength shall be provided in sufficient number for attaching the fabric and stretcher bars to all terminal posts at intervals not exceeding 15 inches. Tension bands and brace bands shall be formed from flat or beveled steel and shall have a minimum thickness of 0.115 inch and a minimum width of 7/8 inch, and shall conform to ASTM Designation: A153. 3. CONSTRUCTION METHODS Maximum post spacing shall be 10 feet unless specified otherwise. Concrete footings shall be Class "A" Concrete (see City Standard Specification Section 030020 "Portland Cement Concrete") of the following dimensions: Type Fabric Hole Hole Post of Post Height Diameter Depth Embedment Line 3'-4' 6" 24" 21" Line 5' 8" 30" 27" Line 6'-12' 9" 38" 36" Terminal 3'-5' 10" 32" 30" Terminal 6'-12' 12" 38" 36" 028320 Page 3 of 4 Rev. 10-30-2074 Erect fencing to follow natural ground surface, but adjust minor irregularities in grade as directed. Construct fence to true alignment. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, chain link ferrcc shall be measured by the linear foot of fence measured at the bottom of the fabric along the centerline of fence from center to center of terminal posts, excluding gates. Gates will be measured per each gate. complete in place. Payment shall be by the Iinear foot, as measured above, for the height specified unless otherwise specified. Gates will be paid for as measured above and as described in the Bid Form unless otherwise specified. Payment shall be full compensation for furnishing and installing all materials, and for all labor, tools, equipment and incidentals required to construct the fence as required by the plans and these specifications. 028320 Page 4 of 4 Rev. 10-30=Z314 SECTION 030020 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, manholes, inlets, curb and gutter, sidewalks, driveways, curb ramps, headwalls and wingwalls, riprap, 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 (1) Cement The cement shall be either Type I, II or RI Portland cement conforming to ASTM Designation: C150, 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 -- TxDOT 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 flexural 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 609 . I'ype 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 Page 1 of 13 Rev. 10.30.2014 (2) 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 more than 1000 parts per million of sulfates as SO4 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 "Method of Test for Quality of Water to be Used in Concrete" (AASHTO Method T26), except where such methods are in conflict with provisions of this specification. (3) 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 by weight of laminated and/or friable particles when tested in accordance with TxDOT Test Method Tex -413-A. It shall have a wear of not more than 40 percent when tested in accordance with TxDOT 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 TxDOT 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 and Table 1, 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 Page 2 of 13 Rev. 163D-21714 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-V2 In. 2 In. 1-'/2 tn. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 ] 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1- 4 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 8 318 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 (TxDOT 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. (4) 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 (TxDOT Test Method Tex -408-A), it shall not show a color 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 TxDOT 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 TxDOT Test Method Tex -612-J. When tested by approved methods, the fine aggregate or combination of aggregates, including mineral filler, shall conform to the grading requirements shown in Table 2. 030020 Page 3 of 13 Hey „,,;; 2D14 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 0to5 0to20 15to50 35to75 70to90 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 (TxDOT 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 concrete Classes 'A' and 'C', 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. (5) Mineral Filler Mineral filler shall consist of stone dust, clean crushed sand, or other approved inert material. (6) 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. (7) 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 030020 Page 4 of 13 Rev. 1040.2014 given consistency. (a) Retarding and Water -Reducing Admixtures. The admixture shall meet the requirements for Type A and Type D admixture as specified in ASTM Designation: C494, modified as follows: (1) 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 90°F. (2) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type 1 cement from one mill. (3) 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. (b) Air -Entraining Admixture. The admixture shall meet the requirements of ASTM Designation: C260, modified as follows: (1) The cement used in any series of tests shall be either the cement proposed for specific work or a "reference" Type 1 cement from one mill. (2) Unless otherwise noted on the plans, the minimum relative durability factor shall be 80. The air -entraining admixture used in the referenced 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 stockpiles shall be clear of all vegetation and Ievel. The bottom layer of aggregate shall not be disturbed or used without recleaning. 030020 Page 5 of 13 Rev 10-30-2014 When conditions require the use of two or more sizes of aggregates, they shall be separated to prevent intermixing. Where space is limited, stockpiles shall be separated by physical barriers. 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 MTX 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 requirements 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. Trial batches will be made and tested using all of the proposed ingredients prior to placing the 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. Mix designs from previous or concurrent jobs may be used without trial batches if it is shown that 030020 Page 6 of 13 Rev. 1030.2014 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 aggregates. 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 a 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 1.5 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 above 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 different 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 Page 7 of 13 Rev 10 3O.201 4 TABLE 3 Slump Requirements Concrete Designation Desired Slump Max. Slump Structural Concrete: (1) Thin -Walled Sections (9" or less) 4 inches 5 inches (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. 3 inches 4 inches Underwater or Seal Concrete 5 inches 6 inches Riprap, Curb, Gutter and Other Miscellaneous Concrete 2.5 inches 4 inches NOTE: No concrete will be permitted with slump in excess of the maximums shown. 8. QUALITY OF CONCRETE General The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, 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 Engineer or his designated representative will cast test cylinders or beams as a check on the compressive or flexural strength of the concrete actually placed. Test cylinders must be picked up by the testing lab within 24 hours. A test shall be defined as the average of the breaking strength of two cylinders or two beams, as the case may be. Specimens will be tested in accordance with TxDOT Test Methods Tex -418-A or Tex -420-A. Test beams or cylinders will be required as specified in the contract documents. 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 or 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 THD 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 70°F and 90°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, based on results from trial batches. If the required seven-day strength is not secured with the 030020 Page 3 of 113 Rev. 10.342014 cement specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minim [lin Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (i`c) Strength Water -Cement Aggregate Concrete per C.Y. (min.) 28-Day(psi) 7 -Day (psi) Ratio (gal/sack) No. A* 5.0 3000 500*** 6.5 24-8**** B* 4.5 2500 417 8.0 2-4-8**** C* 6.0 3600 600*** 6.0 1-2-4** D 6.0 3000 500 7.0 2-4 S 6.5 4000 570 5.0 2-4 *Entrained Air (slabs, piers 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 psi; with Class A Concrete, the minimum 7 -day beam break requirement will be 460 psi. ****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 City Standard Specification Section 038000 "Concrete Structures", Article "Placing Concrete -General", shaIl not be used. Retamping of concrete will not be permitted. In threatening weather, which may result in conditions that will adversely affect the 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 stockpiles. Aggregate stockpiles 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 insure completion of the work underway without excessive delays for repairs or replacements. The mixing shall be done in a batch mixer of approved type and size that will produce uniform 030020 Page 9 of 13 Rev 10-30-2014 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 with 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 specification sections, and concrete not meeting the slump, workability and consistency requirements of the governing specification sections shall not 030020 Page 10 of 13 f<f1v. 4 be placed in the structure 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 truck agitator or truck mixer agitation speed. (Central -Mix Concrete) (2) Mixed complete in a truck mixer and transported to the placement site at mixing andlor agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (1) (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 revolutions. (b) Truck mixers equipped with a single actuated counter counting total revolutions of the drum shall mix the concrete at the plant not less than 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. 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. 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 andlor 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 030020 Page 11of13 Rev. 10.342614 accordance with the manufacturer's design and 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 Mixers: In addition, truck mixers shall comply with the following requirements: An engine in satisfactory working condition and capable of accurately gauging 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 revolutions per minute (rpm) will not require a separate engine. All truck mixers shall be equipped with actuated counters by which the proper number or reg elutions of the drum, as specified in Article 11. 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 Gard or portion thereof. This mixing time shall start when all cement, aggregates and initial water have entered the drum. 030020 Page 12 of 13 Rev. 1030.2014 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- 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 (1) nor more than five (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 City Standard Specification Section 038000 "Concrete Structures". 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete of the various classifications which will constitute the completed and accepted structure(s) in-place will be measured by the cubic yard, per each, square foot, square yard or linear foot, as the case may be. Measurement will be as shown on the drawings and/or in the Bid Form. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing: furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing cxpansion joint material required by this specification or shown on the plans; and for all forms and falsework, labor, tools, equipment and incidentals necessary to complete the work. 030020 Page 13 of 13 Rev. 10.30-2014 SECTION 032020 REINFORCING STEEL 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 60 or 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 Grade 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 (references to ASTM Designation: A 29 is voided). Dimensional tolerances shall be in accordance with ASTM Designation: A 615, or ASTM Designation: A 615, Grade 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 AA itli 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. 032020 Page 1 of 6 Rev. 10.30.2014 The nominal size and area and the theoretical weight of reinforcing steel bars covered by this specification are as follows: Nominal Weight per Bar Size Diameter, Nominal Area, Linear Foot, Number In. Sq. In. Pounds 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 larger than No. 4 shall be designated by diameter in inches. When wire is ordered by gauge numbers, the following relation between gauge number and diameter, in inches, shall apply unless otherwise specified; Equivalent Equivalent Gauge Diameter, Gauge Diameter, Number Inches Number 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 € 2 0.1055 5 0.2070 13 0.0915 6 0.1920 14 0.0800 7 0.1770 032020 Page 2 of 6 Rev. 10-30-2014 3. BENDING The reinforcement shall be hent 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 an the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, 44, #5 4d #6, #7, #8 5d A l I bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 lOd Grade 75 8d 032020 Page 3 of 6 Rev. 10.30.$014 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Pian Dimen. * 3/4- 7/8" Bar or Smaller --Pian_ Dimers. *1/2- 1" 1/2••1" Bar or Larger ---Plan Damen_ * r 1i= over 6--Dime-nZero or H s 6" and le53-Oerneen. + zero or -1/4 V —D 1 7/8- Bar or Smaller --Plan Qimen * 1 Bar or Larger —Plaza Dimers_ t 1 5. STORING 0irnen_*teZ pira4 Or Circular Tia Tie or Stirrup 1P1an Q+a+wr+R . i/2i 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 will not be permitted in main reinforcement at points of maximum stress. When permitted in main bars, splices in adjacent bars shall be staggered a minimum of two splice lengths. 032020 Page 4 of 6 Rev. 10.30-2014 Lap Lap in inches TABLE 1 Minimum Lap Requirements Uncoated Coated 40d 60d Where: d = bar diameter in inches Welding of rein fbre iii g 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 drawings and industry standards. 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 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 box culvert extensions with more than one foot of fill, a minimum of 6 inches 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 or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension 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 the 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 tied 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. Precast 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 032020 Page 5of6 Rev 10-30-2014 cotton mats for a period of 72 hours. The blocks shall be cast in the form of a frustum 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. 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 Article 7 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 Unless otherwise specified on the Bid Form, reinforcing steel is considered subsidiary to the various items shown in the Bid Form and shall not be measured and paid for as a separate item. 032020 Page 6 of 6 Rev, 10.30-2014 SECTION 37040 EPDXY COMPOUNDS (S-44) 1. DESCRIPTION This specification shall govern all work necessary to provide and apply Epoxy compounds. 2. MATERIALS (USE - TYPE) (1) Epoxy Bonding Compound for bonding new concrete to hardened concrete o other s i:::ural material: Epoxy Bonding Compound sha two compone, 100% solids, moisture insensitive system. Epoxy :=:i T1 be "FX - 752 Bonding Agent" as manufactured by Fox Industries Inc. of Baltimore, Maryland G..._ "Sikastix 370, Sikadur Hi -Mod" as manufactured by Sika Chemical Corporation of Lyndhurst, New Jersey or approved equal. (2) Epoxy Grout fc= Epoxy patch on non -horizontal :;._.rf aces to concrete:Epoxy Compound shall be a low -modulus, high vi::siLy, moisture insensitive system. Epoxy shall be "Sikastix 360, Skadir Lo -Mod Gel" as manufactured by Sika Chemical Corporation, or approved equal. 3. CONSTRUCTION METHODS (1) Bond new concrete to existing concrete: a. Surface Preparation: The existing concrete or structural surface to which the new concrete is to be bonded shall be cleaned. The existing surface shall be made free from dust, laitance, grease, curing compounds, waxes and all foreign material. Cleaning shall be done by sandblasting, mechanical abrasion, or (by washing only if authorized by the Engineer). During application of bonding compound, surface may be dry, moist, or wet, but surface shall be free of standing water. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturers instructions. The epoxy shall be used in a neat condition (without aggregate filler), c. Application of Epoxy: The epoxy bonding compound shall be applied to the prepared surface with the minimum allowable coverages as follows: Concrete (float finished, cleaned by washing) 75 SF/gal Concrete (rough finish, cleaned by sandblast or mechanical abra:-�t:) 50 SF/gal Uh-er surfaces on the drawings d. Concrek__e overlay: The concrote overlay shall be in accordance with the drawings or 030020 of standard specifications. The concrete overlay shall be applied over the epoxy within a period of time which SHALL NOT EXCEED 60% of the tack free time of the epoxy. It is important for the Contractor to note that these times vary with the temperature and pot time. The .following allowable times (60% of tack free time, where the tack free time is the period of time from initial mixing of the two components until the thin film of epoxy hardens) are provided below. The allowable times must be 037040 2/20/9 Page 1 of 2 determined ffom the tack free times which are provided by the manufacr. The following allowable times are averages and provided c:1 y as an aid to the Contractor: omperature Allowable Bl_acs<e Time from Yixing Epoxy U:rill Placing Concre:.e Overlay 90°F 4.0 min. 80°F 12 hrs. 70°F 22 hrs. 60°F 32 hrs. If the allowable period of time is allowed to elapse before concrete overlay can be placed, another layer of epoxy shall be applied prior to placement of the concrete. (2) Epoxy Grout for patch to non -horizontal surfaces to concrete: a. Surface Preparation: The surface shall be prepared as described in Band r.ew concrete to existing concrete Part a. b. Proportioning and Mixing: The epoxy shall be proportioned and mixed in strict accordance with the manufacturer instruction. The epoxy may be mixed with dry masonry sand. Sand shall conform to A.S.T.M. C-144 with 100% passing a No. 8 sieve and not more than 15% to 35% passing a No. 50 mesh sieve. The amount of sand filler shall not exceed 3/4 to 1 (loose sand to epoxy by volume). c. Application: Epoxy shall be applied in strict accordance with manufacturer instructions. Area adjacent to work shall be cleaned free of epoxy spills as to provide a neat appearance before work will be accepted. 4. GENERAL PRECAUTION The Contractor is advised to become familiar with type of epoxy, method of application, and its basic limitations prior to using the epoxy. 5. MEASUREMENT AND PAYMENT Unless indicated otherwise in the Proposal, Epoxy Compounds shall be considered subsidiary to the appropriate bid item. 037040 2/20/9 Page 2 of 2 SECTION 055420 FRAMES, GRATES, RINGS AND COVERS 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 confonn to the requirements of ASTM Designation: A36 "Standard Specification for Carbon Structural Steel". 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 assembly in accordance with those details. Steel shall conform to the requirements of ASTM Designation: A36. Castings, whether Carbon -Steel, Gray Cast Iron or Ductile Iron, shall conform to the shape and dimensions shown on the plans and shall be clean substantial castings, free from burnt -on sand or b1ov,,• holes, 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 grates and frames shall be cast or machined with such precision that uniform bearing shall be provided throughout the perimeter contact area. Pairs of machined castings shall be matchmarked to facilitate subsequent identification at installation. Steel castings shall conform to the requirements of ASTM Designation: A27 "Standard Specification for Steel Castings, Carbon, for General Application". Grade 70-36 shall be furnished unless otherwise specified. Cast Iron castings shall conform to the requirements of ASTM Designation: A48 "Standard Specification for Gray Iron Castings", Class 30. Ductile iron castings shall conform to the requirements of ASTM Designation: A536 "Standard Specification for Ductile Iron Castings". 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 and grades indicated on the plans or as directed by the Engineer. All welding shall conform to the requirements of the latest American Welding Society Specifications. Frames, grates, rings and covers shall be given one coat of a commercial grade red lead and oil paint and two coats of commercial grade aluminum paint. 055420 Page 1 of 2 Rev. 3.25.2015 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 otherwise specified on the Bid Form, frames, grates, rings and covers will not be measured for payment, but shall be considered subsidiary to other bid items. 055420 Page 2 of 2 Rev. 3-255-2015 GEOTECHNICAL STUDY TuLoso ROAD IH -37 TO LEOPARD STREET CORPUS CHRISTI, TEXAS MARCH 2013 A Report Prepared for: The City of Corpus Christi Corpus Christi, Texas GEOTECHNICAL STUDY Tul.oso Road Improvements Corpus Christi, Texas City of Corpus Christi Project No. E12094 Project 132477 March 25, 2013 Prepared by: Don R. Rokohi, PE Senior Professional Reviewed By Scot Gordon, PE Program Manager KLE/NFELDER Bright People. Right Solutions. 5022 Amba.s:ador Row Corpus Chr =i, Texas 78416 pi 361.6544774 f 1 361.664 4024 R?,istered Thrin ring Firm T 6-5592 This document was prepared for use only by the client, only for the purposes stated, and within a reasonable time from issuance, but in no event later than one year from the date of the report. Non-commercial, educational, and scientific use of this report by regulatory agencies is regarded as a "fair use" and not a violation of copyright. Regulatory agencies may make additional copies of this document for internal use. Copies may also be made available to the public as required by law. The reprint must acknowledge the copyright and indicate that permission to reprint has bean received. 1324771CCH 1380114 March 25, 2013 Copyright 2013 Kleinfelder h 1 E Mee jel • yo u ntr ne GeotechnicalServices Are Performed for Specific Purposeo, Persons, and Projects C otechnical engineers structure their services to meet the specific needs of tlJeir clients: A geotechnical engineering study conducted for a civil engi- neer may not fulfill the needs of a construction 001tractcit or even another civil engineer. Because each gecteohnical engineering study is unique, each geotechnical engineering roper? is €:nicue, prepared soleiyfor the client. No one except, you should rely en your gmfechnical engineering report without first conferri . with the neet chnical engineer who prepared it. And no one --- rratvenyou si uld apply the report for any purpose or project except the one originally conternpfated. Head the full Report Serious problems have occurred because those relying on; a. geotechnical engineering report did not read it all. Do not rely on an executive summary. Do not read selected elements only. A Geotechrilcal Engineering deport Es Based on ni ti Set tif PrOject-Specific Factors Geotecnnicaf engineers consider a number of unique, project -specific face tors when establishing the scope of a study: Typical factors include: the clients goals, objectives; and risk management preferences; the general nature of the structure involved; its size, and cenfigntationj the location of the structure on the site; and other pia :red or existing site improvements, such as access roads, parking lots, and underground utilities: Unless the geotechnical engineer who condi.ted the study specifically indicates oth- erwise, do not rely on a geotechnical engineering report that was: • not prepared for you, • not prepared for your project, • rot prepared for the specific site explored, or ® completed before mper:a t project. Chang :s were made. Typical changes that can erode the reliendity cf an existing geotochn cat engineering report include those dee af,:ece the function of the proposed st• ucture, as when it's changed from a parking garage to an office bi ep, nr fr n a fight industrial plant to a refrigerated warehouse, • elevation, configuration, location, orientation orweight•af the proposed structure, • composition of the desigrrteam, or • project ovanership.. As a general rule, a/ways inform your geotechnical engineer 01 project changes—even minor ones—and requester assussnT;cot of their impact. Geotechnical engineers cannot aceepf respansicii fy : r !lab* torproblenns that occur because their reports do nvt consider devetnp,Pnents of which they were not informed Sflthsurt ce Gond:41011S CM. Change A geotechnical engi.heering redo is based on conditions that existed at the time the study was performed Do not rely an a geotechnical engineer-. ng report whop adequacy. may have been affected by: the passage of time; by pian-rnade.events, such as Construction on or adjacent to the site; or byreetriral events, such as floods, earthquakes, or groundwater fluciva- li©ns. AJw ys:contact the.geptechnicarengineer before applying thereport to determine. 11 .4 is still reliable. A minor amount of additional testing or analysis could prevent major problems. Most Seatechnical Findings Are Professional Opinions Site exploration identities subsurface conditions only at those points Where subsurfac. tests are conducted or samples are taken. Geotechnical engi- neers revir field and laboratory data and then apply their professional jucgnne<t to render an opinion about subsurface conditions throughout the site, Actual subsurface conditions n+.ay differ ---sometimes significantty--- froen those indicated in your report. Retaining the geotechnical engineer who developed your report to provide construction observation is the most effective method of managing the risks assoc[a`.ed with unanticipated conditions. e rt's Fiectiminendalicns Ave Mi! i nal Do not overre y on the construction recommendaiin s included in your those recommendations are not final, because r ,otechnical engi- neers evolop them principally from judgment and opinion. Geotechnical ngir-J;-rs can finalize their recommendations only by observing actual r.ibsn`ace conditions revealed during constructioci. 1fie peeoteehntcal rjfr r ern developed your report Carlffotassume raspcnsibiiily or ,,;; ,/city for Me reports nor r:.r 7tendations if that engineer does not perform Ors=rrictOn observation. A Geotechnical E€3 ii ee;ri 3; Report is Suilject Misinterpretation i Other design team members' misinterpretation of geotechnical erlgineettg reports has resulted in costly problems. L: Wcr tha risk by having y: ur Qou- technical engineer confer with appropriate merrisers,af the designs team after submitting the report. Also retain your geotecl nisi l engineer to review pedi- nent elements of the design team's pians and specifications. Contractors can also misinterpret a geotechnical engineering report. Reduce that risk by flaying your geotechnical engineer participate in prebid and preconstructirsn conferences, and by providing construction observation. Be Net Redraw ti a ngirie r' los Geotechnical engineers prepare final boring; and testing fogs based upon. their interpretation of field logs and laboratory data. To prevent errors cr omissions, the logs included in a geotechnical engineering report should t ne.verbe. redrawn for inclusion in archite,ntural or other design dray ngs. Only photographic or electronic reproduction is acceptable, tint recognize that separating logs from the report can elevate. risk 'Give Contractors a Complete Report and guif anc Some owners and design professionals mistakenly beffeve they carr make col tractors liable for unanticipated subsurface conditions ;icy limiting what they provide for bid preparation. To help prevent costly probten's, give con- tractors the complete geotechnical engineering report, kutpreface it with a Clearly written letter of transmittal. ]n that letter;•advise contraltors thatthe reportwas not prepared tar purposes of bid development and that tine reports accuracy is limited; encourage them to confer with the geotechnical engineerwho prepared the report (a modestfee may be required) alldlor to Conduct additional study to obtain the specific types of intormation they need or prefer. A prebid conference can;also be valuable. Be stili r;ontrac- tors haves fficienttimeto perform additional study. wily than 1 rlightyou be in a position to give contractors the best intori-na"tot= avaiiahle to you; while requiring them toat least share some of.the financial responsibilities stemming from unanticipated conditions, Read Responsibility Prnvi ions Closely Some clients, design professionals, and contractors do not recognize that geotechnical engineering is far less exact than ocher engineering disci- plines. This lack of understanding has created ariloalistic expectations that have led to disappointments, claims, and disputes. To help reduce the ink of such outcomes, geotechnical engineers commonly include a variety of explanatory provisions in their reports. Sometimes labeled "limitations" many of these provisions indicate where geotechnical erigiriaurs responsi- bilities begin and end, to help others recogn: til= lr r n csl r sil�ililies and risks. head these provisions closely Ask r;i,esin7. Your ge ,t✓ch mord engineer should respond fully arid frankly. Geee vii f omental Con P as Are Not Covered The eguipmeit, techniques, and personnel used fo perform a geoenviron- mental study differ significantly from those used to perform a geoteM nka study. For that reason, a geotechnical engineering report does not usually :elate any geoenvirenmental findings, conclusions, or recommendations; e.g., about the likelihood of encountering underground storage tanks or regulated contaminants. Unanticipated enrsronmentalproblerrrs have led to numerous project failures. If you have not yet obtained your.own geoen- vironmental inforinatbon, ask your i onlechnical consultant torrid man- agement guidance. ??n +rof .l.,!!:•/ on an.:?vr, ^r frlental report prepared for someone else. Gain Professional Assistance To Reef with Mold Diverse strategies can be applied during building design, construction, operation. and maintenance to prevent significant amounts of mold from growing co indoor surfaces. To be effective, all such strategies should be devised for the express purpose of mold prevention, integrated into a com- prehensive plan, and executed with diligent oversight lay professional mold prevention consultant. Because just a small amount of water or moisture can lead to the development of severe mofttinfestations, a num- ber of mold prevention strategies focus on keeping building surfaces dry. While groundwater, water infiltration, and similar issues may have been addressed as part of the geotechnical engine:ring study whose findings are conveyed In -this report, the geotechnical engineer in charge of this project is not a mold prevention consiftant none of the services per- formed in connection with the geotechnical engineers study were designed or car ducted for Ino purpose of MOW :pCeven- fion.Proper implementafinn oflhe;reeornfmsnriations conveyed in this report will eat of itself be :sufficient to prevent maid front growing in or on the sfrurfure involver(. Rely, on Year ASF -Member Geetechneial Engineer for Additional Assistance Membership in ASFEJThe Best People on Earth exposes geotechnical engineers to a wife array of risk management techniques that can be of genuine benefit for everyone involved with a construction project. Confer with you ASFE-member geotechnical engineer for more information. ASFE mE nese PE¢Pit 61 EMI,/ P.811 Colesutlle Road/Suit ; G I EC, r:' , "it) 2C, 1 c TeI:ni n.e:301i565-7f3 F..::5:::^.N'•01. 3:}-7017 e-mail: Copyright 2004 by ASFE :'.^r.. v;:r;eark;r rap. pd;u ton, or copying of this document, in L. hat- ,rr art 1y arty means whatsoever, is strictly prohibited, except with ASFE's specific svrrr]en permissio;,.::x ire ;r; 7, 0!'J: of otherwise extracting wording from this rr airier r is. ,permitted ono, with the express written permission ut t,.S.._, LtiW 'iffy for purposes of scholarly ressarc', bot.,R v r:.s: ally members of ASFE may use this docurne•it as a complement to oras an &merit of a geotechnical es.7i,!ecr:.O re,:L r .tiny OW firm, individual, or °tear e r:i!f [^at so ::scs this document without being an ASE member could be committing negligent a: intentional (fraudu er.•t) !-,i;r preser'r<rii'R. 1rriERrlrr 5.00 TABLE OF CONTENTS Important Information about your Geafechnical Engineering Report INTRODUCTION 1.1 General 1 1.2 Project Description 1 1.3 Site Location and Conditions 1 1.4 Subsurface Exploration 2 1.5 Laboratory Testing 2 SUBSURFACE MATERIALS AND CONDITIONS 2.1 Regional Geology 4 2.2 General Stratification 4 2.3 Existing Pavement Materials 4 2.4 Subgrade Material Characteristics 5 2,5 Subsurface Water Conditions 5 PAVEMENT DESIGN 3.1 Subgrade Preparation ,. 6 3.2 Traffic Conditions 7 3.3 Pavement Sections 8 3.3.1 Flexible Pavement Sections 9 3.3.2 Rigid Pavement Sections 10 3.3.3 Pavement Section Specifications 11 3.4 Pavements on Expansive Soils and Drainage Considerations 12 GEOTECHNICAL AND MATERIAL TESTING SERVICES DURING CONSTRUCTION13 DESIGN REVIEW 14 LIMITATIONS OF THIS STUDY 15 REFERENCES 19 APPENDIX Site Vicinity Map — Plate 1 Boring Location Plan — Plate 2 Summary of Laboratory Test Results — Plate 3 Explanation of Symbols and Terms Used on Logs of Borings Boring Logs B-1 through B-4 132477fCCH13R0114 i March 25, 2013 - Copyright 2013 Kleinfelder GEOTECHNICAL STUDY TULOSO ROAD IMPROVEMENTS CORPUS CHRISTI, TEXAS INTRODUCTION 1.1 General The purpose of this study was to provide geotechnical parameters for design of Tuloso Road improvements. The study for the Tuloso Road Improvements was performed in general accordance with our proposal (Proposal No. CCH12P0272), dated January 16, 2013. The study was authorized by Agreement for Geotechncial Engineering Testing Services between the City of Corpus Christi (City) and Kleinfelder, dated February 14, 2013. This study and scope does not include environmental evaluations for contaminants or potential contaminants on the site. 1.2 Project Description Based on information provided by the City and the civil engineering design firm, Maverick Engineering, Inc. (MEI), we understand that existing Tuloso Road between the IH -37 frontage road and Leopard Street is an arterial road that is about 2,550 feet in length and about 26 feet wide. The pavement is a flexible section composed of an asphalt wearing surface underlain by flexible base material. A previous study conducted by Govind Development LLC (GD) evaluated the condition of the road and concluded that the road was in poor condition with significant cracking, potholes, and patches. Visual observations made during two site visits by the author of this report confirm the conclusions by GD. 1.3 Site Location and Conditions The site is located on Tuloso Road between the IH -37 frontage road and Leopard Street in Corpus Christi, Texas. The general vicinity of the site is shown on the attached site vicinity map, Plate 1, presented in the Appendix. The existing two-lane road is covered by asphaltic concrete with drainage ditches on the east side and partially on the west side. The road is very slightly crowned so that drainage is towards the ditches. It seems that the ditches drain in the direction of IH -37 (north). 132477 t CCE -113R0114 Copyright 2013 Kleinfelder Page 1 of 19 March 25, 2013 1.4 Subsurface Exploration We explored the subsurface materials at the site by drilling 4 soil borings, extending to depths of 6 to 10 feet below existing grades. The borings were located at the site by Kleinfelder at locations mutually agreeable between Kleinfelder and MEL The borings were drilled at truck accessible locations using a CME 75 hollow stem auger drilling rig. The existing asphalt pavement section was penetrated with augers and the thicknesses of the pavement section components were measured. Borings were then advanced using steel push tube samplers (Shelby tube) from which undisturbed cohesive soil samples were recovered. The borings were logged by a Kleinfelder technician. Soil samples were identified in the field, placed in plastic bags, sealed, identified according to boring number and depth, and then placed in core boxes_ The boreholes were backfilled with auger cuttings after completion of drilling and sampling. The asphalt surface was patched with a cold patch asphalt mixture. Samples will be stored in our laboratory for 60 days from the date of this report. After that time they will be discarded unless otherwise notified., The locations of the borings are shown on the attached Boring Location Plan, Plate 2, presented in the Appendix. Pocket penetrometer tests were performed on cohesive push tube samples in the field. Pocket penetrometer testing is a quick and easy method of comparing the relative consistency of one soil sample to another. The results of the penetrometer tests are reported on the left side of the Logs of Boring under the heading "PP" in units of tons per square foot (tsf). The plus notation indicates that the limit of the device has been exceeded. While sampling the boreholes, observations were made for signs of groundwater.. Our observations are shown in notes at the bottom of each boring log. Please be aware that these observations do not constitute a comprehensive groundwater study, but simply report the results of limited field observations during our field sampling activities. A discussion pertaining to groundwater conditions is contained in a subsequent section of this report. 1.5 Laboratory Testing The sail samples were returned to the laboratory where they were examined by a laboratory technician and the project geotechnical engineer. Under the direction of the 1324771 CCH13RO114 Page 2 of 19 March 25, 2013 Copyright 2013 Kieinfe[der project geotechnical engineer, selected specimens were chosen for testing to identify their soil classification, strength and other physical properties. The specific tests conducted are summarized below: D Atterberg Limits D Percent Passing No. 200 Sieve D Moisture Content 01 Dry Density D Unconfined Compression The results of these tests and the classifications of the subsurface materials are shown on the attached Logs of Borings. The soil classifications refer to the "Unified Soil Classification System" as explained on the attached Explanation of Symbols and Terms used on Logs of Borings. The results of the laboratory tests performed are summarized on Plate 3 in the Appendix. 1324771 CCH13RO114 Page 3 of 19 March 25, 2013 Copyright 2013 Kteinfefder SUBSURFACE MATERIALS AND CONDITIONS 2.1 Regional Geology Based on review of available geologic maps (Reference 1) and previous experience in the vicinity of the project, it is our opinion that the site is located on an outcropping of the Beaumont Formation which is composed of clay, silt, sand, and gravel. The thickness of the Beaumont Formation is about 60 to 100 feet in this area. 2.2 General Stratification Specific material descriptions and depths of strata at each exploration location are shown on the attached Logs of Borings. These records represent our interpretation of the subsurface soil conditions at the site based on observation and laboratory tests performed on selected soil samples. The lines designating the interface between strata in the borings represent approximate boundaries. The transition between strata may be gradual and indistinct. The existing flexible pavement section includes 2-1/2to 3 inches of asphaltic concrete and 5 to 18 inches of flexible base material. Classification test results indicate that the subsurface soils below the pavement section are predominately fat clays (CH) soils to the termination depths of the borings, with the exception of lean clay (CL) soils below the pavement section at boring B-1. The borings were terminated at depths of 6 to 10 feet below existing grades. 2.3 Existing Pavement Materials Visual examination and Atterberg Limits indicate that the quality and type of flexible base material encountered in the borings are rather consistent from boring to boring. The test results indicate that the base material has a liquid limit of 34 and a plasticity index (P1) value of 14. The P1 value slightly exceeds the maximum allowed value of 12 for Texas Department of Transportation (TxDOT), Standard Specifications for Construction of Hiohways, Streets and Bridges, 2004 (Reference 2), Item 247, Type A, Grade 2 or better flexible base material. Other properties such as durability and gradation were not tested due to limited sample sizes and sample disturbance, but the material resembles flexible base material typically used for road construction in this area that might qualify under TxDOT specifications when sampled from stockpiles or windrows. 132477 / CCH13R0114 Page 4 of 19 March 25, 2013 Copyright 2013 Kleinfelder Table 1 below shows the measured thickness of existing hot mixed asphaltic concrete (HMAC) and flexible base material encountered in the borings for this study. Table 1 — Pavement Thickness Summary Boring No. HMAC Thickness (in.) Flexible Base Thickness (in.) B-1 3 5 B-2 2-'/z 18 B-3 3 6 B-4 2^/2 12 2.4 Subgrade Material Characteristics The subgrade materials of dark gray to gray lean clays (CL) and fat clays (CH) encountered in the borings above depths of 6 and 10 feet have PI values ranging from 31 to 36 indicating materials with high to very high shrink -swell potential and generally poor subgrade characteristics. The dry density ranges from 81 to 116 pounds per cubic foot and moisture content from 17 to 27 percent. The results of pocket penetrometer tests and unconfined compressive strength tests indicate that the subgrade clays are very stiff to hard in relative consistency. Application of phenolphthalein solution to the subgrade soils did not indicate any presence of prior lime treatment of the subgrade soils. This is also substantiated by the results of Atterberg Limits tests. Based on the laboratory tests and past experience with similar soils, the support strength of the subgrade materials at the site can be estimated to have a California Bearing Ratio (CBR) of 3 and a modulus of subgrade reaction of about 90 pounds per cubic inch (pci). 2.5 Subsurface Water Conditions Each boring was advanced dry to its termination depth using hollow stem augers. While drilling and sampling, the boreholes and samples recovered were observed for signs of subsurface water. Groundwater was not encountered in the borings during drilling and sampling. 132477 / CCH13R0114 Page 5 of 19 March 25, 2013 Copyright 2013 Kleinfelder Be aware that these limited observations do not represent a groundwater study, which was beyond the scope of this work. Subsurface water levels may change due to a variety of factors including seasonal fluctuations and/or construction or other activities in the site area. If construction proceeds during a wet period of the year, subsurface water could be encountered in excavations. 132477 f CCH13R0114 Page 6 of 19 March 25, 2013 Copyright 2013 Klemfelder PAVEMENT DESIGN Based on our pavement analysis and evaluation, it appears that the existing street does not have sufficient pavement thickness for the present or future anticipated traffic. As requested, we have considered two possible options for street improvement which include: (a) reconstruction of the street by either removal of part or all of the existing pavement materials and construction of new flexible (asphalt) or rigid (concrete) pavement section in its place or (b) reclamation and cement treatment' of existing pavement materials and addition of new asphaltic concrete wearing surface. The rigid (concrete) pavement section would be a jointed, reinforced pavement section. 3.1 subgrade Preparation The subgrade soils below the existing pavement section consist of high plasticity clays (CH); which, based on laboratory testing, have not been chemically treated to improve their engineering and physical properties. Based on the laboratory tests and past experience with similar soils, the support strength of the clays has been estimated to have a modulus of subgrade reaction of about 90 pci and a CBR value of 3, To improve the subgrade support characteristics of the clays for the flexible pavement option, lime stabilization can be performed in the surficial clays. The clays will react with lime resulting in increased strength and durability, while also reducing the shrink -swell potential. After removal of the existing pavement section, the exposed clays should be lime treated to a minimum depth of 8 inches. Based on previous experience with similar soils, the quantity of lime needed to treat the on-site clays is estimated to be about 6 percent by dry weight. The lime quantity needed to treat the on-site clays should be verified in the laboratory prior at the beginning of construction, after the subgrade materials have been exposed. The subgrade soils should be treated in accordance with applicable requirements provided in TxDOT item 260. The lime should be thoroughly mixed and blended with the upper 8 inches, after achieving pavement subgrade elevation. The lime should meet the applicable requirements provided in TxDOT (2004) Item 260. After proper mixing and curing (48 to 72 hours), the stabilized soils should be pulverized, moisture conditioned to the optimum moisture, and compacted to a minimum of 95 percent of the maximum dry density determined by ASTM D 698 for the mixture. The moisture content should be maintained to 1324771 CCH13R0114 Page 7 of 19 March 25, 2013 Copyright 2013 IOeinfeider within ±2% of the optimum moisture content until covered by subsequent pavement components. Depending upon the final grade of the finished road and final section thickness selected, the subgrade may consist of existing in-place base material. With a sufficient thickness of at least 6 inches of in-place material that has been properly compacted and verified, the existing flexible base material should be a good subgrade material to support the rigid pavement option. After achieving pavement subgrade elevation, the upper 6 inches of the base material should be scarified, moisture adjusted to within ±2% of the optimum moisture content, and compacted to a at least 100 percent of the maximum dry density determined by ASTM D 698 for the material. The moisture content should be maintained to within ±2% of the optimum moisture content until covered by subsequent pavement components. We do not recommend using existing flexible base as part of the flexible pavement option; however, the existing base, and remaining asphalt concrete, could be stabilized with cement as part of the reclamation option. 3.2 Traffic Conditions The City of Corpus Christi provided traffic counts through a Traffic Signal Warrant Analysis study by Kimley-Horn and Associates, dated March 8, 2013 and traffic classifications through a tube count- classification data study by Quality Counts, LLC subcontracted to Kimley-Horn and Associates_ The projected traffic on the roadway (design lane) based on the traffic count and mix indicated by the traffic studies yielded a traffic usage of 1,305,1 50 equivalent 18 -kip Toad applications (ESALs) for flexible pavement and 1,588,425 ESALs for rigid (concrete) pavement for a 30 -year design period. The TxDOT minimum terminal serviceability index (TSI) is 2.5. A minimum TSI of 2.0 is typically used for local city streets. We recommend using a minimum TSi of 2.5 for this section of Tuloso Road due to its location and traffic usage pattern. The traffic conditions should be verified by the design civil engineer. If the anticipated traffic conditions significantly differ from those presented above, Kleinfelder should be contacted for further evaluation and possible revisions to our recommendations. 1324771 CCI -113R0114 Page 8 of 19 March 25, 2013 Copyright 20'13 Kieinfelder 3.3 Pavement Sections As requested, both flexible (asphalt) and rigid (concrete) pavement thicknesses have been developed for a pavement design life of 30 years. A full or partial depth reclamation section and a new replacement section were developed for flexible pavement while a new replacement section was developed for the rigid pavement. The pavement analyses were performed using the AASHTO Guide for Design of Pavement Structures 1993 (Reference 3). 3.3.1 Flexible Pavement Sections Table 2 - General Design Parameters 18 -Kip ESAL, W1 1,305,150 Reliability, R 85% Overall Standard Deviation, So 0.45 Soil Resilient Modulus — Lime Treated Subgrade 10,600 pounds per square inch (psi) Soil Resilient Modulus — Untreated (Raw) Subgrade 4,100 psi Initial Serviceability, po 4.2 Terminal Serviceability, pt 2.5 Table 3 - Layer Coefficients Asphalt Concrete Wearing Surface — Type D 0.44 Asphalt Concrete — Type 8 0.44 • Cement Treated Recycled Asphalt (RAP) 0.25 Flexible Base (Crushed Limestone) 0.14 Lime Treated Subgrade 0.08 Untreated (Raw) Subgrade 0.03 1324771 CCH13R01I4 Page 9 of 19 March 25, 2013 Copyright 2013 Kleinfelder Table 4 — 30 Year Flexible Pavement Sections Pavement Component Option 1 Thickness Option 2 Thickness HMAC -- Type D 1.5" 1.5" HMAC — Type B 2.5" 2.5" Cement Treated Recycled Asphalt and Base 10.0" ---- Crushed Limestone Base --- 14.0" Lime Treated Subgrade ---- 8.0" Calculated Structural Number (SN) 4.44 4.36 Option 1 is partial depth reclamation, which involves cement treatment of recycled asphalt and base material and placement of new asphalt surface. Option 2 is removal of existing pavement and replacement with new pavement section. 3.3.2 Rigid Pavement Section Table 5 - General Design Parameters 18 -Kip ESAL, Ma 1,588,425 Reliability, R 85% Overall Standard Deviation, SQ 0.35 Effective Modulus of Subgrade Reaction (loss of support) 100 psi/in Load Transfer Coefficient 3.2 Concrete Compressive Strength at 28 days 4,000 psi Initial Serviceability, pa 4.2 Terminal Serviceability, Pt 2.5 Table 6 — 30 Year Rigid Pavement Section Pavement Component Thickness Portland Cement Concrete (reinforced) 7.5" Compacted Existing Base Material 6.0" Reinforcing steel consisting of deformed steel re -bars (not wire mesh) should be used in concrete pavement at this site. Thickness selection is based on concrete flexural strength, soil modulus, and traffic volume. Selection of steel is dependent on joint spacing, slab thickness, and other factors as discussed in Portland Cement Association (PCA) publications. 132477/ CCH13R0114 Page 14 of 19 March 25, 2013 Copyright 2013 Kleinfelder 3.3.3 Pavement Section Specifications The pavement should be specified, constructed, and tested to meet the following requirements: 1. Subgrade Preparation As discussed above in Section 3.1. 2. Recycled Asphalt Pavement and Base Material Mixture -- The existing asphalt and base material should be pulverized and treated with 5% high early strength cement by dry weight and compacted. After pulverization, 95% of the mixture should pass the 2 -inch sieve. Compaction should be to 96% to 98% of ASTM D 558 at optimum moisture or above optimum as required for hydration of cement. Procedures shall be in accordance with applicable requirements of TxDOT (2004), Item 275 Cement Treatment (Road Mixed). The mixture should be tested in accordance with ASTM D 1633 and a minimum 7 -day compressive strength of 350 psi should be obtained. 3. Crushed Limestone Base Material — TxDOT (2004), Item 247, Type A, Grade 1 or 2. The material should be compacted in maximum six-inch lifts to a minimum of 100 percent of ASTM D 698, at ±2% of optimum moisture content. 4. Portland Cement Concrete - Portland Cement Concrete should be specified to attain a minimum 28 -day compressive strength of 4,000 psi. 5. Hot Mix Asphaltic Concrete --- Type D and Type B, HMAC materials and mix design should meet TxDOT (2004), Item 340 specifications. In place density should meet TxDOT Item 340.4 requirements. 6. Prime Coat — TxDOT (2004), Item 310 requirements. 1324771 CCH13R0114 Copyright 2013 Kieinfeider Page 11 of 19 March 25, 2013 3.4 Pavements on Expansive Soils and Drainage Considerations Pavement design methods are intended to provide an adequate thickness of structural materials over a particular subgrade such that wheel loads are reduced to a level the subgrade can support. The support characteristics of the subgrade are usually estimated by Texas Triaxial values. However, this design method does not account for shrink and swell movements of expansive clay subgrade materials. Therefore, pavements may be structurally adequate, yet experience cracking and deformation due to shrink -swell movements. These movements are the result of moisture changes in the expansive subgrade materials. Pavement construction on expansive soils will require periodic maintenance throughout the pavement life. Maintenance should be performed on cracks in the pavement surface to prevent water passing through to the underlying base and/or subgrade materials. To reduce the effect of pavement cracking along edges, the base material and, if applicable, lime treated subgrade layers should be extended at least 2 feet beyond the curb or edge of pavement. if reconstruction does not include this extent of work, shrink -swell movements and resulting cracking will occur, requiring periodic maintenance. Drainage is critical for the long-term performance of the pavement. Positive drainage should be provided away from the pavement and water should not be allowed to pond adjacent to the pavement either during or after construction. Vegetation, which produces extensive root systems, should be kept away from the edge of pavements a distance of at least the mature height of the plant. 1324771 CCH13R0114 Copyright 2013 Kleinfelder Page 12 of 19 March 25, 2013 GEOTECHNICAL AND MATERIALS TESTING SERVICES DURING CONSTRUCTION During construction, Kleinfelder should be retained to provide consultation regarding geotechnical aspects of the work and to provide field observation and testing services. We should be on site during the following phases of work: 0 Site preparation and grading; 0 Pavement subgrade preparation and compaction; 0 Structural concrete placement; and 0 Pavement component placement and compaction. These services would allow Kleinfelder to review site conditions as encountered during construction for consistency with those assumed for the geotechnical design; to observe the geotechnical aspects of construction for conformance with the intent of our recommendations; to provide quality control testing; and to make timely suggestions as necessary. 1132477 / CCH13RC114 Copyright 2013 Kleinfeldar Page 13 of 19 March 25, 2013 DESIGN REVIEW Kleinfelder was provided with preliminary design information. The recommendations contained in this report are based on this information. We should be consulted to review changes so that we may re-evaluate our recommendations. We also should be given the opportunity to review construction documents to affirm that our recommendations have been interpreted correctly. We cannot be responsible for misinterpretations if not given the opportunity to review aspects of the project that are based on the contents of this report. Such a review is considered additional services. 1324771 CCH13ROI14 Copyright 2013 Kleinfelder Page 14 of 19 March 25, 2013 LIMITATIONS OF THIS STUDY This work was performed in a manner consistent with that level of care and skill ordinarily exercised by other members of Kleinfelder's profession practicing in the same locality, under similar conditions and at the date the services are provided. Our conclusions, opinions and recommendations are based on a limited number of observations and data. It is possible that conditions could vary between or beyond the data evaluated. Kleinfelder makes no other representation, guarantee or warranty, express or implied, regarding the services, communication (oral or written), report, opinion, or instrument of service provided. This report may be used only by the Client and the registered design professional in responsible charge and only for the purposes stated for this specific engagement within a reasonable time from its issuance, but in no event later than two (2) years from the date of the report. The work performed was based on project information provided by the City of Corpus Christi. If the Client does not retain Kleinfelder to review any plans and specifications, including any revisions or modifications to the plans and specifications, Kleinfelder assumes no responsibility for the suitability of our recommendations. In addition, if there are any changes in the field to the plans and specifications, the client must obtain written approval from Kleinfelder's engineer that such changes do not affect our recommendations. Failure to do so will vitiate Kleinfelder's recommendations. The scope of services was limited to conducting 4 pavement borings, to depths of 6 to 10 feet, along with associated laboratory testing. It should be recognized that definition and evaluation of subsurface conditions are difficult. Judgments leading to conclusions and recommendations are generally made with incomplete knowledge of the subsurface conditions present due to the limitations of data from field studies. The conclusions of this assessment are based on the information obtained from the borings, the laboratory test results, and the engineering analysis. 1324771 CCH 13R0114 Page 15 of 19 March 25, 2013 Copyright 2013 Kleinfetder Kleinfelder offers various levels of investigative and engineering services to suit the varying needs of different clients. Although risk can never be eliminated, more detailed and extensive studies yield more information, which may help understand and manage the level of risk. Since detailed study and analysis involves greater expense, our clients participate in determining levels of service, which provide information for their purposes at acceptable levels of risk. The client and key members of the design team should discuss the issues covered in this report with Kleinfelder, so that the issues are understood and applied in a manner consistent with the owner's budget, tolerance of risk and expectations for future performance and maintenance. Recommendations contained in this report are based on our field observations and subsurface explorations, limited laboratory tests, and our present knowledge of the proposed construction. It is possible that soil, rock or groundwater conditions could vary between or beyond the points explored. If soil or groundwater conditions are encountered during construction that differ from those described herein, the client is responsible for ensuring that Kleinfelder is notified immediately so that we may reevaluate the recommendations of this report. If the scope of the proposed construction, including the estimated building loads, and the design depths or locations of the foundations, changes from that described in this report, the conclusions and recommendations contained in this report are not considered valid unless the changes are reviewed, and the conclusions of this report are modified or approved in writing,. by Kleinfelder, As the geotechnical engineering firm that performed the geotechnical evaluation for this project, Kleinfelder should be retained to confirm that the recommendations of this report are properly incorporated in the design of this project, and properly implemented during construction. This may avoid misinterpretation of the information by other parties and will allow us to review and modify our recommendations if variations in the soil conditions are encountered. As a minimum Kleinfelder should be retained to provide the following continuing services for the project: 132477 / CCH13R0114 Page 16 of 19 March 25, 2013 Copyright 2013 Kleinfelder • Review the project plans and specifications, including any revisions or modifications; • Observe and evaluate the site earthwork operations to confirm subgrade soils are suitable for construction of pavements; • Observe pavement subgrade soils to confirm conditions are as anticipated; and • Confirm that pavement subgrade, base material, and wearing surface are placed and compacted as indicated by the project specifications. The scope of services for this subsurface exploration and geotechnical report did not include environmental assessments or evaluations regarding the presence or absence of wetlands or hazardous substances in the soil, surface water, or groundwater at this site. Kleinfelder can not be responsible for interpretation by others of this report orthe conditions encountered in the field. Kleinfelder must be retained so that all geotechnical aspects of construction will be monitored on a full-time basis by a representative from Kleinfelder, including site preparation, preparation of foundations, installation of piles, and placement of engineered fill and trench backfill. These services provide Kleinfelder the opportunity to observe the actual soil and groundwater conditions encountered during construction and to evaluate the applicability of the recommendations presented in this report to the site conditions. If Kleinfelder is not retained to provide these services, we will cease to be the engineer of record for this project and will assume no responsibility for any potential claim during or after construction on this project. If changed site conditions affect the recommendations presented herein, Kleinfelder must also be retained to perform a supplemental evaluation and to issue a revision to our original report. The scope of this study does not include specific activities and studies designed to reveal whether a solid waste landfill exists upon the subject land tract other than what may be determined through incidental encounter in the soil borings. Such investigations designed for this specific purpose are described and required by TCEQ rules (30 TAC 330.951- 330.964) 1324771 CCH13R0114 Copyright 2013 Kleinfelder Page 17 of 19 March 25, 2013 effective March 2006. The scope of this study does not include environmental evaluations of surface and subsurface conditions, and the lack of that information in this report does not indicate an absence of potential environmental problems. This report, and any future addenda or reports regarding this site, may be made available to bidders to supply them with only the data contained in the report regarding subsurface conditions and laboratory test results at the point and time noted. Bidders may not rely on interpretations, opinion, recommendations, or conclusions contained in the report. Because of the limited nature of any subsurface study, the contractor may encounter conditions during construction which differ from those presented in this report. In such event, the contractor should promptly notify the owner so that Kleinfelder's geotechnical engineer can be contacted to confirm those conditions. We recommend the contractor describe the nature and extent of the differing conditions in writing and that the construction contract include provisions for dealing with differing conditions. Contingency funds should be reserved for potential problems during earthwork and foundation construction. Furthermore, the contractor should be prepared to handle contamination conditions encountered at this site, which may affect the excavation, removal, or disposal of soil; dewatering of excavations; and health and safety of workers. 1324771 CCH13R0114 Copyright 2613 Kleirtfelder Page 18 of 19 March 25, 2013 REFERENCES 1, Geologic Atlas of Texas, Corpus Christi Sheet, Bureau of Economic Geology, The University of Texas at Austin, Austin, Texas, 1975. 2. "Standard Specifications for Construction of Highways, Streets, and Bridges", Texas Department of Transportation (TxDOT), 2004. 3, "AASHTO Guide For Design of Pavement Structures", American Association of State Highway and Transportation Officials, 1993. 132477 / CCH13R0114 Copyright 2013 Kleinfekler Page 19 of 19 March 25, 2013 KLEtNFELDER Bngh! People. syht 5vlulrmu. APPENDIX Ifu 0 2G 164; KLEINFELDER Bright People. Right Solutions. Source of Base Map: Microsoft Streets and Trips 2010 SITE VICINITY MAP Tufoso Road frrproveme.nts Corpus Christi, Texas City of Corpus Christi Project No. E12094 Pro'ect 132477 February 2013 Plate 1 KLE INFE'LDER Gr;ght People. Right Solutions. Source of Aerial Photography Google Earth ,..;��► l BORING LOCATION PLAN Tuloso Road improvements Corpus Christi, Texas City of Corpus Christi Prcjeel No. El 2094 Project 122477 February 2013 Plate Summary of Laboratory Test Results Tuloso Road Improvements Corpus Christi, Texas Boring Sample MC -200 LL P1 DD Qu ID Depth (ft) To % % % (Pan (tsf) B-1 0.7'-2.0' 26 47 31 103 4.0' - 6.0' 27 101 3.4 8.0'-10.0' 27 81 B-2 0.2'-1.T' 10 34 10 4M' - 6.0' 26 100 3.3 B-3 0.7'-2.0' 17 50 33 4.0' - 6.0' 25 55 36 104 8.0' -10.0' 24 109 4.8 KLEItv,��co�L.1 Kw Other B-4 0.2'-1.2' 17 53 118 2.0'-4.0' 18 53 35 116 10.9 MC...moisture content; ()200...percent passing #200 sieve; LL...liquid limit; PI...plastic ity index DD... dry density; Qu_._unconfined compressive strength; PLATE 3 KL EINFEL UFR 8righr People. Right SaP+nionS. EXPLANATION OF SYMBOLS AND TERMS USED ON LOGS OF BORING Depth Feet Symbol Sample N (bpf) PP ftsfl MATERIAL DESCRIPTION MC % -200 % LL PI UDW (psf) Qu (tsf) -- Undisturbed push tube sample — 3.5 — Pocket PentrameterTest 5 disturbed sample — Split Spoon sample and Standard _- 35 Penetration Test Blow Count _ 7 water surface 10 see symbols below TYPICAL SOIL SYMBOLS Il 1ll111l111 VA Lean Clay (CL) Fat Clay (CH) Sit (ML) Elastic Silt (MH) Sty Sand (SM) Clayey Sand (SC) SOIL STRUCTURE Calcareous _ Containing calcium carbonate Slickensided The presence of planes of weakness having a slick and glossy appearance Breaks along defin to planes of fracture with little resistance with fracturing Alternating thin Layers or lenses of varying material or color Alternating layers of varying material Fissured Laminated Interbedded ;oc;aP --IS' VQ Poorly -Graded Sand (SP) Weil -Graded Sand (SW ) Poorly -Graded Gravel (GP) Well -Graded Gravel (GW) Clayey Gravel (GC) Silty Gravel (GM) Relative Density of Cohesionless Soils Relative Density Very Loose Loose Medium Dense Dense Very Dense N Blows per foot 0-4 4-10 10-30 30-50 Over 50 Relative Consistency of Cohesive Soils Descriptive Term Very Soft Soft Medium Stiff Stiff Very Stiff Hard Uncon. Compr. Test (tsf) Less than 0.25 0.25 - 0.50 0.50- 1.00 1.00 - 2.00 2.00 - 4.00 More than 4.00 The Log of Boring is a representation of the subsurface materials at the specific boring location within the depth explored. The transition between strata maybe gradual and variations in material types end depths between borings can be expected. Water level observations represent those conditions at the time of exploration and may vary with time and location on the site. 0 0 C. C7 N CD a d 41 0 O 0 0 r,""" --N\ KL EINFEL DEr4 right People. RightSalutions. LOG OF BORING Project: Tuloso Road Improvements Location: Corpus Christi, Texas GPS Coordinates: N27° 49' 00.4" / W97° 31' 26.1" Boring B-1 Number Date: February 11, 2013 Type: Hollow Stem Auger 3" Push Tube Deeetpth Symbol F Sample N (Of) PP{tsr} MATERIAL DESCRIPTION MC % -200 % LL PI DD (per Qu (ts° — 2.5 0Z5' 3" Asphalt 26 47 31 103 .mss, ar 5" Flexible Base vo r . LEAN CLAY (CL), dark gray, very stiff 2' ,,7FAT 2.5 2.75 3.0 2.25 CLAY (CH), gray to tan, very stiff - with iron oxide stains 27 27 101 81 3.4 -- — "" ~ _ — 0 :#.../ri / 0 A 15 TOTAL DEPTH = 10.0 Feet Subsurface water was not encountered during drilling and sampling. Copyright 2012, Kteinfelder LOG OF BORING 132d77.GPJ KA CORPUS CHRISTI .GDT 2125!13 KLEINFELDER $right People. RightSolutlo, LOG OF BORING Project: Tuloso Road Improvements Location: Corpus Christi, Texas GPS Coordinates: N27° 49' 06.3" / W97° 31' 26.1" Boring B-2 Number Date: February 11, 2013 Type: Hollow Stem Auger 3" Push Tube DFeet epth Symbol Sample N (bpf) (tst} PP MATERIAL_ DESCRIPTION MC % -200 % ' u_ PI pc (PO Daq Qu (t'f) — W — 5 40,...„..z, c.0 0 a{ 4.5 )o D:j'c 3.0 2.5" Asphalt 10 34 14 --- .--- 18" Flexible Base 1.7' %% 0, ,,A 0 FAT CLAY (CH), dark gray to gray, very stiff to hard 3.25 26 100 3.3 — 10 TOTAL DEPTH = 6.0 Feet Subsurface water was not encountered during drilling and sampling. 15 Copyright 2012. Kfelnrefder KL EINFELDER Bright Peopfe. Right Solutions. LOG OF BORING Project: Tuioso Road Improvements Location: Corpus Christ, Texas GPS Coordinates: N27° 49' 12.3" / W97° 31' 26.3" Boring B-3 Number Date: February 11, 2013 Type: Hollow Stem Auger 3" Push Tube Depth Feet Feet Symbol Sample N (bpi) {tsfj is MATERIAL DESCRIPTION Iv % 2aU °/e � PI PC (pcf} is tksf} — — — 0 3.25 Ii. ' 3'°Asphalt 17 54 33 — — f J / o?' 6" Flexible Base �_ FAT CLAY (CH), dark gray to tan, very stiff to hard - with calcareous deposits — r — — 4///4" ;:;: 4.25 4.5+ 4.0 - with iron oxide stains - with calcite deposits 25 24 55 36 104 109 4.8 — — 15 TOTAL DEPTH = 10.0 Feet Subsurface water was not encountered during drilling and sampling. Copyright 2012, K1e1Meider a 0 U 0 00 U e z 0 ❑ LL (❑J KL EINFEL ®Er4 aright People. RlghtSolutions. LOG OF BORING Project: Tuloso Road Improvements Location: Corpus Christi, Texas GPS Coordinates: N27° 49' 18.0" 1 W97° 31' 26.1" Boring B-4 Number Date: February 11, 2013 Type: Hollow Stem Auger 3" Push Tube � t Symbol Sample N (bpg two MATERIAL DESCRIPTION Copyrigi3t 201 Z Klelnielder -20 a� u pi (p) 0-51) — 5 ,„ �, fl . •a l 0' 'V / 4 5+ 4.— 54-18 4.5+ ' 2.5" Asphalt -/— 17 53 53 35 118 116 10.9 — — _ 12" Flexible Base i.2' FAT CLAY (CH), dark gray to gray and tan, hard 10 TOTAL DEPTH = 6.0 Feet Subsurface water was not encountered during drifting and sampling. 15 Copyrigi3t 201 Z Klelnielder uPNfEo. o0/re/ao1E i2.E. R\20!2\!2 r[wsO ,>aro}a60 n[ -0E5 N nleu\sr[E'rs\0I -(In ST&N R] LSJ.o'e0 R.0*IE0 91: JQ N LOIS ON: '0/11/20+5 &-0y W r- -10 ren 9, X 51D D rriti ti 5 8y TULOSO ROAD LEOPARD ST TO I.H. 37 {BOND 2012} — REMO TITLE SHEET anN CITY of CORPUS CHRISTI TEXAS Daporlmlrrtf of Ertginoerinq 5ooke jpas .,.T r.,.a wwTo- (145114,0'c . awuA n. em - MOM wrwuaIS e[- 6�#„'wvB8494 V $" 9 V. "P -A aw.&u=s m-" ti—z SHEET INDEX WAXER AMD W4SIERAIER PUN & PROI1LO STA. 21.50 TO STA. 32.00 01SC. NATER ANE DUALS WAFER UNE LATERALS CAS Al40 PLAN & PIMPLE STA- 13.00 TO STA 14+00 045 111NE PLAN & PROf!LE 511. 14.00 TO 51A. 13.50 2 i i rrrP!Ill Xg.a4,�ww axes aaaa-.d.s +a y;' rrPaaaoaa ' a 'F b" H $$36bi Gam. et R rr"rPAY 8 8 3 P w xixxa G R R 8 8 r P► Gm G R R _ 8 8 T M411014111 MD DRARL4GE 1057 PUN & PP01R.E 570. 27.00 TO STA. 31.5Oii P4Ypp41 440 DRAAIORE WEST PLAN ? PR0ITLE 571.. 311-50 TO (13.1 I =i yyF a R trig 9m.e 8 8 'ea r T tIG-.7. 8a J R R w. 8 8 Fe. a P P 8s im »' TUL050 RD. 1RERN41 DRMHi0 AREA IMP (1 OF 2) TA950 R0. RNIERNA1 MANAGE AREA MAP (2 OP 2) MIRIADE C[NPUTATRRI-51151EM 1 DRAINAGE C0i4TA11N-OVSTEM 2 ? a>� R wr 'Y 88 aa' vi 1111ASO R0. NJG1RRNT AND C0N13Li DATA 2 OF 2 1UL0SD P0. SHEET LA7007 1 OF 2 011050 N0. SHEET LATOIIT 2 or 2 7401050 RD. DEMCVTIW 10 REMOVAL 5LO4M I, 10L050 3.0. DEMOLII1ON & 0041EJ41 PLAN STA 10.00 TO STA. 20.10 PA000 RD. DEM04211ON & REMOVAL PLAN STA, 20.50 TO STA 31.50 GAS. LT, AND WWERNER) ELECTRIC; BASE MAP PRNATE ARANY 615E MRP STORM WATER P4SE AMP TULO50 R0. 4AGNMENT 1142 CONTROL DATA 1 OF 2 SHEET 19101 RRAIWNG LEGEND GENERAL N01E5 & TE51140 SCIAFD(1E ESTIMATED Dummy DATA TABLES PROJECT LMCR1TY LMP UT V 8 8488838 S w a c e c$ � w w aa a8 $.1$&TCc•:s. T..$3 &c,Sxa. SHEET INDEX 140 DESCRIPTION 49 GAS UNE PLAN & PROPILE STA 16.50 TO STA 23.00 315181 66111"6, -1) -CO La 'awva M�waay. ..N. akmmat Ircwyyyl,wN 11491 RCN MOUNT DETAILS SMALL R0ND510E 51GN5 T01AIG(A4R SLIPRiSE SSSTEA 5M0(Sli-2)-00 H vilg d o 8` a F "a A b8 vpl 44=aao e '7888 -am � R WA: ISMvcOORT 34441 NUM, 5111 4* (01-07 [4 N 12] 81C TYPICAL SIGN SIfPORT STD 8C (5) (5 OF 12) 600 PORTABLE ctMNGERRE MESSAGE goo (PCMS) STD DC (0) (6 OF 12) 8&C WARNING LIGHTS STD RC (7)-02 (7 OF 12) AZ. "A8 -_}RP ' a z d N 4 T N� TRAFFIC CIXIIRCt PLAN 141015EC1031 DETAIL (3 OF 2) LOW PROFILE CONCR010 BARRER PRECAST (TrPE 1) LP01-13 (1 OF 2) TRAFFIC CONTROL PERIMETER IMP 113.050 RD. TRAFFIC CONTROL PLAN PHASE I 113.050 RO. TP*FFIC CONTROL PLAN PHASE R TRAFFIC CONTROL PUN INTERSEC1gH DETAIL (1 OF I) 0£ Fr 1 TOL350 RD. STRIPING & SIGNAGE PLAN STA 20+50 TO STA 314-50 RILOSO R0. STRIPING & SIGNAGE PLAN 5TA .31+513 TO CND g i g ;P 85 B ISTORI1 RATER POLLu1144 PR 301170ON POW NOTES (1 OF 3) 010MA WATER ENNRGNMENTII PERIA15 15501E3 AND COi1LN1S(EPIC)(2 O6 -3)I TUL050 RE6 51030 PUN PHASE 11 514, 20.50 TO S1A31+50 1111050 R0. 50311 RAN PRASE 11 5TA 31.50 TO END TULO53 RIC 0403P PLAN PRASE 1 STA. 31+50 70 END 1111050 40. 510311 PLAN 111445E 11 STA 104-00 To 51A.20.00 lh r t 88 88 8 Y Sx P1101106ED I,T, CCNWIT STA, 10+00 TO 51-3. 19+00 PR0005ED LT. CCNOUR STA 10.00 TO STA. 28+00 PROP06ED I.7, CCNDUIT STA 21.40 TD STA 32+00 TL3.050 RD. INTER5EC03N MINIS LE0ARO sIREE1 TP1CH ORNERY U1O61 g G U — E E n E e M. .iEiii§W 8 —Rs s g n w t a w SHEET INDEX NO DESCRIPTION i '1/1//111 1-F1 a s ea�1,.:MN a 1 CITY 0f CORPUS CHR511 WATER 514NDM10 DETMLS IAUN TO SERVICE DUAL Glp OTHEPS (4 OF 4) _ CR05S SECTIONS (1 OF 11) CROSS SELTl11N5 (2 of 11) CRO55 SEC1g145 (3 OF 11) CITY OF CORPUS Ol005T1 RATER STANDARD DETAILS WATER IR57141 ]TION GENER41 NOTES Jr worm_ AND EM0EOMENT DETAILS (1 a 4) CITV OF CORPUS CIE7511 WATER STANDARD Ed1N15 FI 107DRA411, VALE 1100 Alp L9 (2 OF 4) 041Y OF CORPUS CIi94T1 PATER 51AA(AARD DE7ML5 ADAIUSTMEN7, CASM 2E3NULS. FLOC 141.110. 0514000 10 & 7x11. YAM UYOl. (3 Of 4) r Ill ..1-88ua €i = OTT OF CORPUS C*Eg511 O11AME STANDARD DETAILS (1 OT 3) CRY OF CORPUS 0IE651I DRIVEWAY STANDIRD DETAILS (2 OF 3) (ITT Of 0CRPRS CMRSTI ORNEWAT STANDARD OETAL5 (3 CF 3) CITY OF CORPUS CA 8114 PEOESTR444 CURB RAMP STANDARDS (1 00 4 .0 H g 2 - e<. oe ea w masa .e, e»< r oesennne SI4FF 2 N 128 R 2017) 5A4m 1.q 5TA 870 010 mu, y1 11304. TULOSO Raab LEOPARD ST, TO I.H. 37 (FOND 2012) - REBID of CORPUS CHRIST!1P'W° TEXAS of EngfneeAny krr r weEetnc, "''; ; � .Keen. sem m ri ee.- suseee re^ menobeae d,.em-ene F 1- v �• } ' rr .:.;%'. ' 11 SHEET INDEX CITY Deportment uawrE• as/v/yoia .u� wvair�im-xa - n.am .aa%,nu R C€W raft INEIRSv-3 en,ur wxa eie ie�+er is esa w t'' eoneo, r.,.. EN fi 914MPF, EMI ill Ail iMgglAIIK2 A` g !! a g.V fLil i e 9 G =- x x 1 ( II rig 00 1 n ri imum awask Lj i ��iaill 3 1.24 4 g Part 5 Ln TULOSO ROAD LEOPARD ST- TO I•H, 37 (BOND 2012) — REBID DRAWING LEGEND WA*. f ene CITY of CORPUS CHRISTI TEXAS prperrmrnr or Engineering SPMCE. �7s�Y.INGINC ,- i�`i �"O1PPM.. 11 PIM M - SSP na.a.. APpxIEp QV14/2G[6 n[[ AUessom- - Tumo woao6 [SRAM SENNA NOTES It TESiaC SOfGULP.0 Alle0 m. Joss Rt IO/Iq.?016 HAS NI P 6 CS i d ei. Qe 8 R i" G o XV Up ? z L 44R9F q .i. Ill pr rr rr r % Ni W III ii ! i Cy n k F HHdd gg prat§ Y ffi 7 ffi 4 C N , @H ,q00, €, gnaSng8k8 S[ 6€ gg% 4 7 T 4 POI PER ;ETJM1` PER 5.1 .�� PER IrM �. ..,R 53f.t------ w� ._.- 11v 1.,1ra - TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID GENERAL NOTES & TESTING SCHEDULE 116. CITY of CORPUS CHRIST/ TEXAS Deportment al EngiNnri...g Servkes OSSCISPIoNT MG,1NC. 1.1...enewetictEautImeertus• cam 03/14/201 F 1: Q�miri raT-x* - .rtILOSO Rw1l.11e PILTA Pug. 8 1 8 0 8 0 8 3 8 8 8 8 8 8 PFFT T=TTIEEEEEE EE WATER DISTRIBUTION IMPROVEMENTS rram, ft-KRI :OA ar,'. UR 4 01 xamTEC :GgTt t'Klti'rv.•W%4oWLEYE 6' W i$OF.FM %COHiETE GROUT ,LL iUrkND.FMA• EMT. C WATERII. ROME ME WOMNI __ va Is i 1� € STREET IMPROVEMENTS 4 1 €41111 1r.awl-.... ygy00y0y5y!yZg�yp0pyyyyMy0y0 55 ir 22 5wPP 5 771_�77/ i l g!I lu-xl-p g � 3-W a 4' qq g 9 � A -s 1; tT 1e "WE % 1 8 1 8 0 8 0 8 3 8 8 8 8 8 8 PFFT T=TTIEEEEEE EE WATER DISTRIBUTION IMPROVEMENTS rram, ft-KRI :OA ar,'. UR 4 01 d xamTEC :GgTt t'Klti'rv.•W%4oWLEYE 6' W i$OF.FM %COHiETE GROUT ,LL iUrkND.FMA• EMT. C WATERII. ROME ME WOMNI __ va Is i 1� € 88 -a» 1r.awl-.... ala FTP 966888T ERTS'GY 9818888Egq 8 1 8 0 8 0 8 3 8 8 8 8 8 8 8 3 3 v yN a U 9 8 E1N3r13A0ddVE 11 th TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID ESTIMATED QUANTITY DATA TABLES CITY of CORPUS CHRISTI TEXAS agaw-lmenl of Engineering Senores MAVERICK ENGINEERING, PFFT T=TTIEEEEEE EE IRR�R 1 F 1 R8a8#w xM CRE" Mitavem WPEcur (WM Wu wulAWC, Fwg o -w -so iau am. Fw-e pima, COACRETE RM. Tr a4Vr CAVmxaOTEC1VW p[E! 8 pBB F va Is STORM WATER DRAINAGE 1NPROVEMIEN- 6 i"E$S"EG Eg ERTS'GY 8884'i"C5 8 3 3 v yN a U 9 8 E1N3r13A0ddVE 11 th TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID ESTIMATED QUANTITY DATA TABLES CITY of CORPUS CHRISTI TEXAS agaw-lmenl of Engineering Senores MAVERICK ENGINEERING, Ii Ilk O3/14/2011e 8 s - *uaw ea170aI6 .t M1.61a[J+s .me nO119, B..bw r a}A. a[ wl.Jnu.J J�6f w TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID PROJECT VICINITY MAP CITY of CORPUS CHRISTI TEXAS Oegnrlmonf of €nqTnearing Servkes 1w.s Rose PO s>r. F 1 s1,,cw. 1rL y. ..1411.1, L X00. [ s.w 2.4 JO, PH -MIS VPWTEO: 03/13/2016 wt m�afia�ia>•s-wo - *ienw 11aD5.2o1 E.DExx FA,\ & t OW RUM St Jo+w cww ea IW+i/m!€ em w 3.1,191311 TULOSO ROAD LEOPARD ST, TO I.H. 37 (BOND 2012) — REBID WATERLINE BASE MAP CITY ❑f CORPUS CHRISTI TEXAS Department of &1g7neerir J Serwes WERICK EBGINEEamO, LNC. rove 335.11. b3trwere5 Ma � 5 PDArm: 0/1 4/2016 at ¢\mn.n7 - n. .xm.+s 1eyxx7. nsw a xmuwMI a.a uw.an Ram B J .W.e/n.a wr M. i1 WM. ft TLILOSO ROAD LEOPARD ST. TO I.H. 37 (BONO 2012) — REBPD WASTEWATER BASE MAP CITY of CORPUS CHRISTI T£XAS O.pgrtmont of Engineering Services c¢+wRxa INC, OF ER 03/14. - num w %**3E ae-1Ese« r0._vee1S1* was u ncc we emE Wro.a name w:.n« nnu n..v,efnI,.WM w 51141.11ELL Yt. W 10 111111111111 li•Mi111� TULOSO ROAD LEOPARD ST. TO LH. 37 (BOND 2012) — REBID GAS, I.T. AND OVERHEAD ELECTRIC BASE MAP larniEn CITY of CORPUS CHRISTI TEXAS rtment of EIVI. 5.9 S.M�es I�y+EE1G1 IEIN°.C21 . bY.I' .w'„MI fun an uo<u n 03/14/2016 rosnb06 sumo Avaa>+c 1c�a \exer;�io mon nun' +nl10Ymi6 rw 20 v 2 E A A 1 2 C .POZ =,1 s�VOs 18 0 n y}V 5 U1 prJa� r TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID PRIVATE UTILITY BASE MAP CITY of CORPUS CHRISTI TEXAS Department of Engineering Services UP DATED 14/2016 myon nWq 14 Mad 1•000 Mat MP PR ROPED mflA Mt 1011 1I AA u1 NI co TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REND STORM WATER BASE MAP wa CITY of CORPUS CHRISTI TEXAS AspartmenE of En irmtring Servklis VERICK 101 FEFNG, ING la no m_ am ew-me ry1 ami wraw uP620. 03/./20,0 n[i 3,10I3\I0]-903 - Mom wmtm,e 4Kcswrr •Nth 2 DIE na.em e, ,a., wee c. !v!enme .lo,.� 4 00 A m 9 0 R 0 tn cr. cp 0 R L9911 eZCSLL66Zlj ('a2 asolm) S1N3INNoI1V M.69 UV-6RM 09'61.ZL91[ 4'f l'4L186Zi 318Y1 3NI1 (1S INONVMY1) S1N3INNJFIY MATCHLINE STA. 15+00 a T 1 Tg MATCHLINE STA. 20+50 0 GNV 1NDINN0I1V 'Q VIVCI MATCHLINE STA. 15+00 iV n$�xi� gra. cag. og gE N 3.13213 134. TULOSO ROAD LEOPARD ST, TO I.H. 37 (DOND 2012) — REBID TULOSO RD. ALIGNMENT AND CONTROL DATA 1 OF 2 lug CITY of CORPUS CHRISTI TEXAS DeporfrneepfeM Engn..-a 5n;. ihnelortiod Wus .3733331,3 341.3133.9 .133, ,14:14 33, 034-3303 5 OMEN tt/1a/2011 rti a1>olrlmr-wp - NOW t0 0\241* 5e -em. rwamamr$1•3 .l nano vm •amort 4MMdrt I n e me name r . wu. we .e/.e/f 1* ae w 1NIOd 1%11 NCO 8 s 8 8 8 8 8 3 44 8 r Le s1 8 8 8 8 5 yN s8 8 2 5 8 8 8 8 8 4 Cli 2 s 8 8 8 8 8 M„91 3,LOON 2 i 8 3 8 8 8 a (s9 suis LC l'Y[ new') 8 sv 4 F. A 8 W 3 5 4 8 8 (56't6L91L I Y' l"99L66Z l! 8 (GB U %IL 1'Z9 8 8 CON 050111} S1N3PIN011V :31 MATCHLINE STA. 26+00 114ATCHLINE STA. 20+50 L i 8 44.95' 34.98` 3 318tl1 3NIl ('aa osolfll) SIN31NNOIlV 1.„ MATCHLINE STA. 26+00 -gym N p T a§ 2.1 I i Kreacei $ II] TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID TULOSO RD, ALIGNMENT AND CONTROL DATA 2 OF 2 lemma CITY o1 CORPUS CHRISTI TEXAS DaporEmall 44 Eng4n.arng s.rvk.t OCIYMPTCNI ENG NEEad ,l 'aL'. Sal gnmr,vem®w porn.w TM HSI .1M-951. Fut 46, 496-301.9 3 P05e2: 03/ Ian," Pc& ta]fl!135-05 - Maw 55 05255 WOO 2 n 22,20 rtalrce er: mn to MA w +W+e/22m5.!, w NIM 0 F r - C} v� 6 0 71 IV 0 0 0 MATCHLINE STA. +00 MATCHLINE STA. 20+50 Y1139HS as inf:163 'L -i u5 133x5 0F17l1 PROJECT STA. 10+50.00 � s 3Hi1 0- a A 811 loom PROP.t TAWOSIZI SL MATCHLINE STA. 15 0 g 2 00 .22 I22 Lr XJ Q a TULOSO ROAD LEOPARD ST, TO I,H, 37 (BOND 2012) — REBID TULOSO RO. SHEET LAYOUT 1 OF 2 1.1.02 CfTY of CORPUS CHRSTf TEXAS 0OpMMenl of Enq:nooring semen r os1r aS/14/29 ra r cv !r a,-aw - runaA xarwm�a �r-B[aa. r.w�vunilr• rs n.nw wo. ar[cr u wr 2 n xme W122 n: mei wC ve !n9a/ on e�rI w 0 0 MATCHLINE STA. 26+00 MATCHLINE STA. 20+50 A o — z �o z lnoAvi 3i MATCH EXISTING PAYMENT 52.0. 32+08.00 I _1 i Gl MATCHLINE STA. 26+00 2a0 1 10 rg 5'o 30 I 9,232 Illi Remi o Iu TULOSO ROAD LEOPARD ST. TO LH. 37 (®OND 2012) - REBID TULOSO RD. SHEET LAYOUT 2 OF 2 Ern �f! CITY of CORPUS CHRISTI TEXAS Department of Eng:nNeinq Snricea LEIN SIS ®— *•_ __--_ _, INAL r _ ROAD LEOPARD ST. me37 A< am - mm TULOSO e DEMOLITION At REMOVAL SUMMARY fw.1641 40. CITY of CORPUS C iSTI _« ,__ ofE _,awes || \tf/ $ it §; , §;._ , ., 1 > § . . i . - , . | . . GH . . . - . f _ © — ,! . . — 1 . . 2} U '|1 ,, . is is!;) 1 ; , i§/ , ; ;|�| . . ,| _ ,| Ei, ! 4 1 i . , ■ ,|| ' ' S , , .� , !;\ : :( ` g III `|\ ■ „ !! , ] !|§ INAL r _ ROAD LEOPARD ST. me37 A< am - mm TULOSO e DEMOLITION At REMOVAL SUMMARY fw.1641 40. CITY of CORPUS C iSTI _« ,__ ofE _,awes || LPUAIW 03/,•120.a Ink WOWS - n•••• Prpqn,..10 sir -Dn. PLOW DM,.0 SPA 51 ,50 0neame mem ft M. OW. At • el MATCHLINE STA. 15+00 5/0 0 0 0 MATCHLINE STA. 20+50 MATCHLINE STA. 15+00 P 2 N •PPIPP•1 Mk MR Mile••••• S.PP• . EWE eceo••nod TLILOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID TLILOSO RD. DEMOLITION & REMOVAL PLAN STA. 10+00 TO STA. 20+50 E• WY of CORPUS CHRISTI TEXAS Depori.eni of Engineering, Serriee$ ENGThrFPN% www moverrekengraurA S MS REOSTO. DOMPEN.3 1.1 • r-ien ▪ ••• Im•Pl PAK 110. .41 eae-m. gi g URM1@ 01/14/ 20.4 iucsn Roma. If -Km, M41s[c,\'?-•9 nw,a 50 o[awigx a a9 a1.W 50, 31+50 10 0N0wc rtmlm 9n Jo. ONO ale 10/111.514 a15 w MATCHLINE STA. 26+00 MATCHLINE STA. 31+50 MATCHLINE STA. 20+50 mwr 6 a z n z Q MATCHLINE STA. 26+00 rn m Em. M 0 R o � $ V7 4m fly., Nailamrnem TULOSO ROAD LEOPARD 5T. TO LH, 37 (BOND 2012) - REBID TULOSO RD. DEMOLITION & REMOVAL PLAN STA. 20+50 TO STA. 31+50 laMaor our CITY of CORPUS CHRIST TEXAS EXAS Department of Engineering Ser,qcos MAVERICK ENGINEERING, INC aaar, a,,e,eg,al.4 m+e uPWT(0: 0/.4/20,6 etc 0O61n1nr-31141 - NATO.. IBM K -OCA. rya, ¢n\ m. non Sil 3•-a. TO n[wu. P N R awr eI3 v 0 m 0 5 0 z z z 0 0 MATCHLINE STA. 31+50 7 1 a -mvii 01 1 = t2 Fa 2 Rg In 5d 1' ea PAL TULOSO ROAD LEOPARD ST. TO H. 37 (BOND 2D12) — REBID TULOSO RD. DEMOLITION St REMOVAL PLAN STA. 31+50 TO END CfTY of CORPUS CHRTSTr TEXAS DOOOrtrovot of Enpinealog Servitpy UOW,ER e3/1.1220,e nt Q+>.,n,ar,-xu - ,uoso rnw,e PE-ocaw r04,00e2r31,10 ru,,a®,a a.FINr wwa ,.0 060,01.0 Ramo e...,.rr, we. ,v,v,.,. s6, ' MEE MEE MED �� 9@ESI@■ 9B9�IG 91�m 66, 433 n 0 a LODGE: 7 TULOS Y' N111I TAWAXON I MOM IRCim Ex/11: 1 0 i 6 C' 1V`1G y Y'r y4 A ---: -1•c r XI i ViZ VVV ���ffff m c 2 3 QRC f. SUNT!DE_ Remark I. TULOSO ROAD LEOPARD ST. TO I,H, 37 (80ND 2012) - REBID TULDSD RD, EXTERNAL DRAINAGE AREA MAP CITY of CORPUS CHRISTI TEXAS O.po'tnent of Engineering $ern'co "VP UYSKM *I MY Mil 9,0 61:0605 ORM rr 00r1 6 6 ww.co•< 43/+•/mre e.e �mrsum-ecu - +.osa .movalf .-cam r \v.exvi-er 1a to m .rcww wwcc M. IMP ee ef euee .mm e.. ,.•1 Warp u. !w!.r+ure .!. w MATCHLINE STA. 17+00 I 17 C MATCHLINEr STA. 24+00 MATCHL NE STA. 17+00 TULOSO ROAD LEOPARD ST. TO IN, 37 (BOND 2[712) — REBID TULOSO RD. INTERNAL DRAINAGE AREA MAP (1 OF 2) wdmml NM. CITY of CORPUS CHRIST; TEXAS Aeivetr en! of €rny'neerirrg serviced le,,,,,rverxix,gx harping cam KMMlimIh Mo2KIMM. PPM h,+22 Lro MM. RIR Mt OPMIS DAG. MI, f..X-xwMI fie6-3Ide UPDATE, 03/I4/]D16 rgc - .e ae-cem, r..r\aems,-n *.k2W s..nrw. COMM WA I. a ne ams .nano w: m. r wr.. w orflun!. 0 0 dbw 3OYNIaaa 1 m C) m z 0 &AI VEIV 30VNIVI:101°VN imelapl N0. TULOSO ROAD LEOPARD ST. TO I,H, 37 (BOND 2012) — REBID TULOSO M. INTERNAL DRAINAGE AREA MAP (2 OF 2) CITY of CORPUS CHRISTI TEXAS Divor mmt or erya,eerr.y Services grigs.rteowerickeagthegg., caw TV. 1A1.417.4 g UPOAT[R 03/14/109 nc ww n,4027.snn - 1- 630iS .0-ots I lWAYOmw a u.w+¢ [awvrrwa....ui raw nomo n Aar w.[+ P. 191.10010 a:u w xa�s $ s v gg 44 g EV � ng 0084 zg 22 Q s 2 v 25n2n+n23»4= v g g iA A n3 =4A A 4 ?' a a ging $ wM @ MI nEln2n— M4 13 1 3 MI 5 6 22221 8 2 x 4 ;4 �+ 2 NG p[ 2 b 2 x 8 X 'w 4^2 in;2$ 4i w. .2 8218 21 2] 21 2882$2882°222 IF Erg &N Y S tia,w 882 sN a a ring S o ld 2 € g tang 2 2 r2 t I •RQ� ! >P 124 S le w o P w uP a o 0 o w s+ w .. . ME $ R . a yw a u w. a W.. a. i; 0 o P q e4 6 [u u u u . u u N N N u A a 9 v N ild wwuw 6; wµ NN N N w u 2 1 ::.".�4 8 a: 8 >7! .:E S E �$ 8g$R888fd8w88 yy.. s 1 8828 P c 2 8 �B1� �8 E:xB 11218 �8 8 8282$E8228$=E$ B yi F pAA? 8x1 o 4. Rla claw w E55 P PPPPPP SGffi P § gg§g§p�§gg8gg 3 PPPPPP g ' 3 1 2299e PP$$� P B 2299 4991414 0 0 353 9 222 9 pp 2 P u 9 u pe P'a'PP 9291492142222.x99 .,9, if lAi B W,Og RY312 9012 tl 14g tg2722282228 Bt,�• 2S n.. 11O �. 1 9P 1 9NN' BGSSF3 E ES 222 ?SN H NNw ��$ u 11 H r+.0 P1,.s 14&88210221807831$12 NNOP 9y ■P 4444 2.2428 21 8 C444190#OP 8748852 XN8 P40 x874, x $ 4 w b S 4440€€641 2,440v R 451889 �L.. M. MO g 1111121 811 BLI 1 12 1 2981202#228288 ' 2 _ -- 99299 9 k$�iSpNN g; 228 8899 PP $ 4 S '2182122298812998o= PP PP P A: 1 IgP15 �17am> 21 2?222'8 xxs�,;;, 2142 60000 &S6 tt�� 12 z $ a ".9.8200682 s s�5c�e,�aaXs�» 82 912 5 88228 x72218 B B 2222 882$.'21 82 11ts 228 2103 21221, 6 8 4 5 44'4844882$.856 x`9 xi�xtiS wfl�to -4 ,- Lr 7, co a p TULOSO ROAD LEOPARD ST, TO I.H. 37 (BOND 2012) - REBID DRAINAGE COMPUTATION -SYSTEM 1 CITY of CORPUS CHRISTI TEXAS ❑..ywlment o/ E ynear6p Sr fticts MAVERICK 22211215029 G, c- �Wner m. TN x+ MEL 104 PPP Oreo 16 gl WWI. 03/14/211. rat: a ao , , »•-pm - nd&\ I, N.M.tool A[ns111 warm I. an twt.•1.1 TULOSO ROAD LEOPARD ST. TO I,H. 37 (BOND 2012) — REBID DRAINAGE COMPUTATION—SYSTEM 2 CITY of CORPUS CHRISTI TEXAS D porrment Af engfneerng Soviets M LVERICK EN SNEERING, a i i i i1.11'%I tHp,p$ 8i RR. 3S Peak Flow CYaJalian. Ribpused TJosa r2oedClesign Storm5 year In[err®I Caimage Areae b 79 Preva. d By 2 8.7 Cheate099 a 0.734 Area 1 Mas __ 1 T4MI 'Composite 1 Slope 'Flax Peas' 19 1 Inken4ty 1 Peak sg��NIEI APAPPPPPPPPPPp V IRF PPppppp s :gi i$ pan ppPpPPPPPpppp. pppp pA 08'3 tlffiY.S£t 22'''-'211NL°-'6' Qpp A kf QQQQpp `A i5 R gPPP**PPAAAop R 8 8 E R 88 ERE Ppp rS RPR S..p A$ pppp A T go to to atntt &tnttttt. aaaaaaaaaaaa A}ftm P.P... RERRTT RE RRT QA? VTR a 22 24eirr0i r002wr2 vxu x� 9 V i i i TULOSO ROAD LEOPARD ST. TO I,H. 37 (BOND 2012) — REBID DRAINAGE COMPUTATION—SYSTEM 2 CITY of CORPUS CHRISTI TEXAS D porrment Af engfneerng Soviets M LVERICK EN SNEERING, a uPdi[p OS/Iw/2Ot8 - MOW t4S2V,e 4-w.5.ry ^kA> IMAM, IMd4e xa !UMW .OWM'AY twrla WC.U*D ,;. L .tD IN: MM WM Ott M.TI. mie 0.,f r ll AWACIVOU F?NLLSIX3 Q 0 Q z 5`t £ar. Q. w' 8 4 3 TULOSO ROAD LEOPARD ST. TQ I.H. 37 (BOND 2012) — REEID TVLOSO RD. EXISTING ROADWAY TYPICAL SECTION Wl _ CITY of CORPUS CHRISTI TEXAS DeportmMl of Ervine*,* Services INGA MG, Irma .r,eeR UM wr *. " Mi -Mal "4 mMG b rwe � MI .c m, Mw -sew /IV 16 4V61.1'tlm-1160 - r..e. eeev.asI• 4_4* qY .e etre 41 MOP.. Pada nrec Ytnexlwt Mt. m xw wrl at •ve1101e alp rr hewed ea 4444.14 TULOSO ROAD LEOPARD ST. TO 1.H. 37 (BONO 2012) - REBID TULOSO RD PROPOSED ROADWAY TYPICAL SECTION 441.1 CITY of CORPUS CHRISTI TEXAS peperemeet or Eegmeee g Services AVP VAIEZM 40594-0 14:aranl ..1-1424 a Ida statt arm XL. mem oar!. 4.41 TEL 46-9103 .4,16,099 ulletrEC, 0/14/2010 NV011\ I DU. r$M 9EnS 2:.ua4.45 14444.4. 14.4[44 0 Ra.rtu M. AIM enu de 10111*114 etf �C� b ®©€, 1F to4c x; 1 24vX. N o G 11 R r TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID TULOSO RD, PROPOSED ROADWAY TYPIC AL SECTION POT CITY of CORPUS CHRISTI TEXAS D po 011..1 of Engineering Se,',,00s MAVERI E0OINERRIN0 ro. 1.4 .ww,c $ 1 12.4 P.IM-1 LE 241 .444 441.4. V. 44, i .e I.sMimc m/14/I 12.27 -500 - rums en0 I1 le Le KofIXO 10.11./11310 !Of MATCHLINE STA 14+00 4 Y N H gi A a ral TULOSO ROAD LEOPARD T. TO I.H. 37 (EiOND 2012) — REBID PAVEMENT AND DRAINAGE WEST PLAN & PROFILE STA. 10+00 TO STA. 14+00 CITY of CORPUS CHRISTI TEXAS Deparlmen! f EncineerThg Services Ipsr MAVERICK EN INEER10G, I1dG wxrtr•,mp�¢rY� n� s., sq ee-3. aims °` flec M.K. to 7 & IN TL+MlO *nt„In R, • till $ e[v.I *OW. ,LU! $ STA. II* ��pp y{ IZ S "-U R 2 f R-�+i.27(973 .. T h J I I i tm W -w# ""--1 wiliu IMI $ 0.+n7,, L: a ti°�� MATCH LINE STA. 14+00 MATCHLINE STA 14+00 4 Y N H gi A a ral TULOSO ROAD LEOPARD T. TO I.H. 37 (EiOND 2012) — REBID PAVEMENT AND DRAINAGE WEST PLAN & PROFILE STA. 10+00 TO STA. 14+00 CITY of CORPUS CHRISTI TEXAS Deparlmen! f EncineerThg Services Ipsr MAVERICK EN INEER10G, I1dG wxrtr•,mp�¢rY� n� s., sq ee-3. aims °` flec M.K. OWED: 03/14/2016 r.E 6'uaa1191r-,oe - rtaaw wr0\20l P1.14 WW1 w ww.T KA a r W L0*a nfWD 10 a th euvi ac 1W 11/100 k.1 © p i� MATCHLINE STA 14+00 � � 1 I IN Li.m.so fA rew J1tu -I R,na7't�7r II 1 I r h 1 I os, 1 . 1 1 11 i .t I I I 11 ? 1 1� I lil 1 \ 1 ii'll''''3?'9 MATCHLINE STA 8+50 1: 6116 TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBIO MATCH LINE STA. 14+00 - 16 A 0 . a0 X a g X e 5 PAVEMENT AND DRAINAGE WEST PLAN & PROFILE STA. 14+00 TO STA 18+50 CITY of CORPUS CHRISTI TEXAS Deparfine enf f Engineering Svvfiees MAVERIK ENGE wlvo,CC. riq 1.1 � em 1 -fl �1111a rvea a r -+W ares mR n 100 w ▪ sal a1w g E UPNATEb 10/14/216 r� WW'iT I>Pr-xo - neafe eun>er. a-RPat r,wVve[nuwaf .JcoMEM wn Wm. nwi MY.Lwc no*rec w I0/Iy2m6 NIT w. 8 A P Y Y MATCHLINE STA. 22+50 lig 2A 55>s ,UA8 A na; ting Tl1LOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID PAVEMENT AND DRAINAGE WEST PLAN dc PROFILE STA, 1S+50 TO STA. 22+50 pwr • ki1hY CITY of CORPUS CHRISTI TEXAS Depor[rnenr of Engineefmy Sey:ors MAVERICK ENGINEERING, C, 41.1.4 PPM VW lx 1:4 if 41.1-3.10 floe NI 6141-3590 s MATiCHLI{JE STA. � 8+50 j I 1 I 514.. .0•5010 aaow a Ir I 1 .. (41 I 14 4I SER.4j5'pQ a ,m r 6�.er I I/ IX swAwn 4.I I I II`1 .4 PP FYL6r¢N Wit 6Iia i ...." _moor IM. eM MA1TCHLI+IE SITA. 2'x+50 A P Y Y MATCHLINE STA. 22+50 lig 2A 55>s ,UA8 A na; ting Tl1LOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID PAVEMENT AND DRAINAGE WEST PLAN dc PROFILE STA, 1S+50 TO STA. 22+50 pwr • ki1hY CITY of CORPUS CHRISTI TEXAS Depor[rnenr of Engineefmy Sey:ors MAVERICK ENGINEERING, C, 41.1.4 PPM VW lx 1:4 if 41.1-3.10 floe NI 6141-3590 s 4P04140; 03/ ,./2Di. aat wuN,]n-5. - 1,050 ovea0I0 .e -ma. nrawnnvf»a eawspi w. 00000 PA t Met.. mmHe m. .For. W5. 00 10(11/400 0,7 wa 0 n MATCHLINE STA T U 22+0 2.215040 4.51.50 MATCHLINE STA. 22+50 • ! a 5u 24.way 0..5200 w M 1 MP�TCHI� NE 5TA 27+p 1 MATCHLINE STA. 27+00 Y j ! %°O AEl, 4g N Lrs brIbletom TLILQSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID PAVEMENT AND DRAINAGE WEST PLAN & PROFILE STA. 22+50 TO STA. 27+00 Mem es We CITY of CORPUS CHRISTI TEXAS Deparo.wo w 0/130.01/13 Services AGRSN'T'i,�fC. nvarerrufwrgi bA3a ,noon. wiw[ 4.1, iFMfik Gy/t4/2016 n.• A�Ifilit'+d00 - Rawn S+o`Jmn rc=o[aw nit 8 8 53.05 MATC rrtY HLII E STA. 27+00 m /F STA. 24t.sana MATCHLINE STA. 27+00 4ATCHLIN& STP 31 50 oa MATCHLINE STA. 31+50 11 gi 1 g 73 Co � 6 tote CO TULOSO ROAD LEOPARD ST. ID I.H. 37 (BOND 2012) - REBID PAVEMENT AND DRAINAGE WEST PLAN & PROFILE STA. 27+00 TO STA. 31+50 CITY of CORPUS CHRISTI TEXAS o.ce.tment of EnyrnowIny 5.rc:coo errc tNt , 11.3 Otti.S4P MAW. F•FY NM NMI Ll 114 mMR PMM. v iW uveerco: 03/I4/2O+6 wui osw. +way 0.40N.10 AA] RAN 1.510•14.06 /1.0rIliCi @di NE SJ;1 `A. 3 +50 A •Iji JN i I � i � • �d+ Sr•na R Jl It 71! o A pi W o N W PP f Y e« woernId de w MATCHLINE STA. 31+50 1' r tt A� � F'�NTgw9, totommod TULOSO ROAD LEOPARD T. TO I.H. 37 (BOND 2012) — REBID PAVEMENT AND DRAINAGE WEST PLAN & PROFILE STA. 31+50 TO END Er E CITY of CORPUS CNRJST! TEXAS Ospartn.nr of Engin6erinq Sorncrs iPo*IFR W14/206 .ui ,nun -em - ruaea .pousos [ sul ,w,l\`+ F+Ir•sa .99 199. pe arum .. t .uau.aw rta„m an .,n.. Den de ,N,L'taie ai. .. 8 Cr - MATCHLINE STA 14+00 01 11 int p g et f°b PF F2 g TULOSO ROAD LEOPARD ST. TO I.H. 37 (BONSO 2012) — REDID PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA. 10+00 TO STA. 14+00 11. 1171 CfrY of CORPUS CHRIST; TEXAS Deportment et Eaµ.ming Service's 9.9.999.9949,1 MAVERT STT iS k. iAiI11a .1IiI.. MIN n ±.■rw m rim'iiuu Ill: i 1. . n 1 ,� ■I��•.1-1•` 11L - -0111•1 " . 11111t,, t:: V . ■.!.izw. - am L. fI1_ .. 1 ,,L_'" S µ TC LIME STA 14+f�0 MATCHLINE STA 14+00 01 11 int p g et f°b PF F2 g TULOSO ROAD LEOPARD ST. TO I.H. 37 (BONSO 2012) — REDID PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA. 10+00 TO STA. 14+00 11. 1171 CfrY of CORPUS CHRIST; TEXAS Deportment et Eaµ.ming Service's 9.9.999.9949,1 MAVERT STT iS ysg3siE0: 0(1+/2016 he e<W»I+axs-my - 1vo131 nwv."JQisW.n 0 ,.t", MATCHLINE STA I� 14+00 1 IE. EA .6 o op }' ci.b.sa � t 4 ,- . I 1! I iI AI Ylr kq'1 49 ijI I 11 g r1$ - I i I __ ftil: 1 I 1 i•I F R I'% j+8 4 13 I 1 4 O 1 1, 1— \I I ii yJI pm-. . 1 .- sa f2-1 ... �. II ill N MATCHLINE STA. 18+ 0 RW R. WiaEEeN A.M. Ern YM LINA Ott iw ia/mie era w MATCHLINE STA. 14+00 P 14 1 14, A A 11 r 4i € 5 2 8 STA. 18+50 °�10 latodsmad TULOSO ROAD LEOPARD 5T. TO I.H. 37 (BOND 2012) - REBID PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA. 14+00 TO STA, 18+50 CITY of CORPUS CHRISTI TEXAS DewNneml el Cmpfineeifny Sfrv:r. ND ERI' ENGINEERING, D mossofA41 ft...so lakyx xfy mnn d * im Tow 1B 3n •M-xea f MI gree-Svae uPDA EO: 8 11/2016 UI wWnf�iuv-Sy - natrm s Opp. Rrnvunw-n r.lcxm ,J0 .._.J n,. A 00.4 n000£0 20 ,a.• oar. a v MATGHLINE STA. 1 . +50 11 ,. $ �I $I � I .25 iR II: +� I 01 A STA • a 1 PAS Is Io . J1 P -A I I 11 I I I 1 R I k l:; b� A I , I $ 1as�gsac� 1 : 1 �I ..1s MA1C1-1LINE t a, S t Ig A. 2,+50 v IT MATCHLINE STA. 18+50 MATCHLINE STA. 22+50 -€ !I! ! e a d� N 661 a. TIAOSO ROAD LEOPARD ST. TO I.H. 37 (SONO 2012) — REBIO PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA. 18+50 TO STA. 22+50 1.6 CITY of CORPUS CHRISTI TEXAS D.pprtmant of Engineering $eryiens 1 ill � ENGINEING5NC. ..vmlm.•l r ..iw 00 PM .1214. SAL fl ,Wnum. 05/1412011 nu nL13L,23, - 10085 050501* x m, nw\a4trsu+ I: MATCHLINE STA. 22+50 I aAt.-- ' S A, n.sa.w i PLAN .,[t.[00 Komiow. 1001 011 ,q„1001e50 ». MATCHLINE STA. 22+50 s 1 1 I 3 1 1 A+ I I 1 1 1 174; L. *52 MATC LINE STA MATCHLINE STA. 27+00 ®l0 5 MM. KA TUL050 ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA. 22+50 TO STA, 27+00 CITY of CORPUS CUBIST], TEXAS Depolmeni W Engneering SHyins MUM `0.-i * 0.1o. N▪ u x1u • a star vaa iv 001 W W®: 03/14/20.3 w., cucm.a+-em - namo .owk7c4. R_usw .9Qasw-M11 mom we LE ,ww wino fl ,ar O.RN a. 10/1am10 we w 8 53.05 MAT c ILI E S x.27400 s MATCH_ NE STA. 27+00 1 1 bffirx 0. QR • {TATs HLIN E STA. 31 50 s Y F Y f Y Yr N 74 ce 8s rn TDLOSO ROAD LEOPARD T. 10 I.H. 37 (BOND 2012) - REBID PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA. 27+00 TO STA. 31+50 fNAd GTTY of CORPUS CHRISTI TEXAS Oepvnn.enr nf gngtneernq S*vVn '}1.Tti T1 M N. •El YEA WM. WE DEL OPM isESIL IT EWE Ddi DI, DE6-D100 411D1•31. ucoam, 03/u/29i6 .e-asa .rr\a*a. - -s. w�uvn va a..wne W. • r*S.e„• nano c.w. owe •ervmu toe w a 8 MATCHLINE STA. 31+5 a 1.T7 37 l ,we Ro, DUI TVLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA, 31+50 TO END CITY of CORPUS CHRISTI TEXAS Oepooroenp pf fnq:nan;nq 5s, ces MAVERICK ENGENEERIN0, C. .aWrerra,ui.m13 s..e<�s,oaa ww.�cs• 1113 •v a� va ages,. I MATCHLINE STA. 31N+50 I'll 1 s*+. n.oeac na.av 1 f e 1 MATCHLINE STA. 31+5 a 1.T7 37 l ,we Ro, DUI TVLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID PAVEMENT AND DRAINAGE EAST PLAN & PROFILE STA, 31+50 TO END CITY of CORPUS CHRISTI TEXAS Oepooroenp pf fnq:nan;nq 5s, ces MAVERICK ENGENEERIN0, C. .aWrerra,ui.m13 s..e<�s,oaa ww.�cs• 1113 •v a� va ages,. IROEIEUr 53/14, .e ne �m.rum-aw - .uv,mi.. w -44X4. ram eem..-....T..+X ..snw.m, RM. • MY. nuwt mmn. k — w. v: !w!.729,6 ear w 8 8 11 i 8 8 18 i; s>. 8 8 8 8 a — a6 o f r 1— _ 1 1 11 a ,I 1 I l n.,10 ami! NEST p, a' xmt $$CQ ''kk� h 4 1 1,x3: 1 Ir eI a E pt T Iy �g4 lXOP. 1-6" IME .XOP. 1-ahr RENOIR 4- E 121-8 CA. -71+1 SE rkv[ .ryx yy[�4 1Z.a61` - M -..M P. 8 tW Me. 1-8 11.,i. RE, 1-6 4M4ALW cur 1 I, �J VW . 11(� mak 0 3 it 1 7 8 1g$ 11. 1 14+00 m , m 8 >5 8 8 m MATCHL 8 S NE'STA 4 MATCHLINE S A 4+00 1111q5 frlig Fo I A S 4 r z oarg 5 Ln c, TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID WATER AND WASTEWATER PLAN & PROFILE STA, 10+00 TO STA, 14+00 MIT CITY vi CORPUS CHRISTI TEXAS Depoamen! e! Fnq:n.ntng yerlces 11.61.1.1 WoAJrn 4 511 4 /20 16 q4 M214,,1W-OOW - lwoc6 pa.ramis a[-c[aor \anW-w won ME ...me w+w i frc uD* aLO D _. 1Gf1Vmis ran w 8 N ? if.. MATCHL Io NE STA 14 00 +] �. r w QQ , I 1 ) li W.I.-V.0 PROP. 6VNRECN 16.1.66N. 1r 1- 1-8k6" ST,) 1166ERUNE C6EE Y..i. EC WE. TO WANE w/VBC fEE M.11 s. � I Y'q e 4 'a1 �' 00 PROP. VALVE 1-6 61163C1 ICJ. C. rE 1 .Y. .: 1113 1 1,2566 11, PRO.2566 PROP. MD... PPE aEuel. I I I a g .—_r__— 1 . § �.. — 1 a 1 1 a I 4 " 1 y k I 'I !^ .a g 1 B 1 I 1 be - 1 I 1 I `1 y 1 I 1 I 1. II P I . 11 CEA 1 PRoP.-5 lil{YnWE +l59EE61ET FIN u.,` I i I '' 1 ii IIS_—i, f 1j 1 i E� 1 I r 4 4 MATCHLINE STA. 4 8 it P 18+50 8 8 S 5 g g MATCH LI NE STA. 14+00 404 4P, IT or 8� �1 ti MATCHLINE STA. 18+50 I gpi fi .ri 41.611. X 00 v 1 01606116. TULOSO ROAD LEOPARD ST. TO P.H. 37 (BOND 2012) — REBID WATER AND WASTEWATER PLAN & PROFILE STA. 14+00 TO STA. 18+50 CITY of CORPUS CHRISTI TEXAS Def remeni N Eng:nov.1nq $*,vi s MAVERICK E uauwvc, INC.. NIA1.1.15 [11131.1111G now • .13R SA001. MI W. 11 _, xd11 irw avl./zni. Inc; a6nlnJ727-e0 uese nolawsu re -coma .m1.400 ,40-.4 woe .c PVIN.113, FL. x PIMP ea. Pismo.: , 20.0 o. ,w,ux!s mx w MATCLl ESTA. 48+ a m 1-1 I 1 1 1 0.4`jI a 1 1 I Ir 1 . ) I I 'c',.' f ac19re TE ASC =o � e • —m i L 1 m+sa . _c et r#F I I E' J" 4'.11 1 1 6a I 1 +tftk ,I I 1 1l rLi T — ~� — T ,. — -_= o I I �1 11 r L C I I 1 I 4 11 I IV .- 4 —IL-14 MATCHLINE SITA. 23+00 N A INW TULOSO ROAD LEOPARD ST- TO I,H. 37 (BOND 2012) — REB[D 11 MATCHLINE STA. 18+50 ill ! !! !!! !!!!:il 1A5 6N 8r. A; gialtA ah WATER AND WASTEWATER PLAN & PROFILE STA. I8+50 TO STA. 23+00 141.911.4 40_ `'11 CITY of CORPUS CHRISTI TEXAS Oapprlen*nl of En :nee -4 q Services Wia MATCHLINE STA. 23+00 ,TF7C .us mamma ENcowmpa F-1. kir 19..1..OPVI f.sn �.1. -3169 5 IWE5TE5; 0/la/2016 Ri- 5V115.14,-fw-'5055 8 1- V' anew -w 5iv MP ...MR 55 5 W E 55505 Rana 511 555 wlta 55:.5/1.1555 qi w N A rn MATCH INE STA. 23 00 O N 5 115 h I� - 1 d i1�11RR . I r I r II 11111'.6,�ilhtNIiift ii I1IIIUIIIi\ R \ , , 1 1 . IIiiiL1 ST,., x/,114 22,440 . -0 00 C,TE 5515,' " J I , to1 11- 'gig ' Ilial 5EI{T..,, 555EYOLr s �' Mi - \) x � ill I ' l 5I1'i4 _ IlI1E 1 V y 11 'I 1 I . I MATCHLINE STA. 27+50 g 8 ti o- g r o N g MATCHLINE STA. 23+00 tl 7 MATCHLINE STA 27+50 IT 1U 15 6; 6iT 111 UF 15 gild 9 Th ego gag rff TULOSO ROAD LEOPARD ST. TO I.H. 37 ('ONO 2012). — REBID WATER AND WASTEWATER PLAN & PROFRE STA. 23+00 TO STA. 27+50 CITY of CORPUS CHRISTI TEXAS Deporimitof pE £191ueer:ng Services VaNck. .ic. ,eoe, uPOA1E9: 03/11/ 016 i*1: G/in1561xi7=9p - Maw p44001I R-OEw, PdanN.I /f0.a-u+M+O 8 8 444.4 14,4 00 i Pon£ 0.wa RAM. idx 34.• we 10I1111*1* CJ] w 3.131/44 TULOSO ROAD LEOPARD ST- TO Lk, 37 (BOND 2012) — REBID WATER AND WASTEWATER PLAN & PROFILE STA, 27+50 TO STA- 32+00 IITiiieH qpm g .301301. ION CITY of CORPUS CHRISTI TEXAS Pspo•d+•i.1d N Eng/6.116g 54rvi4K MAVERN ENGINEERING, • k> . *60 nam0 VMS 14.114.14.33was aina.sn..a r •-1m 34X41.61. sows mnwa-33.4 m Ea o s MA i rt Iroa CHLINE STA. 2 + l w h ' ,.f 1 0 • 1 A4 LF31-•- 11 - 7 0101 1 i. + ° h iii i tig . 1 1 I *0.2s — � � L i ono. I � 1 I h1 iI I'1 a; 1a 9+I 7.1"13E ND 1MO. I111114111 1 W a m W a N 444.4 14,4 00 i Pon£ 0.wa RAM. idx 34.• we 10I1111*1* CJ] w 3.131/44 TULOSO ROAD LEOPARD ST- TO Lk, 37 (BOND 2012) — REBID WATER AND WASTEWATER PLAN & PROFILE STA, 27+50 TO STA- 32+00 IITiiieH qpm g .301301. ION CITY of CORPUS CHRISTI TEXAS Pspo•d+•i.1d N Eng/6.116g 54rvi4K MAVERN ENGINEERING, • k> . *60 nam0 VMS 14.114.14.33was aina.sn..a r •-1m 34X41.61. sows mnwa-33.4 uWATEb: 03/11/m1 - imam Repaveia k-easor J 9. 14.11 Oryg 7.7 ti TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID MISC. WATER LINE DETAILS Ida CITY of CORPUS CHRISTI TEXAS Deportment n! Cogtneerinp Sawrcas FM1'GA45ER1N0 . erna xwcam R ro eno, r i s a.e3.3. cme.ORM u aia wwrco: 031,4/20ie ral ,.,m - .���. �-�,w 44.2.022.42 .s .vu ..e 1.,4.4= „,,,.,134 2.4 Sr. !,! !w•vm,e 421 w a H ou i 21 n S' rn z m N y � _ m _ ' a € N F —1 n b 4 11442. 49. cri - 041244424 TULOSO ROAD LEOPARD ST. TQ I.H. 37 (BOND 2012) - REBID WATER LINE LATERALS CITY of CORK'S CHRISTI TEXAS [Hparrm.ni of Engineering SanekeS w,m� 4w:.cbnr acini424 , m, w, 09.3920 rra lei 444-144. lPq*a o3/+1/2OIe � n�mir�w+-sm -+wow .uknm�. R-g.ca a fos o-.. us ELM . r.o..raw .w+.m Jw• OLP uw Of! '2O�e ew aY ,„ `efe' m o ,t N m rn v r.. r• g A ' S t Lie,'I N)1 `` I 1 q I - ex. awe sex ca+NECo • ,11 1 _ +i - r a: a 1 I 1 4A 1 I I J F Ii 11� f 1 9 t t 1 H k 1 1 1 1 lli i j a I 1 I 11d y fa; • 1 1 I 1 \ 1 I 4 1*�I, I I I 18 k MATCHLINE STA, 14+00 LO 2 Do 9- V # c Eo TUL0S0 Roan LEOPARD ST. TO I.1{ 37 (BOND 2012) — REBID OAS LINE PLAN & PROFILE STA. 10+00 TO STA. 14+00 MATCHLINE STA 14+00 egriaPil WIZ CITY of CORPUS CHRISTI TEXAS Departnneni e1 EnOneerrnq 5wyrces R W Komm. wiaormoo.nY vv 1.1. uKa1TEb: o3j69 j3P56 rrx: wW�atiBr-xu - bane POM\3e1e enclpmst9a-n ms ,••• a m6neiw6 nmm" iar: nrn ""n N 61 O MATCHL A NE A A ATAA 14+00 O N F g I . ,. 1 i.63 :II!11 T I i 1 y jgq ; It f fi C VwI -+ne. ,I _L— r ' _- n1 1 I Ifs I % 1 k ``IL '. 1l _ ► I 1 , •� 1 j LLQ-^ `� i� / A'4 MA m CH INE ST . 8 8. 8 1:+50 8 8 g T X14 op TULOSO ROAD LEOPARD ST. TO I,H. 37 (BOND 2012) — REBID GAS LINE PLAN & PROFILE STA. 14+00 TO STA. 12+50 MATCHLINE STA. 14+00 MATCHLINE STA. 18+50 RWRIA OFAAs ,8 Ha 2 CITY of CORPUS CHRISTI TEXAS Deportment 0 E r^om^^a Services INK A.�ava... WWI n, x., ®` 100. A r. asp 616-3599 1101)ATED; 0/14/2018 . MQ 001301. 0-,0-540 111411.00.01. 7. OS .1.11. 11110%.,40E KUM 40.1 0. 005000 11211 8 8 prmsod 000.0.011 TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID GAS UNE PLAN & PROFILE STA. 18+50 TO STA, 23+00 MATCHLINE STA. 18+50 MATCHLINE SJA. 23+00 rfirix"prl 1FA! I 11 CITY a CORPUS chost, TEXAS Daportrn.mf of Engi000Kng &traces 1.00010. EVAINNIS. 000..rterver0.004004070g00. 1040 0015.50 0112011100 01.0.4 nat. 011 01:4 000 044 0 MO rf0 . rue 31. 40-31041 M TC 'LINE STA. 18+50 • amain!. :.- f ma i e 1111..im7ii 1 I ,,A4, .,- .,....,... 1 11111-... - 1 - 0.- 1 1.• .1 1 Eli 111 IHIHIIi1I!1I Ii • ii Iiitlii..... ' 1 ih I I i I P 1 • TC LI E -, A. 23+00 prmsod 000.0.011 TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID GAS UNE PLAN & PROFILE STA. 18+50 TO STA, 23+00 MATCHLINE STA. 18+50 MATCHLINE SJA. 23+00 rfirix"prl 1FA! I 11 CITY a CORPUS chost, TEXAS Daportrn.mf of Engi000Kng &traces 1.00010. EVAINNIS. 000..rterver0.004004070g00. 1040 0015.50 0112011100 01.0.4 nat. 011 01:4 000 044 0 MO rf0 . rue 31. 40-31041 uPGATt0 03/1 /2015 .Ti 10 pO-O2 14[10 MAKIK13121. Ofeaff LOW ROT. VA 11.06 debt 00 MATCHLINE STA. 14+50 oOMON NO. Iy 1 4 1 9 8'1'8i ' " TILOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID PROPOSED LT, CONDUIT STA. 10+00 TO STA. 19+00 NI�Ni CITY of CORPUS CHRISTf TEXAS oanc.r0.nr of eny;ne«rnq $erykoo MATCHLINE STA. 14+50 n WIS Ow. van 3N iwus0.w0 n deY a: 3. 200-m3 ..w ..14e -e55.3 UMATCEP Dy, Tupp.D, DP IR. MATCHLINE STA 23+50 ......... MATCHLINE STA. 19+00 r ----\c \ 4 \ \ ill JJ I . I ' ; , I ..• _ — t. _ _ ,.:9 il .'.. g I . • . • – .,, 8 1 . . 7 .,,..!,, _ _ 1110.1 1 ' .5 ......... • . ° —121 11•" 4 R. 44 I . 6 _ 6 , ! ; •,, , ill • 1g 7,:. •si 5 5. .7.1 1 • • `... ...- 4 _ 4 / 111.. Li oti,_ .. ..... '-' _. ,. .... .,,.. 0 5 I, i - ez 0. ••. : • , z • .. .• 1 • , !, 'It 1 .o 'Pr i ."-' ...•;'' • ••,' 1' 7' "4- .. '''':•!' .41: t :',:.- .:: INI A' ,5 -... 3 _ 4 • ' ii. 4 r ' ,z- .. .' .. — V72 e '''( 2 1 al — 4. I _, - elt•-:,1, ..: , i .., :.1 • `A X , . _ . 1 i41 II ii? L.1 MATCHLINE 8 ea 0 STA. 28+00 MATCHLINE 4, ! A STA. @ 1 .7. 23+50 .11511.1 NI P. P. 043.44DVI 4.14.1 ,PDP PM PP. MOPID.311 wu 5! 128 RDP9 WANG NO. STR 870 TULOSO ROAD LEOPARD ST. TO 1,H, 37 AS' PM car .f CORPUS CHRISTI Deportment of Enghseerng Se...kceS m., a...., fliDI-.0 MP ND (1119•32. ' • .. . I 1 i PROPOSED I.T. CONDUIT STA. 19+00 TO STA, 28+00 uPMTEth 05/1n/20i6 U wVa,T ISE -em - n& et iqn' 2t,e rC-ee-ar rrr\ert[meo-w MPROPOSED [010.11X“IG MUM Nr: ,r11I# O,4 KM +M MATCHLINE STA. 28+00 Oa P3 2 1IV130 1N31^I) Y8!^!3 llnCINOC N � J ti R 2c TULOSO ROAD LEOPARD $T. TO I,H. 37 (SONO 2012) — REBID PROPOSED I.T. CONDUIT STA. 28+00 TO STA. 32+00 CITY of CORPUS CHRISTI TEXAS Mywrmeni €ngfneeding Sw.kcn MAVERI ENcwEE.RrNG,CK c. V. 5.111ew>mmwm won $, re a+� MJ x, e-rvr r, rw-ww A 3 4,4 1.0•1.444 TULOSO ROAD LEOPARD ST. TO I.M.37 (130NO 2012) — REDO TULOSO RD. INTERSECTION DETAILS pa{ CITY of CORPUS CHRIST/ TEXAS affporifl000t of Enoineerinq SONft“ MAVERICK ENEERING, INC. .1441 NIMITRO, .4.111. Ma 4. 14-44,4 MI 54444. ME MUM. MN, .114 2114 696-31. FA. 954 wwarrt ov+a/w+e +aL avo+n+�r+a.o - BL.aso msn r ie PE-Wma rw\\ec+:caw,, .As)T.u+1 nn.n m: GANA e+c1/]V !a Qaaw fol 0 x 0 c 0 Rtr RW§ a R/fir A¢ gY L �iE�a a e i ara�rax F P P P P P C r x x C 6 TULOSO ROAD LEOPARD ST. TO I.H. 37 (®ONO 2012) - REBID i LEOPARD STREET DITCH CULVERT LAYOUT a Vr 3 3 3 3 3 CITY of CORPUS CHRISTI TEXAS Dnporl.n.n1 or Engineering Smienf ILA5 ArrtSMAA IMAM. MI ND MN MA, 901 MAYS "MP MN e:: 2-- - n IX erne I u �I . I e„ r - _ xaz+nnr 9 'ti y t, a C 6 TULOSO ROAD LEOPARD ST. TO I.H. 37 (®ONO 2012) - REBID i LEOPARD STREET DITCH CULVERT LAYOUT a Vr 3 3 3 3 3 CITY of CORPUS CHRISTI TEXAS Dnporl.n.n1 or Engineering Smienf ILA5 ArrtSMAA IMAM. MI ND MN MA, 901 MAYS "MP MN 0120S1m 05/14/2046 he: a1 nMl +wa st e»tn TO S. S1* .AE I.ITEP M Ax Wpw ur �w]vN!s ius ql TA. 15+00 8 44,44.4 MATCHLINE STA. 20+50 1 I 0 SAA TULOSO ROAD LEOPARD ST. TO I.H. 37 (90ND 2012) — REEK' %LOS° RD. SW3P PLAN PHASE 1 STA,10+00 TO STA. 20+50 4). 2t� CITY of CORPUS CHRISTI TEXAS Deportment al Caginsa.ray Services MATCHLINE STA. 15+00 Yl 1 +�8a k't �k a§ HEVI4e ORNI Rid MVAYNciE- OW, Erg OAVI ri ,a x, em-swo WWIEO: 03/1F/a We t151- 75.10 nye-ef rutin AD ..wT s*. 2 90 m S. ai.enu.n. naw m: ,ar caw 5/ .5 .A.. MATCHLINE STA. 26+00 MATCHLINE STA. 20+50 1 5 MATCHLINE STA. 26+00 10 01 2 nig TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID TUL0 0 RD. SW3P PLAN PHASE I STA. 20+50 TO STA. 31+50 MI YiM91 CATI CITY ,f CORPUS CHRIST) TEXAS Depnrtrtxn! 01 Y gnen:nq Servrcee Olmommoi LY1�:11 ERriRiE�amC`'. ec • M45555555rr ▪ xi e- m5 A rlt 3Ra el m n aw UPtWE osri.ro,s r t: *VO•A'WP. - ..mo.1e 2rnG Ie-1flfl »a, ler name m 0 wn w Iv+vmie 899 w MATCHL[NE STA. 31'+50 —7 - IM`yMO CERN Iib 2 1 1 1 N TULOSO ROAD LEOPARD ST. TO I.H- 37 (BONO 2012) — REBID TULOSO RD, SW3P PLAN PHASE I STA. 31+50 TO END WY of CORPUS CHRIST, TEXAS Depertmenl of Engineering Services L J. 11 v+(il J`4I f (c7L VII INN .11, WI NIL...46maTyMN RYIpK- wdttrt ns +an cewnz.en-ao - roma .nnl.asis 1,1•Cam s9C!' w .ones tie sea nax wme . srua,sa +o aru+wauw mew n aar ono ar ,anerms TM aM ]] 9 -g 0• MATCHLINE STA 20+5 11A1 40 g 1 q 1 i I 10:1000@ MATCHLINE STA. 15+00 g331::1; LJH 4 ‘N damagod TUL0S0 ROAD LEOPARD ST, TO I.H. 37 (BOND 2012) — REBID TUL0S0 RD. SW3P PLAN PHASE 11 STA. 10+00 TO STA.20+50 0.1 97Z CITY of CORPUS CHRISTI TEXAS Deportment of E+ginee'ing Savires ',Aar acrinayagEarrarg.zaa T. Ma ese-ago FAX esei-aa uPDATE0. 0/14/200 MP pAX1r21121a-!oe - fume MOVW 1 a-ossse .1.1.1541,5 SMO TAM in an PIM mxe . sux+.14 to sru!.a¢ow nom, en w FO 8g r r z a z 18 g MATCHLINE STA. 26+0 MATCHLINE STA. 20+50 MATCHLINE STA 31+50 1$� MATCHLINE STA. 26+00 So S 2' goti PSA !1g fig. F A'' 0 N CAS 0 k 20 rptiournoi TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID TULOSO RD. SWIP PLAN PHASE II STA. 20+50 TO STA.31 +50 POE CITY of CORPUS CHRISTI TEXAS Depertnsenl d Engaeeernq 5.rv;c.s .s o.ow ssro c c ■. ...NM Wit a4 ®ss a�f�ON- a w u.wna 05/l412b+a nc - naoso r.e\x.a .E -m.4 P ww1.1.7E . S•41.0.0.1 s...n.wc.o ROM. or .a. era .1a MATCHLINE STA. 31+50 44I.IIDo 0 TULOSO ROAD LEOPARD ST. TO LH. 37 (BOND 2012) — REBID TULOSO RD. SW3P PLAN PHASE PI STA. 31+50 TO END leas. ow. CITY of CORPUS CHRISTI TEXAS Depentnen: a! fnprnw''9 Services MAVERICK INEERING, ]NG ma .,a,erg.cw„ UT T S mxnn east 461 nog M•fa0eaim S. 1•10-1.9 rw¢n,Ea. o3/iap20+6 +e c.1xitt.an-eO - MS O wit\2o. At-ceaw n.v�aerrs.u- ATE NITIle. X11.. 5EE10111 - NULDDIOD _ SOIL DETE.1111 DLO.. - ONDER DOMES _ 15e5ER ATI0x v PA7w51 ma -5 Q5 $ STRUCTURAL PRACT 1 CES SILT HIKES _ BALES _ ROCK DEWS DIVERSION 155 SLCS 5551155 WILE [[10 IIrtT10xs - MAO r1U55 „50555100116 5e ZpIST0ttI55 5x10 - 715515 1577156 57 101415151101 551T _ - SEDIMENT TRIPS 57 - 5r E6 - SCLOC]T7 0017501 0071551 CW001 0511501 154E 110FANTI0E MOOED. m1 [COST51[TI Ew i7T01n SITES1010(51 .1I 0C117IT(IC• PI -ASE I - reter0101 e' a51CR LIDS. 0005555141 e'0r v1 M 550. 15 05mc1 css7 *7 5055 0 051050rc .......,....... PHASE 1 1s0500 4x1570[ 0.301 1,1,4.50011 5!5•.1![5 a uCi 5ESr1 07 REro0:0510.01u7, C15001 os0.E 611dEs R tu0t5{. wy 105000. ADA pups a 0511071075. TI{®[ 51 -5 noon in55 SOPS, 1 ry 0011 Ahem xo. wR mTVLOSO tee. mm.,... d 2 oZ Lb 0L ±4, g c p I dow �r o� ado aoN•a om CC CC s0fEr 51 d 128 tam 0¢000 n¢ STR 870 arc 550E5r■ E+z0S1 CITY of CORPUS CHRISFI TEXAS Imenl .,r to A�++eer:�y Se.v:ces uac Iom C `;" I, 1ea. ,". „, .9..>zb ,...6 . sp`�' 41 `;z^ L y %m° i = ;,= L OiTEO: ",./2".nu:..V.7%0337-400 - MON, ...ma aria P - € M2 sromoo m oerxisow wmw ie ¢w. w+ pM016 L3, ❑❑[]❑❑111[3 R;. i I; YT s r iz cnn TULOSO ROAD LEOPARD T. TO LH. 37 (BOND 2012) — REBID IN Ir CCRFJS [Hun STORM WATER ENVIRONMENTAL PERMITS ISSUED AND COMMENTS (EPIC) 2 or 3 Oaf CITY of CORPUS CHRISTI TEXAS Oepartmenl e1 £nOneerinq Sen,cn 1G nyry'c CK lV 03/14/2016 nic 00001711anem - iucen 10020010 ss-Esyw "1-\ 0 Dn.., rtarten 7/40.133111 34 Lip 01.3.0.030 TULOSO ROAD LEOPARD ST. TO LH. 37 (BOND 2012) — REBID DIT 0s CCR0,0 (R511 STORM WATER POLLUTION PREVENTION STANDARD DETAILS 3 or 3 CITY a/ CARPUS CHRISTI TEXAS O.pc•hnent of Engineering Sem. Jul > VERRG. romp w31.3133 9,0 in ecssmm.,8 m(e0 3304 _aea 1iW�R➢: 01/1./2016 INS : ¢vnvri=av-eco - +uwa wwauia w-c[vu nw\bett -Fa RUW w. saw[ nM in 31.W TO SEMS ncmee e' row cm. us !w[4l0•1 t • au MATCHLINE STA. 15+00 �epP ° sr. .61 11 T 0 H MATCHLINE STA. 20+50 0 0 Pa 1 • o b Mead wiS TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID TULOSO RD. STRIPING do SIGNAGE PLAN STA 10+00 TO STA 20+50 CITY of CORPUS CHRIST! TEXAS Department e/ Engfnaarnp Slr.vc. MAVERICK ENGINEERING Ma WM SWIM Wit SWM ,rte O ilk Is Wm M MMSSM Wa 11/2011 M919 sv2w1. 1S 0(9W11 '1 fl+lei-se MOM xu ftwe. k sewn P.O 31* 91 1. 19 P111 name Mt PA 1200 o41 10.1K911111 ail NI MATCHLINE STA. 26+00 MATCHLINE STA. 20+50 178 v 2 5 MATCHLINE STA. 31+50 11 MATCHLINE STA. 26+00 . 3 plwx- 1n 1o! NR1spl of A gmf sod N TULOSO RGAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID TULOSO RD. STRIPING & SIGNAGE PLAN STA 20+50 TO STA 31+50 wJ CITY of CORPUS CHRISTI TEXAS Deportment el Enprmrer;*p Novices piVaNlirmiKa 41y1 }A0 WL dl1 1,141 OWED; 03/14/2016 n•- 6-Xlxttuf-300 - M,aw . spa.; n w Fa V. 0 TO MAK rtm'm en .pow DIM Oft w1W'afie &6I w 2) MATCHLINE STA. 31+50 42 5 42 m A 411. TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID TULOSO RD. STRIPING & SIGNAGE PLAN STA 31+50 TO END CITY of CORPUS CHRISTI TEXAS pbpnrlm.nd oa E342eeerinq Services WORM. O3/14/211. at \]P, .1. -RPR Qze R' 411112v a F.1 g 5.g Illgrj LIN 1r10' j!!4 HI b�"y � �!�4 1rg0 �� 01:P rfi di gMI ., m MCA fl J* mh m - ° R pm hp15 MI 10 MI P 41 hi dg gig 4210 00 T F Y n SS i'11 1 U P q'Tg To:!;;! 11: s 5-0 1 q 4GI & � m lq G ks s dill 8 9 1 d t ieT1 o �aS tin 5 91 Mi mmrsda jj 11'74 CO V N C) TULOSO ROAD LEOPARD 5T. TO I.H. 37 (BOND 2012) - REBID TULOSO RD. TRAFFTFO CONTROL GENERAL NOTES CITY of CORPUS CHRf571 TEXAS Deponmem of Engineering Services u13631to 03/14/201E n•, Q\ 13\I213 -3m - naow K\22 11333c KYIr1 har, •!u!gc l K." (2 21.0 rtmim 0*0 AIN WIN eft ayle/nat2 m13 PAVEMENT MARKERS, AND PROPOSED 0 m pr gnIMEIEINM lilliiiili ��p ata !iAmgm 8 � xz E y ❑ i o Q z m N .' e, 0 _S ya m .� _ po .., -_ 2 0-n a E ) 3. S y�y S ,51E, Y ~ 2 <a�� T2 RE' a z 3❑ a 2E A yaq All 8 i ego 0 of, m$ 8 4 iS oi gg li omo A r1 $ax m fig < <x , 2 A gg ›QERx 2m o a$ w Q.a r- x A z a TULOSO ROAD LEOPARD ST. TO LH- 37 (60N0 2012) v REBID TRAFFIC CONTROL PLAN SEQUENCE OF WORK CITY of CORPUS CHRISTI TEXAS DeOecirvera of Engineering Services MONS 3036 4.336,3311311 0C3133.30 NM 1.1334 30131311 3M11.133‘ 03.36 r3 an, as ew-awe n.. 005 642.0x. 41 is uw.lea 01/ .4/1C.16, nc cunn�n:.-wo - 931%20.e RE.Den ero.\ssen\cv Raves m. .wmc =.en MAVIS.wac wm,m eR a.. ww axe wnam.e nv w o r � n 00 mx 7 d 8 m? F. Ram Tu1090 fdp, t E, jay = WPOP.1 MG. TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID TRAFFIC CONTROL PERIMETER MAP CITY of CORPUS CHRISTI TEXAS Depv.i.,,enl of &Omen SeMcea SR.i 4.e5LIM as twTc WM.n �v*J DVI4I720.a F. avc+nim-em - R—.1 .a nevrc eft m a • •A Lt. wm+m en sw u.0 w WW2., ees w ii Ap TairVy e'er TAwAxDi0' THLOSO ROAD LEOPARD ST, TO I.H. 37 (BOND 2012) - REBID TULOSO RD, TRAFFIC CONTROL PLAN PHASE 1 nuc CITY of CORPUS CHRISTI TEXAS (5eporlm..{ of Enq;..Nr:nq SeMces OKIYAWA umInm‘nwintftgftem.nee num MAS K03.1:0.1141.01110 r poggly-,4 „UIN .n.G Pae . �. �.:. w ,„,„ �,• �D a mu) 2 S'Lr pr I ISI l 1 !I ,// 11- -11' ` �nDE rib. 1 1 // see TOLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID TULOSO RD. TRAFFIC CONTROL PLAN PHASE II CITY of CORPUS CHRISTI TEXAS Deperlmenl Fr19:rwer:ny Services www.ArrervcrK 'cam .r.1,14 m"w` °A4 VFW 0111. la UM 40.- :.c 361 tsve iwW1m 09/12/2022 - nraw 1:10•11V1114 4-1.0. 100.13. ww wrtul[cn 0 03M5 is v x4022 ndme m: cern GANA IX +nyIN,. 7ULOSO ROAD F E+: TAWAKONI STREET TULOSO ROAD LEOPARD ST, TO I.H. 37 (BOND 2012) - REBID TRAFFIC CONTROL PLAN INTERSECTION DETAIL (I OF 2) bat CITY of CORPUS CHRISTI TEXAS D0yvrArun! of Er y'neerf g SeMtee i JI • T DINE UNG, aIle ,m,. . cwn -V. 0S1em2*e.e. •f_12 MAPS r O118-3500 ath. Rm . 3� .BWTEDI 03/14)1018 n., clana•sinf- .naw .wuvuu w-OEW. r..tw.nn\n 1e RAM cw.x R.1 rmRmw ears a or maw nnm. t Xnr urw at ,w 311130,a aH w 33-1.11,130. TULOSO ROAD LEOPARD ST, TO 1.H. 37 (BOND 2072) — REBID TRAFFIC CONTROL PLAN INTERSECTION DETAFL (2 OF 2) .[tl.Y.xc N11 We CrrY of CARPUS CHRISTI TEXAS ae»odffivt of tegineering Services 3135311.11.04 31-3133 14.0333.33 0.41101.133 +3.1. .3 Wm Welt 333.11/1 OR33. 33 3141 °MATEa& P7/14/70ie wxi Gwinin�.xn - num wn'�yaie r ; 3e[ 3 i I: r 1 $ iai Re 'e ■mIU I!I f P a — �� miming �-4— L L 11111 11 J - a 1111111 ;;� ; 1 4$ A , 1111111 4e r Al 1111111 1R 4 ti—? a 9 i6 AAa �` m� Ti ��' b R 9 sm ig it d 4 Wil A g 2 •13*` 93- ,. -'1— i 111 J E 1 8 pm int 14 3.8 Y R 3 II h 4 1 r•ie $ ■ N € s 11 &# Z 511 $ iX S wig` $T w 3 $ R F 2 a$ 8 F.V' i< 'YPE 1} .. m ... xC.O, N a _ $ 3' 1 1I X66 111�I� I '-_� s n m f al $$ $ 1� a� rom I'i yy p p u. y !e [ ry7 PArial IM 'i4S 4sR 1- i Eiq I m �' a 4n i S ggs x e S lfii - S$ 6 � � fe i 3i• i$ 1 i; ; ai $i� T g� $S ;! i� z w'- ie ai DI �q' 3E °a- e3ggg 3 rd P o nr r o ' psp4.•= 8 I 1 F La s a`5= e$ $a °� s'- Y,� is ai a: v- 1 w � a I -� II y m _ x� 3 W Wtt°��r $ w o is ja R a g a.LIC..:�� m 1y1 'e 1Y :� Amm —Y , s It r £v i Ti' L a IT �- % a.rw MR / U) S A `� i 0;PRECAST Llb TULOSO ROAD LEOPARD ST, TO LH, 37 (BOND 2012} - REBID _ CRY a! CORPUS CNRISTi TEXAS Nooftmenr of Enlineerfnq SeMCK r� j���p I YI fiHAM,CIN r�wn H MI Q,..,.,«a �,�„��- - ,�, +- 8. ' R,._ 1 a_ ..,t-' ��ip -' 1 1 S X LOW PROFILE CONCRETE BARRIER (TYPE 1) LPCB-13 (1 OF 2) w ATED. os/I./Zme .sr. aua�m In.-eoo - ..nm ann'.it1t oe.tesy• •O ag g 1111111110WPM Y liii Ir;1Ii. —='1 8 ~ IN �1�g 111 �� M M■ 1111 = 01 r 11 } z , 111 e I� 1 t' LI [I- �h pp r 3 4 T J4 ITIZ Gr F B° I�'p,� i c� $g 9 4 o Y i �� ew w lr - 9 mm + 1111 gn Y R 9Y 1111.1 a pp S$ N 6L r Fs £� tS i;, T 8 w P w . i. E. 1- . iii s!Etq qi VI s' I il tri Q -g ij ;- $yy_$1z tri - F f Fsr. s1 1vv 1 11 -i q1a� 11e.F $ y� 3.qq$` 7 1 T m m I-1 4'e g: i�3"; �g` i a f '. e —{{s m G �p J�� F. 4 num. PO PM .aa +. P. w yaj 75 d 128 .amen nerrw n STR 570 N+ maw 1 mpg. TllL050 ROAD LEOPARD ST, TO I.H. 37 (BONA 2012) - REBID CM of CORPUS CHRISTI TEXAS Oeaortment of Enginoorinq Savicls (�� MUM S • T A " o A C . 1 4 x •' u g ti LOW PRQFILE CONCRETE BARRIER PRECAST (TYPE 2) LPCB-13 (2 OE 2) °"''�'`�A''''''' ° . Ronaworo..arn ..'4. ti rna ^^ _ +_._ __ _._ _ '' ¥rya z V4 %2 . Barricade and Construction IBC/ Standard Sheets General Notes; 1. The Barricade and Construction Standard Sheets (BC sheets) are intendec to show typical examples for placement of temporary traffic control devices, construction pavement markings, and typical work zone signs. The information contained in these sheets meet or exceed the requirements shown in the "Texas Manual on Uniform Traffic Control Devices" (TMUTCD1. 2. The development and design of the Traffi: Control Plan ITCP1 is the responsibility of the Engineer. 3. The Contractor may propose changes to the TCP that are signed and sealed by ❑ licensed professional engineer for approval. The Engineer may develop, sign and seal Contractor proposed changes. 4, The Contractor is responsible for installing and maintaining the traffic control devices as shown In +he plans. The Contractor may no+ move or change the approximate location of any device without the approval of the Engineer, 5. Geometric design of lane shifts and deto_irs should, when possible, meet the applicable design ori -Feria contained in manuals suc-i as the American Association of State Highway and Transporta+ion Officials (AASHTOI, "4 Policy an Geometric Design of Highways 0110 Streets", the TxDOT "Roadway Design Manuol" or engineering judgment. 6. When projects abut, the Engineer(s) may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, and other advance warning signs if the signing would be redundant and the work areas appear cantinuaus to the motorists. If -Inc adjacent project is completed -first, the Contractor shall erect the necessary warning signs as shown on these sheets, the TCP sheets or as directed by the Engineer. The BEGIN ROAD WORK NEXT X MILES sign shall be revised to show oppropriate work zone distance. T. The Engineer may require duplicate warning signs on the median side of divided highways where median width will permit and traffic volumes justify the signing. 8. All signs shall be constructed in accordance with the details found in the "Standard Highway Sign Designs for Texas," latest edition. Sign details not shown in +his manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured, B. The temporary traffic control devices shown in the illustrations of the BC sheets ore examples. As necessary, the Engineer will determine the most appropriate traffic control devices to be used. 10. As shown an BC121, +he OBEY WARNING SIGN5 STATE LAW sign and the WORK ZONE TRAFFIC FINES DOUBLE sign with plaque shall be erected In advance of the CSJ limits. The BEGIN ROAD WORK NEXT H MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the CSJ limits. 11. Except for devices required by Note 10, traffic control devices should be in place only while work fs actually fn progress or a definite need exists. 12. The Engineer has the final decision on the location of all traffic control devices. 13. Inactive equipment and work vehicles, including workers' private vehicles crust be parked away from travel lanes. They should be as close to the right-of-way line as possible, or located behind a barrier or guardrail, or os approved by the Engineer. Worker Safety Apparel Notes: 1. Workers on foot who are exposed to traffic or to construction equipment within the right-of-way shall wear high -visibility safety apparel meeting the requirements of ISEA "Americom Na+Iona l Standard for High -visibility Apparel" labeled as ANSI 107-2004 standard performance for Class 2 or 3 risk exposure. Class 3 garments should be considered for high traffic volume work areas or night time work. \((b#!| Eq§h0(|; 4&t !!■(§R§R, lit li { ]§|#9 ` |• !1 §9§, - r | | IIUhJi '4 |) only pnl Klee poeuto enol taus.. Th. •Cu.l64 165 Zara TnfrIo Cwero, 1.169 tref. ({RTW] .69619 6.191416 p'oest, 44 *ea eecroes and n.n a. 'and on -rine at the .m elands alwn t.l. w W conrorinx 9.619 of Tr..tesla, Tnae.61 p,le O99!QT€ m 0malw - 1€ Phan 19121 919-111. [Q $ jeTexx m T.WW/ im insfreo We. BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS 1 of 12 B0111-07 iir nreesod X. pan or PM]rd� Iif SW 76 w 128 (OM- OMAN, .a STR 870 o � .. LEOPARDz m a (a:mw-tea ctn. a _ _ TEXASmaolsurt,gorrel. ___�_ .TEL 2 ' " -`� / �|,*$, °.!C. ' 1. » I| � , B&C _rte e AND »_mR m -=@o 12) gPUATEER 03/14/2016 Rf: t 4,A,nr-ego - rugs. xo fl 1t K-eG. ,••••\9+i[fs\*. �tY _ s $}S y >. 63g z $g 2 3; Ivggii_ }. r Y LL fiiW e� i °di a S! 121Wi 81 - s}1'iig 1 p 2 I, 1 aagssi➢i 30 siS 4 :ig -q��3eg Y - } ' �- i — Q R 4 II,ED 1,fes eft aro;m. firgiroarAnapaclar a,g)Id .n 1E01M IN0 POkNSTREAY or THE CI s 0 v S 3 gi2 }9 e IJ; 11{y;y 1. € :qqqqq 9.Te Y : 3' 11,i i; i 3v r a#_ p $ x I__ S i ff _9 4 I 0wu g� i! a xi�� {y Q LEE LE -i o`� 93 s$ a " a s a g y q % Ai w 9gga X a_ 1 ai $f g 3 g 8_s ga 0 a. ° 4/ e- �S 4 9 4 ;g } ism 3 # $gad 9 s� a$�i s .µ Zitg: c H aa3 [i 0 Ra $; r[11 i 2 s alb 9 Ei !NE 3 ra .i €rp, • s iaiVIIi a= ass rens ssg _ m_ EJI ° N m J� D g1 55 i 3! $- GYMNf. a i •p• 6 g y A N a o N m Q ea$: taile Y � S S o $ + o y E O ;,i it -- azo n M M F i ti ivi n.zg E' I 3i'; i e eug&SSSQS.d g - q� 888&�88d ".9 iE 0 a S d d g Y ° a ° . g 0-., i .,wu. r. n MOM w ON r m wrr sir 77 d 128 .F44.9 MOW MT STR 870 eT,, TULOSO ROAD LEOPARD ST, TO LH. 37 (BOND 2012) — REBID �!j 171 CITY of CORPUS CI-MSTI TEXAS f)eyvrfinenf 1 Engineering Se.nces IMO jj�'�R� """�"f`"�''°`�'°'8 t..>sRo"aw r„f0.4 .,. ,v..�' Sak '.�':" C;.;, e r eR � "� X BdcC PROJECT LOX 2) BC (2J—p7 (2 OF 12) urr' w?ll,'J.=_°.,:6 e .cHT '"°ZONE sesta IY[T g.l 60 FOR USE: GENE ERI[OISTE TERM RORK ZONE SPEED LIMITS e of work zone speed limit should be included on the design of 1. R Pia cortroi piers when restricted perietrlcs with o Iorer nes rip p e preSMO in the work bane Oid Modifi00tiOn 05 the gems -Fr -me to Z. R design 05450 i0 DOt 'Feosi011. 3. S een619051 ate Term Rork vies Speed the s toric s0ten work ved of ya lar Thad a, F nm10 be posted and visible To the mta-I of when xrk acTlvify Is present, Ivity may also be def lnod as o thongs in the feathery that rewires d Speed. far motorists to safely negotiate tee work area, ialol0ding: S. R upy road or dmoges pavanst arfxe bstontlol alteration of roodwgf gecmatrlcs Idlver51ons1 R. F. n0truof i en detours R ads pith 7. T, Per xnditiane readi Iy appd'errt to 15* driver airy of fideee Conditions exist, the work Zone speed limit signs 6. T. emin in place. A. L. $1 NCeK 3011E SP€€h LIMITS h. e of work tone speed limit should be included en the design of E. fio onttrol Plane when workers a- equipment are not behind oaSrt-l0 y Si .nen work. activity 19 within IS feat of pavement edge or actual 1y R awement. an Rork Zone Speed Limit signs should be pasted and visible to the erly when work 000100 0 is present. Moen work activity is not eSigne Shol 1 be renmv. o•co vered. oving Co Pilfering on TYPICAL APPLICATION OF WORK ZONE a 000611 limits anal 0s regulatory, eatobl tate] 1n accordame with the approved by the Texas Truwportotlon cmmissler,. or by city 0rdlnoma Reduced speeds should only be poster of work activity and not throughout 1 Regulatory work zone speed signs (12-11 or covered during periods when they 1 s ! as 4 I � NysvIorcre of TempartW9M 6090 a Cfektio E AND CONSTRUCTION 'ONE SPEED LIMIT STANDARD 8Ci31-0T ®121=10=MME=1 esem®® (.71g0','0 1 I` F _ I _ IIIJJJ er ~ wemem,. sl[EF 78 w 128 fl*n PM.eC ae 5TR 870 ery !95,0:1 f 91004 TULOSO ROAD L(BON R6 ST. ]TO IRE ID (BOND 2012 — REBID Kg. CITY of CERAS CORPUS CHRISTI DepertmCs! of E Orwerfng Serv,ces [[??��[[$ 12%. 4.'"'"'''''''''''''''''"3,0"'"'R„„ * w 4 *, t- `ee •' s g B&C WORK ZONE SPEED LIAliT STD EC UR *Eo: 03/11/2011 nt P000111113!-xa - .waw rc (U01e irc•ma.1aS1' n' 0.11111911 gibi• & ,...ee. 1—•:-1 _ r 1' _ �� /� !iiqL 3 ggSRip i a pg, 1 .L !. LJ' giY9 --'3R Yi i' 3.g e s * i9Rt 3 3$ ! �d ! ! R B 12; it 9 I 1gg TYPICAL M(NPYI91 CLEARANCES FOR LONG ' tgW AD 1i .in. i.0' SIM w aklologgorlt mm0, n0real Na+l rm tr I _ l W n n rian*a. ^moi ...aid M #agg s ' A8 qa � Z Iii-pi,--- g r_ �- 1{ qgY a1,l t5 AW AW ; 1, m d� F 03o a9 :514$3 � ^ : �1 E @ 1 s 1 11 # S i� 1 ks 3 al .,1 11 :i 2 ' .. g! .. a m 5 BY .I E 0' , ' } y a n g, 7 - 6 '-§ 4 %. '1 4 v g 9 a m o. Yd iii s. illi-7 P# 3 3 ., LOge 0 / gig, 1,1;1.; a mao4o¢o9Z0 •`ao ey 3 1 t 2 R . m Zc m n 5 __ 4 5 }g } R3 $.`d a. 1ieYi9S �1a$LS Sqa i9 x 1� .. 9 s a g g a e_ a "; � L��R � �3 1sge t'4 @i9 0 al 9 � a.s$$4$33 gg� .3 831 3 "pg9� ;1iSdI�, :5=. a $ asci '� bg- g¢ S E a k a r;gi srg9 e2 `c& 14 dd' S S; 1 tg5 9 $E �� it :fig I; i 8P �� � a rY yy 1W0A 9s!s g S ei��i Yg _ g -'2 M 9 at_ 1 ".1pg 3 i d CRY a$ g ' &Rii t p.sa g S R a.. s 3.. !$ :$4 $a $ s s9a 3•• 9Yi' .S LYyg g.� 9 `+g fl � x sa ; 5 = 3 9 a 41 � � �� 77s.'s: 55 p C ggR j# zi i aatii a Y. P' 'e 3 2gi 2 �1 .F Sd'! �. r^ q � "6'� y� ppp _ g g x9 s �g59 3 35 '. 1 , !TNY33 ¢g �R I _ i.�7 2 � > F�q. i d9R �� 1 a sC $ '� g ` gRa s as a�7aqgag s 0_ 3 E1@;9g9 t0a Sala 4Y tg4iY ay. gg ygyg '4qq aais 5§• p, .. 42YyY 4:i1 d a 4 c 29 T a 45 l l- k7'¢ S 9 3g'8C .�$ 1ykFi$r;g gg gffi5�`pi 'i �.}YS P �9 [79 g a0g wag 41 .�a S?Sri 9� �N 3 Y ,7 �a$y Y 99� �R3 7�}i88 9yj as x 3e 45 ss g_ I. ae s. fF 39 8'!r g "�-I" ag 9sI 3 09 4 7 I q 9�, 1d - � §a e S 9 a § S- YY #g# S' g A 7YY 3 1 i i ss 9. =" ,a$ y 3:� __$ @3 is @ a gg § aa3A- t R '1' a a R ads @ 9 y�1 r• 1" F 4 y l� 3929 4 S S 99�'�'3S $ a9- gg E - 55 it 5 p g ,§ . 7 8 �2 8 9}, di is a 35F °44 i a8& Si' 4 - d � ? as s � s iui� st 3S S 9 i y g 1 4 2 i '1 ag 9 q} s' 9: IJi a.Y gx 'a - 2 g " 59 13 79Rg s1' o zfl�'x s �Ha R � �� � €a � � !ji pa �a3r h ! 4 �_Y=ts 9 gq. g a �g sa 39 Ys a 9 3gv ? a 7i i s F !T r Trtao�a, nrrm !. n0, maa, BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES STANDARD 4 of 12 8C(4)-07 E zg R -g fit 144 €aq a "ap I ¢ a ip g I=ii € 14.}1 s�� ';i 1 s g o a p�R� a q qi0 _ g O£ • 3pR i - '• � 3 ' i q is E at is R' 9 9 3 3 ii ! 411 Et - 41 20 I i a 9 ae'_ ; =$ '• a? If e iJfl!jI1 '�24 41 g 33 a 53 t$§s ia a g� �s i s i '3 9 8 ¢ $i. $ 8 qq fr e a we tirsar NC,TULOSO DIP 79a128 Anbtl &M EC ed SIR 870 GR' AO1FCI / 111000 ROAD LEOPARD ST. TO I.H. BONG 2012) — REBID ( CITY of CORPUS CHRISTI TEXAS DepnnmanF o1 Fng;.yrrrnq Se races FNGINEE aw1ioc�mcowx.»a„ 1w.1,wrsm�.l o.saie�e. 4 $.N ° '• y e F •' B&C TEMPORARY SIGN NOTES STD BC (4)-07 (4 OF 12) W' A1EOr 05/1*/2016 ell: iri.n+-ecP - MOW een+mic x. WEDGE ANCHORS Rath axe! . V.$ Wrens Mo..., ,r. RD Simardge.,, ,. a,.:m ..:,,r,La„ee„.... .,ant . Tr., wraawe »rW U mcm.0.y a$ F+Orbtar Siw ass oOt & m •Trorrlo ugleeerfiq 5t) 4 geese• m SLOP. yN 9gg1 : _ _ \ —4411 Fn i Pi X C, 2. '•,..: asge e e n I c E ns. 05. `g c my w I,' r : m t th A 6 .t C eg' i Q m F. g g N .. T C7 a L pppae p �� �p o gSg' a. z r 9 !z. a=9R i g 17, ? Age g q -,:i r ❑ SSSyy y�5 00 POST SYSTEM wlmTEO 5IGN STPPORTS 2�V i — ____ N 3 SiY IYg II S. ae;• g �_ 2 -¢aa _ w 1 1q na MI P* § P ' E. gg gg , 3 Bei a 453. r gYg;q�gp�� $ I S li Pi aA ! Y H i li :E. YqS5 sg...54—.94 ggYd 9 yy�Sq9 ij k I a3g Es® Si 4.4 _ .... _3:..,_=--:- f rq L� i1_ I, a9'g. o 0 s. a 3A _.8 '• gal z {{ age E 2gr-gi m 6 Y9 T. Q a y Z 6Pj' gag a8 l 2 g ¢, !.,:k - ^S VS1 1 1 .' 11 VW' or TronAr ioNm NO CONSTRUCTION SIGN SUPPORT ANDARD BC[5)-07 i=ce ®=tea® ilk —I a Y $� iu 9 �$ ed�-.as yarr BO a 128 �croev owes ea STR 870 071', 5aI 10100114 TULOSO ROAD 5T, TO I.H. 37 (BOND (BONA 2072} - REDID e+�, `apt v CITY of CORPUS CHRfS7f TEXAS Ogpwlment of Engirweinq Services Y • ,. lI�J1.L�J'1�-'EMHOA� .„� '° �„ ;, .n y. e'ie 3 ""° a. Pi, P115.21101. -I.. '+ i ,} ' ,r 'Y p: `, S B&C TYPICAL SIGN SUPPORT STD BC (5) (5 OF 12) _ uw *flO: S3/1N2a1E wu 'ixem-em - WM . M*, , Rea .1,4•, 100 IN-*, W-nNn [x w. in 1.40, R.. TIE PNIS ��g�� IIs .. • dqR& 5 a8 $fr' �3 k g Y§ � es$[ .. � 9 6 : S 9 815T 8 8 8 g�-ez���_�� •'g � a8 i'avig g�a 3 y il,s =iy91 y'$iS a gag - ig 2- F �1 §x S i i � ggp[ �_$$$RR 533 gg! $$}}a� pp ., � �aa gyp: �3$ 12E3iA` ada �s,61 i �fqqq'yyy4, F 6 Fn-•-_§ _2 g�g 34 � 153d34 �2 e i g2 q11 9 ` 7 @pp&` 4=$$ 1 i CS_ Raao93 § f15. ig -I(of I I !Ming5751EPT7awl r' 1 i li ' A S2 $ :�i'38$ d�C¢ E�S4�yR a i ii!IfijJI: iI'jjJ iii 1 .10 , ' iIJUilkiIilDiIbdIiJkIiIUil 4310 - 3 15 '' C $ i 1;t ''& I 9 $ 1h2R $7 R 92 x,� s $ s 3 33.. 2at P'; - 7� Wilt y �gg fig% Ao. 44 kAg pp mi? a 6 ?R VSR nRU pT. ffi S } i9 gfir^ sII '$3 g y� 0 yi .• iiI £ $ v'11. P.. a ¢Q„ Uma .pm me n o g �� P 36ii Ra 6g § m 11 45$Pg &gg s. o ,--o dun., $ q Rimm= n agg!63 ie 9 $i g$9 f i a pp 'p� m 74' 46 js§S+I 3 ag g s • Rp p gs a"3s ES 9a da _Grga mgr h mR S 3 K y b %� V1 ii ggW i 's g i 9 a ga S $E¢ ga 4 g _' 516 A O s� 313 Q gg g iy g v 3 Y * S a = g c u xo# " Xo k %ma o$ 2 ,- i O -. m g o ,m ert 00 V § x 33 +.+ 5 m m ® S s P g .gg�= Rim s Y .m x io' :� ;ori 4 i -k fir« y.� y r4 r- 2 z 4 .S. — S = 2 Q 8 n'7,mc^ : Enm O rL m # pyx _ F xn �x €E 3E ggE ..� g E , -i x: _ $ ; R .2 [i, 2 Z tolget ma R v .� ...... sar 8 i or 128 Dews +a 5TR 870 ruLGsaRonD LEOPARD ST. TQ LH. 37 (BOND 2D12) - REE1D ��'!_� Car of CORPUS CHRISTI TEXAS Oepurrmen! Of E.yrn..dirg Servicesi MAVERIC , ,[,:�..,7"''''''''''61=7....` ,e, y, ..-,,,, . 4 ,„ ,,,.,"'rte, C .• .�,,11 A''- - a - : tr ..• -.' - ' N B&C PORTABLE CHANGEABLE MESSAGE MN [PCMS) STD BC [6J (6 4F 1 ij lPM1 1 p)/la/O*I6 Wlpnullm-1°P . loan 1A0\7016 S_36 F0 _1H6n11'n-ee wmlm w. rpal 66ro ala 1 1112114 ale i11 I9! €ll o1�1 'i a 1-A x i N igpi/a 5 g 21 ars�i rs ` aas3�a� $13¢� 9�a3 9 2-a R ; P6a-e 4`21 ai @- 3aa 21 th 1p_fit � 1} g ¢hill! ,,,It SF1 I RDH:s§ :!!: � ¢r !1.14 - N ¢-- RS 119 pp Y_gg- s g4 1 i d � �, i r8°�4 �-3i Will !il i 3 Y { OT! i$9y4 ?� F:::al, �€� ��� e 1 s a n g$ l i i t qt 2 4 2gg g � - Pato _ R hg IN 2 Ms • 13NVd MOHHV ONIHSV1 lennne CM Lrl V �'N TOLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID B&C WARNING LIGHTS STD BC (7)-07 (7 OF 12) CITY of CORPUS CHRISTI TEXAS Dep*RmMC of Engineering Serwce3 MAVERICK u SEwNC, C. Kid ....A .. «,1, 5 wwrcm 43n+170.5 .U! wvau�iu.-I - n.o-m �a a^�a a+u �r.�vu.cv. rAuctord a_ 5 �yy'$$3' S '$ ¢¢SIY'V./WIJg}94R 11 1 1aaQ= sEs� a aB ;e in 8-A_ ^z a $ag=1 47_x21 i �gg a iee i $„! lig ea I a gym. �� BE _d Am 1 @R g `g '11 Z5A $ ! 2' f $i6$'g2 g3_� it 1 g iq nY R=$$ i s s a�'-a ge it g ! it #Y#II ;33Sq, 1gaL' ar9g�y= Y�gyg$6' 4_g8'9algE i 4 g93� �34g 11!!!! agqq9i 1'41g1 aaaa3 a§.R Y3 g¢$ YE1';8q ge}-gc= 1 ! igg'gag 't��?qfag? ��g=Ss' a S$�3 - gl ;� {'v a< e '"t da 3'S Cq 35 s s'a3 9 ¢g&s 110 ai 9E �I 1ii ii Ii Elk: i i'- 6_ q'g. . 0 £8 3m'-1 Y 1€ �q i4a 'f p3 �g 9i g rr P r NW ' �'d — S gt m a• 1ih11 s P �x•.0 }- qts;$gq ia$3i`f °�4S• t s gags 9gg aqq - a m BIGRAS °” 1r,' Y 'Ili ayga}aEd e a lil s y7 : ;Eg 6 VI Sp sg g �g ? sl ga .o o -a DSY s 3. B' 4 gg; sg R."3 E : gis''S57'=25+y_. ia 2 S i_ SG ;WI9y5 ix SEY 3�55-5 �� .1 .y �' a$3E $ 't-/ E9 i5 4� §_ 9 a yrlas i 5 ga a iY4$ E .1 '.5.1! 5a=a59Sea s _1313 pie R \ 5i 5 q aa5SI4 PAI :1,1 laa!it 11N110 iiiie q 1111 a I. ; :HI.. }:HI.. .4.8 $3 v$ ;W: 44_11 i § 17,1p s i= YEg y$8 $=ii" la !I it OW 771!! ,1,2q -s-' ; s�! t 0 ,q i 61a64l •2 ■ s "Y 3s asn 5-1iz s sx= ^gC s =s e31 -asasas i4 sic T BARRICADE AND a CHANNELIZINI STAND, 8 of 12 I2; - 8c 3 9 ! S m §- 4 r. A., a i 14¢7 g gggga 5e g @ 5z 43 GN �' 4l5 # 9 ^ 9 s E7 - 1 ;a` 8 'd YL4 �-re xari 4 II$.1S 3 a• Fane. xa MT K ea MU 83 dmraw P.M ma 728 STR 870 My Pi Mal i E131194 TULOSO ROAD LEOPARD TO I (BOND 2011 RE2) - RE8D — - CITY of CORPUS CHRISTI aeperrme�r of TEXAS y+..eenry serv;ces � '4;`,T'°` ,<.�es -w. . 440-iaw 901 .w an M. * 1 0 4 9 a B&C CH 03)-07 (1G OFDE12) STD BC [$)-Q7 [8 OF 12) trou[m 6S/1412Ore nr: aw!n[m-I - neos. u. Pli 44 Sa A}Y3 aea a {E i. q gg y I --f-: - ik� _ a gg.1 agg��EaE3�� � a y�3_ '-I�om"� 4 i II Ila�r 1.1 d SS :ii g� i q y¢ S la 3 838 pd 8 €llit14-1a ! q /� /� /� i i • 'Y' y'Y l °:57- S!. RS SS I1II $ , A m 8 i39 F' .� 4 e $ Pi - dd ilii.4'!IIItIfkhIliuifliI!!h _g 5 s Wil W!I1HII ep; t F1 19 sai11g 12I 3 •mn ei.r� �.. o-o,.i w E �gg $ i g@i$i9 gg?g � S5 ER iSg IU 9>ig°t dn�' x 6 8is di I l 9948 )giEgE"5 - px ,r, ,ii itt iig '�d�S pe r. ;;IE! ss3;� 3 4 _02 54 ^ I. ��if 5g °a� 9 8 9 E e i i m 4'—"«--1 0 Ag m I01q4 pis ® II gl <�m 1. TM ..+Nn M I a 0..+1441 141.y14.l. 0 _ InrPle .1112Intl... i. d 1 d 1rae c d.P ntl411.. .144 4114 alrev114 a I.o .1 eeralb as Tee for ..eki. 2.54we Ate nv1.n' n mans .4 y wk-ena. 55of +.11 b Ye. 1+e .241' 0. onen 14451MN,b. nlieelen ide .0 01 1pn 1141..121 avw:nlm 445 11er1en ideme deal. be ..1P*1 Ire 415.1.1 .ea. 1445411 11.11 1ti nee. In 011.1.2 ... 121 2 eller 1 .mmmi die. n .15141. fee1. mw 1✓*2_ Vaal ..1...11201 441 wRai W.-! ..111a115n10 none.. w. beer .Ira wean earlu 1w leece 1eet..51 tlai- of 111-.1200. d. F8'LW 1+e M.I.vy uye. 19Y1 oc 1.0111.114 TIRMX,.1 as 41+14..1.15.4= delf-rlIrre....rene nay a wad 12 .ae1--. .1.114 et.M wl. e.l.P10.11c One S OPPOSING TRAFFIC LANEs_,_ RATING T110•11AY TRAFFIC al aro l feat SrI+ Iron. en blear arbe . 11.14er. TM . «.awerel., m.1nleIle o ++*l1 amineMo. nern .s. MI5 ger .11.1 In 4411211. 8111 2 41. ea1.W.I.beree* . OUP NL1. 4 c...1+ 1.2 .. ood bee. 01+0'0 Owl Fro. 111514214+4. ih 1. Tle 411....04,45.11.. ry 2M +140 401. be w Ira a 111...41.1...10 beefeelee.�¢w1 041++•+414. 24+111..1. • os12.0.. 1....la.1e. viae olnervla. 144 1e.. .1W ee .4.1.1. 44..11 ImreetIng. rtwlrw.11 .. 015.14. i$ g 4hen • eaelne .1 4444 r r. y y ppi al $' ¢ �F_ 1 3 �� �� 3�7 I !3 r9 ig ^ 1 I �• B iS gi ip �_ . Iax — a ^ 14 y o r q!! !IiIj'j1Ii1 4 b 4; a aax '1i'll a x 8iaEai�xa 'o ya g9 5i#.1 3? 44121+21.1211 Tra ps* 9s km EWA. MI . .ND CONSTRUCT I! ZING DEVICES ANDARD SC (9)-01 I X8 08 .gM€sa3$� • a1 S . "S _o '_ 5x ssy qpi 10 a g gni 31 1gill gill c' ,g 5 +� x xgl•88, r 1 n n v V ����113,12'd . a1141d �66�gg83 43ga 4i1 2 a. l� a 2 } 3 w i'' gYi g i 8 r 9 Z 4 4 awo. 4% M.. •` °u` We xoavno-� WIT 84 y 128 WPC 5.1-14 STR 870 Orv45(14 242a.c TOLOSO ROAD LEOPARD ST. TO I.M. 37 (BONO 2012) - REBID_, CITY of CORPUS CHRISTI TEXAS a,p,,, .nt n1 Eng:neer:ng Services }��{p ESd6Yrf inc. .:7.--I4—."=7 m 1 : -"4° r4'''T° sem c . �^ $ ry • ;F : 444111e , B&C CHANNELIZINC DEVICES STD BC (9)-07 (9 OF 12) upoom3: e3/I.Y2011 4u, onmu\uzr... °,,,,° di ip J �i4 e 9 0 5 Y r1 P 4 " Y7-� 1 1 1 1 1 l 1 l a`v ar v gg Ei ' R aq S iy�a 14a3 is 1¢S¢ Y� 349g]]'t §$4 1 l:71 813 qEq !-!!d$ .3Al aA .y� x °d �, is ge 89 S AF_- ; i'@ a;1iatiiIiIi �;r1tIi!I �S Q 935.. $ _g Salt'g=a a y a' R. r.1�!al• ^'y 1 34 a sc 5fl,yx api• 51 2;!;!,2= 7 4°! _ 3 5 ig =na ias li pt q ,il !EL.; ,a • ;! !Ii • p pp . e -k 3 Rx I �MIYt. P .;°. `1 1u ISI 0 i e-- ti . d_3 a% - - $ Ili 88 g P gg ggI' ¢gi¢ p/pg8}/WWS Q;e iS�§ S§7ifili 88 iiiY s $$ ;s ¢���•1wlil ���$-igig 'y� e 4 ;F I_ I g 1, ig ig 2. wlw Volker , 12114! iiitgt Y = _ _ 1. sb! b 1�lg •� 7 i! $ le1935 +Ya S }q 3 x1y lqi co - f0i Sl ; 111gie liY 3 iq r g$ g g3 � 8 a 3 i i gg R I ee_ G 1 R9 a w "�' Y F ^� �, is / lii. e e e 1- �r� 1 1 a4g S $ S ' ++ III fifa:- 2 Sy5$9l34e3q- f -�� ., __ �999999 RR i G _�l,a 38 i-9 iS i 9a P- e e_-�--_ F U��111- / /a� ilir-" o = jS Ag;sl!i! gTT�a i; k ww � Cr m Ns 7 $ film', E e e v I 6 AywlmeMcd Trax=partanon r,$lk q.aW myt E AND CONSTRUCTION ELIZING DEVICES STANDARD BC(1O)-07 S 199 Sd 4,' S ¢' $ 4 x 8 3' 3 Y �� i 112 z'lf PF S Sr S e 8- 33 Ee~ i$g Xa XB3 71 i aww nw MT w u3mmr innanx w . w ann.ev -- srrr85 a 729 ACCORD ISHMK STR 870 Orr Flaw, 1 F.2094 TULO O ROAD LEOPARD ST. TO LH. 37g (BOND 2012) - REBID_ CITY of CORPUS CHRISTI TEXRS❑.ywrmenr of E er.is.rncea L�, W% '' '''°''' .,"°P : "` . °iP-awu .w 3.1, e.e.e PAM) illj r 11 NS - ya B&0 CHANNELIIING DEVICES STD EC ( 1fl)-D7 (1 D OF 12) �oWRAk 03/14/26.6 Iat R'Z•A• 11251 q }$$$3' W. 3 E1i'� aaa li3 g'g Bq i7 Sa $-3^ P 5333 $q a g ES i9 II s Fp`_. A ® •p ga 1 1 f )f ?.2' 8. a §j�Y s" 9 gel Y 33d a �j i a t !�. Egcug a.y 2 . -51%.; 5 i_sS$S 634g¢g_ aS Ygg �a$�2 / ?I 3� y9--iEJ' : 140i li $'. S fS 3 i°'g a g ig 92 i !s gi a a 4 a '., pyg$y {g[¢ 7 . i A ! Lp N y(3 R. .S9 1a�1g i iii s^ gg a �aa.� 1 8ss" igY a x9 a5 #a 1,5' i 1 31q RL =t 1' 1 S�2 4 - g 2 Y m G . Y 11Y $l it ff if; R 9Yi 33- 4 5 2 p§� a $ 7.p 99e � gqetY SSiB syE}g}3»-Y S_ 5 ' ti$ A4t r $ ms 1i I { g ' 0 6P6': € 3,2 e@ R.qBB. — 46 pg23 4s S9 1i1[i!J1 S1!' a i q! IRS SHALL OJT RE U9 MIA -REFLECTIVE la TO THE PHTEOEJT SV go . ga 4i /- 1 ! ; 4°=y2 s mliyR g ig.R-" 1 .i g FA 3 g !tee '1 R I i i 1 ;pI!hs €x 11$ T i T i Teras ArpmHrtmi f Ttcesporfdlon r,wn m.,mR, q..n.. BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS STANDARD 11 of 12 i3Cf117-07 Elf EE agn F !jjaI 9 •• M e f Dg 3a HUM _ .re a WORM.DEMMK'RAM ate. �. par86 x128 worm wow Ol STR 870 PTCI, E,2 ROAD LEOPARD ST. TO LH. 37AMR (BOND 2012) — REDO CITY of CORPUS CHRISTI TEXAS Wpodrtwoi of Engineering Services , NI `"."`, „ ; a, a4 •r wa-Acv RR. 561 x.- •, ;. ' * 4 ° -�-- i " V g i B&C PVMT MARKINGS STD BC (11)-07 (11 OF 12} wwiimc 03J1.r20.6 F. R'WUlI -w - fuwe x-ecvi. ....me-.xm warms �: 3'3' q 1 i 71 a a s 1 0.0 . / i° ° m�n I. e I I I 1 I 44 ° ° °° 1' I- t° eeo a e ° `�r"a p°a :ie F im°$ a ao e:0°0 s r u i i 1 3 i I 0.0:: ,° ! m '4° r° ° 1 I I 44 . °g e!°S g e a oY :4e4 f la �� s i = _ s g i P �. "7ie S f a 1 7 I I a°0 e \ $° po i o i° r 8 0 ° I I I 44 ° �° ° m Y° 0 4°4 — a —I. qq 1! d ki 3 5 =g 2 E8�,g g 1 SI amm g V4 i m ° ° i LI, a° a 0 S' Y 4 0 q II ae i '.- o 4 ° g ° e4 R 9 8 -O z n z a 6 5ki31;11i a a%i$ liflY 9II'dag71 � !fig: a a 1 g IL STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS w• . Tsw A TTW. n T Cottons o01JBLE ♦ re • Lo o a ix r,«y ro a' e o a aeo c' o a s ND-PASSINGrournaum 1 LINEr +to ix•= 'V xe EDGE LINE -A c11u SOLID C.11INGLE S y e o L I NES No -PASSING LINE"Umt } O _ p• . a• r or,.swa TIDE fff oo .nee, o.� LINE n o o0 OolOo 1._+a' BROKEN W.., —off-1—so• , I -Cm:. -w f TIP is re x WOWS LINE X40•. «... Wo•m• w or TO ler Mon lredl AEIO4ABLE UAW INGS L11 3 rTaws Ooprimrd d Trareport Npn BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS STANDARD 12 of 12 BCO21-07 • 5li Vii;: #� 6EEh3i ma°. pa oo K.�r. are K � U Lp%7 ;al CC a n o. zi VP co m s+w 87 a i28 svra mem y¢ STR 870 Wx 441CC+C1p94 CORPUS CHRISTI TEXAS or Enginee.rnq Sen;ees lgA�a t == o n I. a' c -.F. ... 55, °•,•w� . a' ??" s F. o ° q .4 - v CITY of o.nan.°e°r .ioA1m *3/14/2416 x%."1311-fw ,3 i - S�S Y$i3. Z i � g4� YJ a Y@3 PA ii �$Y p h 4� §Eg aq ; g 3 "� d g i i- se' s`• a lY F p 1 i 1 ° b g 145 _. b 3$ Y.k 11231 s i.4-1 ; e 1 7§ si . 1 x a� tR 3sQ_ ' a ; g gt ��_ ai $ $ _ 3 :E`l_is Qr 41-01 :1 _ $ ]1 H Big 5 a S ¢. iib @ - a _ I. 5i a Q 1 a 5 a `_ = �# est �s s§ 1 3 5 3 Q� a i 5 9 ! gg� 1 $ 41 $S s FE 5 9gi FSq PjB i, . x_52 3 pY-2 $ 1F7�5 lg�ga 5 x,..1,•. '3 $2 5 la a ap8� i # t$9illi5 dQ� YE 2g= a 93i 5 2V A.9 A=sgi @39 a = r 1S ga _- a: 0 a 'W,4 -3.$3 3 y�»7ag5 �3g0 .1 s - iva 9- 112 91 s: qit ?5g 3 etE P} Ig3F9 spa -[5 5953- i S# g$ E R $ P 3s I r -CEP Z Fc �+ z € i s I 1 j - f eT 1. lil T: i Z d I74 .. rn Lel 1€ T '1 $I 4 r. 1 II % . II s a .A Qa l •III' D 0 O O 31 N € Y 1 r, DJ a v Tir 7i- r*, .'QT 2 II 2 r. e. 1 v t l n rn 41 m Ern aha 55}a 3$l 1 'CAI011 11 1 1 1 'C,Kjll 1 II }I tr,} 1 'OA 1 II • gffl- t4 .1d.11 t 1 11 11 1 I II I 1 1 1 s ESE gi' s HP��? E 9x a alit IT i s - g59 -ail i1 41 ! 1 '� L I 11 11 1 1 I 1 IMI I . 119 1 11 I 11 1 11 1 i' 1 1 9 1 1 1 %g _ " II I 11 Y WORK ZONE Si CENTER LINE 9 ND -Pt ~ 1 I i 1 l! 15 1 44 5i l 1- 10 E - Ell y 1 -1 E- e m T ` 11 1 1 II I 44 _ _ .. - - 1 _ i h ' -- _ a g - 3 .. g 1 `Si1'V' 1 - y E I 44 E 1 1 i - € 14 rV' _ -- - - -- H .8-1 71 sl E s a pA. m Z 8 b r ,-, a'r Trxcs DIP WORK ZONE PAVEMEN - -- - - - _= m. 7 . _. 1 -- sy.. s i rn a ' 1- 9 1 1 1 t - - 1- NGS PATTERNS ANE TWO-WAY H[G4IAYS 1-� -E 1- E E E 1 1 g . { s1 1c l �TN i �m N E w 11 1 -- 1 -1 1-41 -- E--4 1 1 1 414'_/,.? i ga3 q o wir88 N728 RWTI F MA STR 870 pl' FROATTf E12094 TBLBSB ROAD LEOPARD ST, ]TO IRE D377Y BONG 2012 _ REBID _ OTT of CORPUS CHRIST) 01,94.ment of Engirreerirg See, eS 4i.� K 1�111T7'�-LF' '""' '-0;; a,, ,. .14, ..- .4 ,+r' 196.3619 �7P°a -'* a 6 r • {. re . 1� PSE WORN ZONE SHORT TERM PAVEMENT MARKINGS W2(STPM)-O3TEXRS UoOATE0: 03/14f201e nim • ,277-000 - naxso 1,0,09SI& xc•ucoa nae .,sxs+ cC sun. 541QP1,e w: a m 9e i ti 01 (7. m • iLR INIV13A1 WlVM31:1I9 11V130 SUM 9 II s F 1 EE m n c Mr. L � ROTH OiRvIS E.. L.w $ €�€ _• g° � � $4., 93?�36� 3 "vi i 4 r ?alb • �� § of� 31 1 x 1 FOgg RA d g1 11,1 8 u 1s P e i! 5 b z a E7 Cr) i co V aha Ve TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID city a CORALS 8x81581 CURB, GUTTER AND SIDEWALK STANDARD DETAILS CITY of CORPUS CHRISTI TEXAS Deportmenf c! rnginperinq Ser•.ices W WaCR 0.5/11/2916 - naaw m. -ma ¢-ixsul .Maoman\ n rtf[ wmr nstrsnw nanW gami, oxi x/maws kx +u ou a e;r Egzo 5 Vi :m IJLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID MISC. ROADWAY DETAILS CITY of CORPUS CHRISTI TEXAS averelmenl of Fng nrn:ng Services VERI ENMAGINEE INC.A 1119.. LE ALUMS rr6a 1.. 1w Q 30 rem -ewe root !1i 144-33 IradUk 0.3/14/29.6 no oWoProm-em - Tuma !em% 14 e- rwla[o .+w u Mx w+oear ecrra..c Fume oP idn vu or io/��I]v�e Rao r Batt TUL0S0 ROAD LEOPARD ST. TO I.N. 37 (BOND 2012) - REBID PEDESTRIAN GUARD RAIL DETAILS aCerinda CITY of CORPUS CHRIST! TEXAS Dvortnewl 01 Eng:nearing &were n anclonarn F. GINE r.veriarrrgineethgerne. almr. sal an mans aral. bev i e -nm era-zlw S uw.,;¢ c3/14n011 av-too - nwo raar pol. is -oma wrueenl.® roc x t Q wm,Fo rrc 'a.4 mxa a. 10,16/ 2516 &I4 w ie 2 A- is 3. .r�irl. ParVailE 1 We r lM.17 "RITZ .9Z) H1OIM 114YCH ADJACENT 1 FENCE HUGHT a ROAM we v TOLOSO ROAD LEOPARD T. TO I,H. 37 (BOND 2012) - REBID FENCE DETAILS CITY of CORPUS CHRISTI TEXAS Deportment cf Engfneery 5py;ro IM Mark us Rut uaa 11-4s. Ma. SIM >.a SK mra. Dana rx TE .n 41.-356 3.1-xw �voa�m� W/"./N,E, NOW Erie atiaSw : jilt pp .qaliti a � g ASII 1. 1 C„ot z C 0i I® r o �s o 1 ® IA ok Aa .. a �! I n o Ak 1! $ 9 g Z o Sy = i}n 4a �? Iii .ZI ".i 3.. a mLI& m 4 c 55 # li 7 e8 sif ffaom� Soap a m n' 3 m Itqf a?(i-to p ; 151 (gg-4 y kkilzi [r ,Y i ,C Alb' IliF 9 g$gi Llf{ri 3$ xL� 3€. �� I,` g L ats- v L El Lk 1 1 6}fs .'6g 01= 7Mt 4 -la `a E.'1 91 1. it p9y 11 jk er Jj ` C iaE�FR@ . 1 i x �Ma 4 �a E i �� 1 cvfseM d iroAspclRatitO VTING DETAILS 1PDSIDE SIGNS iLIPBASE SYSTEM ;MDISLIP-D-O8 o=®o we or,campt w.c w - r Iw p1 e ti C' ru TULOSO ROAD LEOPARD 5T. TO -H. 37 (BOND 2012) - REBID CITY of CORPUS CHRIST! TEXAS Depannn.t w Engineering Servicesve:' a NYEremERE G 0N°'g"" i3 "° t,N 't rem "' „ ( rr8' U 5 u 6.., TXDOT SIGN AIOUNIING DErA1LS SMALL ROADSIDE SIGNS TRIANGLUR SUPBASE SYSTEM SMO(SLIP-1)-08 Lwuom 03/16/2096 nk & d WNW. fi 'L NI 5.NM F - rdlill FAWN i■ oo ■ I4 ■ fir_■_�_ u IIIIIII MIN $E Ilk- IMR■ Mir E ! iniai 1 7 r i q -�: wusrzn: 03/14/1018 ,ca j ) ■ .. - - 11 14. f if-, "I! 2.1 y _ fjei 1 T T If FP . 1-4; 9� T /.. " \ - 4 , , ir 1.!_4, ` 1 4 u-.1 E 3 I SE ! 1 ,7 111 1 _—_, x {� I if y � `J ` yy jj H111111 I- s y , , 1 _i II II i_ 1E111 MI _. § • 11111111F. iii I�I E li i $8E i� i -`p g( }c m�}S. �. el a. q.; Ili r 211101.-7-065 D}a Teo. R SIGN MOUN SMALL Roo TRIANGULAR Si Sh emu 4a 1 2 E t � t Fjid qqi}fi}t 1:(f! F 111:1111N g I til 5511 iii4 �3Y$ 1 "- 1 ¢ Y 7 , 7 cE a , �S7�44 =' i i4 eR ,Y .lit ¢ gF 7y8,11- 112 P» a �i - sidr 95 x 128 MOO bions xi STR 870 dM1 MAW j E12.• TULOSO ROAD LEOPARD ST. TO I.M. 37 (BOND 2012) - REBID CITY of CPRPUS CHRISTI TEXAS Dopar .or of Engineering Servkoe 3 `�`' WO/ERICK N INEERRG INC. ""'"-'ral.erge"@r'e '°'" �" '"° I,:- Tr.: *.• ty � a a 4, - i{° @ a E § TXDOr SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGLUR SLIPPASE SYSTEM SMO(SLIP-3)-O8 L OAI[m OVl4,1171i5 ,,,�, aw�n!n.-em • IMM] �ewm+a re -rte - rr pp gg 02 Y4S A_ig , A i1•F3' ip { xa� a RE 4(3 -11 th r p�4 _ iy PP ri 2 p m§da** V V 338'_8 '9 13 i1[3 p d gi S=;a 5 ¢oi 24r h a i' 2iq III! i S e a:1w Tbfl qg�� ill 9i- ,cY o y ,1p i s n i pY p� [j 3 Y A gE 9 i s >;p I s p 4p4 4 1. Q z m _ Co CP RUNE AND LANE LINES ANETWO—WAY ROADWAY r•,t.,,"°'m,� R WITHOUT SHOULDERS ew'"^°'' pis p i =g i p C I, iz i f p 3 0 _fl 1- .ANE TWO—WAY ROADWAY WITH OR WITH pp Md gn PS . n h iewe Who ¢.a• 4,n a. F k AA 1W EDGE LINE AND ONE—WAY R WITH GR WIT HOU YIELD LINES sra rz• HF — Fr -5.1 "' 'IV VVVVv WWI mm cmu w w em [Seilia u 5545 .Im Ir VVVVVVVVVVV nE POSTED MEI Ea. 111 Pi LESS MI 1.111 IIII'I sl a i 3s i 2 a ¢ 0. $ 1 I EDUCED SHOULDER MIDGE OR CULVERT or I. NEW ftg4 11 A # {y Yellow Edo* L,m 4> 4> ,4. hews Lim LANE LINES ORDWAY T SHOULDERS . OUT SHOULDERS $ ' f j ggq f5�Y !5 ;p aI 4 k n. 5 ilg d e f T Dep PAVEMEN .,oea. 011 Z. i I �. - 3 xa�.•x :As§.'ash $mn gr, m �.gygRffi xpR Ys 3 DB 4 RR3 a 1 a p t.- a s --1 ! F2s F. g4.1 S { '0 g jV4 ! ; 0 1 f Ili i g ,,G i p —j 2 © A S� giy =., 3 79 i� N 9 i _ aa E' O ii Ear» FY` prgeoi in sun ~ It.*. °" inr ®a R.—Lia{ �11rn e dpz 6 TULOSO ROAD LEOPARD ST, TO I.H. 37 [BONG 2012) -REBID iliPli, CITY of CORPUS CHRISTI TEXAS Ue-rz o.:omMI a aryiftp-my St.Hcrs `y SKr$ «c - ,a K� .... x. "'"� if.t•g S •• f $ "" 1,' Y '. a �." ° 4r 11 61 X TYPICAL STD PAVEMENT MARKINGS -PM (1)-03 ,91:6.E[k 01/14£201.6 a•, Nss!Y�ws I REFLECTORI2ED PROFILE { PATTERN DETAIL YS]xr..FfltF11T! mina flf T wn]Ms le - IA . k 110r I. k Axa. REFLECTIVE RAISED FOR VEHICLE POSIT wutt•.• s¢ csrxl46. oxx = 0 00= CENTERLINE PTDR ALL TWO LANE ROADWAYS ar TA.,t !-�1 a o o =o ]A EMAIL -r i=1), CENTERLINE & LANE LINES iw m°I FOR FOUR LANE TWO-WAY MIGMwAYS axl��so-l�! _• rm. r3 -!r CI r Ismilmor"' J- . ................ DETAIL "A' DETAIL "D" DETAIL "C' 8 yyyy qq�Y� RYB6 -a ® V R1 Q y y 'i '�x �x-I A A� % t xrmeraur TrmraAcd1ADan ]P a a., TAS... UIDANCE USING ) MARKERS IUED PROFILE 3KINGS PM2 -10 Sy Y al VI N r ... WED 97 a I28 WOE MINI n STR 870 p]r !1El�w- TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID 40.1 — CITY of CORPUS CHRISTI TEXAS Aspnrtmgnl a En91*.i. 9 Services.• Nq �L iV.C1CC. �`"`"'g ""n'", i w goo. war. ,dssi.14_,6,a :,8.6.1.,5111 an '. 4.A. t: 'o i:''.'. • TYPICAL Sip PAVEMENT_ 6AARKINGS-PM (2)-10 UPOATER WJia/ZOf6 nur ,sxf-fro _ n,Le _6E� ruw.se[rs.is nxs. sm anL,cxe uu�awx.ru rs,. .J I 1 i 1 14)I ) ki IRgR QiUS` 'P.M 1p[•YN NOA•SCk44E1i i -( -, cryro WAY KIN %DARED! ,,.... w... rai I • s D 1` AL TWO -LAK HIGHWAY INTERSECTION WITH LEFT TURN . TWLTL AT ONE-WAY STREET AND RIGHT TURN AU)[ILIA I I) HI - � I 1! —8� r € i 1] .� 1 r s I .01 - a i A 2 RA* ..n0 .= Imp r. .11 .4, 'Pk. IA. i. Y. N. .,,..e ,I..,. ft. SU TWLTL AT TWO-WAY CROSS STREET AND RIGHT TURN 1 b I I all ,I g' 1 I 11 L o s s 4 a I P I Af r F 8 m _ a II. m 3c il, Igor YNCR CROSS &THU ii 1 I} i-- I� 19 1 4t p 14-i as a `� !I :1' !I:fl -1 kii �, 1 �1i i : 1X131 ecri +� Frmw Deavrmmr N rWSPYWir. PAVEMENT MARKINGS FOR TWO-WAY LEFT TURN LANES DIVIDED HIGHWAYS AND RURAL LEFT TURN BAYS PM 3)-12 li If 41T.` .k; §a E Fq"} �f � F'UIff'1 c7 rn � � ri 11 F t y1'i Id s i .14 Sp iF�€Fgg[9 P 1� ■1101113111 y1 2 �i � 1.1}11 1 ? 1 ! i ' MM. MX 1w mammal NO Air 98 d 128 .[CO 0.104 ,w STR 870 TULOSO ROAD LEOPARD ST. TO I.H. 37�y {BONA 2012} - REBID CITY of CORPUS CHRISTI oenurt.rrenr TEXAS €rig:neerr�ig sen;cn ? IYI , � , ..- „ ; a`R .r„ ; �, Z.7: " `r -'M` 'x ••• r. sse-.t V. ^ k . Mr S s ' £ ; 1 u i TYPICAL ST[] PAVEMENT MARKINGS -PM {3}-12 uN3kint 33j1./i0.6 , uVoI 122I -w0 - iu0fe gigs �� n r 11 0f �- @a' { r • w m rLlik m x ti A S t .. N Z —I 1 igo " R HY O CE `gaygg _ B_ . A 1NO a A1N4 1111" o 0 fF e 1 0 iI- alc7QI0. g y I g7 in <II 0 $(0 :1 $i I I _j 0 1— e a m~ m = 2 3, 33 I- V I, r 1 1 awl _-c EE s 1 ; � $ qgqg i9 3!39988 � ,� a If - *� 9F ❑ n r 1 11'' s x 8 E E S $ 9 , 99 a i z I4 1 ! _ d0 NU ti Y[3� qqi 9 y 7Y I �, II V 14 i- 0� i.3., -. y aFCg PAg RLS Sa ``.W = iY L- { efll 2222 1 ° fir M A8iiD CTe iiY°e- ❑ I 17-1 f f ai l' z,-..<.,17, E C Mm S i g a'$F. $e 888 $; a , g O I [211I [ lerebbli I. eve w Arr 99 x128 wow aewwc ALL STR 870 TULOSO ROAD LEOPARD ST. TO I,H. 37 (BOND 201 2) – REBID —y a = CITY at CORPUS CHRISTI TEXAS Deportment PI Engineering Serrnc r 7 Y 4L��Cx 1V111��1� aTvtIN c, we , :tr-1; - m, an i. -An Mc MI 6141- 3.1 j ' • .IA ^ a '�' ,. - 1 . R SZ TYPICAL STD PAVEMENT MARKINGS—PM (4)-10 urcnreo: avulxers mF. a, 1-51H1 .266 061 11,116. f 13,100 Cm Or CORNS warn wnrvnn m,exx, moms.. wmm a+: dw O.u[. Ox: •W 16 .1 Ali 0 a rip gig I rgi NEES n naly c7 TNLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID CORPUS C11m0Ti DRIVEWAY STANDARD DETAILS 0 3 CITY of CORPUS CHRIST! TEXAS D.portment of Engineering Servitee 11121.3110.13. NW Meta dt .1511:65111210 r4 „ . ,,eU,7�od—.y HH -e .mom u 4 u N,,u .0 a t —44u4‘413u4 a S S p IuI Io4' .P*. amw :47.0' 33yy� naly c7 TNLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID CORPUS C11m0Ti DRIVEWAY STANDARD DETAILS 0 3 CITY of CORPUS CHRIST! TEXAS D.portment of Engineering Servitee 11121.3110.13. NW Meta dt .1511:65111210 r4 WtAT ; 03/14/2016 c a I36 aM1 d cavus cnigcc scvovry , LPG ALUM et .An 6w2A 3l bolo !s 83! w 3 ii TULOSO ROAD LEOPARD ST. TO I. 1. 37 (BOND 2012) - REI Dix OF CUFTas wersn DRIVEWAY STANDARD DETAILS CITY of CARPUS CHRIST! TEXAS Deportment of Eng:seer:ng Services 8 +�aac0: 05/14/201e Fir: c\ - MOW .0r0\ 2[1,4 RE nwND-OnrF\se-gym cn m mus c..se STM9'N oer cn* u*.rs.aec Plan n af..,�., w��. ,,Hums A 4 1 maqiwi 111 >n TULOSO ROAD LEOPARD ST. 70 P.H. 37 (BOND 2012) — REBfD DRIVEWAY STANDARD DETAILS 3 M 3 CITY of CORPUS CHRIST! TEXAS Departmen! of F&gineerIng Sery ces 01 PIC. 4:‘1.0,41,47+-!00 -'mum [.G PEWMkw 0.fm 4V[P srsn¢wca [n OF r).C. F OTIU? Br..9rn ax�a 4 ma �1 t4 '�tyµM1 /21'4ri .--1 r y III ,:.. l'. 4_I oI F I PERPFNOrULARTO NE TV. RFINU5 CT 'TArnW +N t e g r 84 6` Pim h. 2 % I l ii 5�� IRIP qb IPro C ii II FLUSH CURB m x & x 33 I � _3f Q0) i R , ti TVLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID , CITY OF lam CORPUS CHRISTI MAVERICK ENGINEERING, INC. PA+nm a++'+x cvm ,a �� nrnmatron, 44 44.4 run 2111 e.9.1. - Erb ,g 7 s �. e� a CITY QF CORPUS FftISTI PEDFSTI•A . .. CURH RAMP STANDARDS —771-- TEXAS"g _ cny:neer+^g Senc�z r-ew - nucca cnnlpo16 161 106 GC Ro[:nwl cwa wn (• ar ila.a %Polo oJ+elmia a. w �t Z 0 c M1� A Agp iOR 6. 50 8 Rh 6,4 mcg« w. 661 TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID CITY OF CORPUS iC'IISTI PEDESTRIAN CURB RAMP S1ANDARDS 2 OF 4 CITY OF CORPUS CHRIST! ! TEXAS Deportment of €ryxreenng grre:r.-- flt,,a14.111.1121-59.4 - MON 16 111-9,3641114 11191..41:111% 101-0. CC. PIDES1.44 O1 RWSPRODS 4 044 ISI NAT. 13,1 .114 GARD 111! 111/1H12,016 &42 SIDEWALK TP.EA1 hIFNT AT DRIVEViNtS 1 , • i::‘,. .,..M. Mr A / \ 61 ‘/71-1 - i„, .T ,..2. wim ,t1 X3Dil,011 —114 R ci3o TDLOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2C2) — REBID are OF CORPUS CHRISTI PEDESTRIAN HAW STANDARDS 3 OF 4 CITY OF CORPUS CHRISTI E TEXAS DeporFmene ,f E.17,,Cedn9 Services l‘v5iTISARNE 6.694,944.64riaxagialear.g.e.er 111.1.k, r16., r 494 1116.94, 5111:1 YAM 291 .4. N461..41641 Me 36, 691-33. ,13. 161 191 .19 .11D - 901.95A ewwo,= a-orsc9 n.•As.ffrx.,,,.. cn zv Vin ny n WI L �T m Yy , m T2 ,n1 y m zz 00 —1-0 2. q� S5 , c // 1 4°0 .aa aoa rn 4 ZO coo nm rn �n n % m y a. t� m z N -0 C5 ti �m A m z @ RP ➢ + a e Frei ?tea g "aP ; Res"�tg�a g i$�gk�s I, CO ti n m 2 G e 4 R, ov, p T A we sn ms a x. jJ ,� is a 1I [ E! f S 4�� • R i�: ' g Pl. A—A PRDUGH CURB RAMP oO z�Ui z Mn 12, T ro C z K 14 nn imp Eiqj 39;E 42 r .. 'L ...... a•rnom .119119 MO WOE x^snn -... ry 128 ..xttem aear::.-a STR 870 TULOS° ROAD LEOPARD ST TO I.H. 37 BOND 201 — REBID [ 2) EBD CITY OF A CORPUS CHRIS Q aig , INC. ezm .fflusrvarickeye�° � WC Mk I.:9.5 0.115911,3401 ,., eoe nn axs pq �^ s I w€ tiF US C-II?1ST I 0' EI]FST Ii IAN r'1 RA11P STANI)ARI)SMAI 4 OF 4 �„4. TEXAS 4aew!'men[ ed .Engineering Senor, ucwrco: 03/i4JMi6 n. o:uo,n,o:r- - UMW w-.ouu,s OE-ossnx MP an or « s,a,«writ sa.a..o m.rssw no*,m e.. WA. o,ur a: lcv.ann,a 1 • 1 1-ial Iii 11.41.... dirma..6 ...to 91 2 TULOSO ROAD LEOPARD 5T. TO I.H. 37 (BOND 2012) - REBID Ctt1R&$ B.w6n STORM WATER STANDARD DETAILS 1 CIF 3 CITY of CORPUS CHRISTI TEXAS year;man. al Engineering S1rvi1es upwreo� 03/!1/2016 m\m12\It17-san - ! C %AGM R-oaar r.rs]art+s,i im cm er C.L. MOM avd «o ccr.upa nano, e• .r,.. o.au Ol .0/19/L116 an w Sisson se mks TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID Cn+ Or CO.v5 0.511 STORM WATER STANDARD DETAILS 2 C err an, 01 CORPUS CHRIST! TEXAS Deportment of Engineering Services uPOATCO: 0311.1,130 IS ,Lo, r„-xe - mew xwmmie rcrec«-, n .vnmloam an u u owe, So LP 10/ 1,3[111 PAS OW 1 OCOC TULOSO ROAD LEOPARD ST. TO I.H. 37 (BONO 2012) — REDID Core Or CORPUS tHKsri STORM WATER STANDARD DETAILS Or 064, CITY of CORPUS CHRVSTI TEXAS Oe➢Q+d+r+end yr Engineering Sernces 3 71 i € i gg F g L 41ppp F, Fp 3x yak k,, x a ai Et d i.GiCR Mw ixfiovrm Pefl UNPAVED AREAS PAVED AREAS _... _ C 4 S 8$8 4 y 7 q A 11 k 4 8 OCOC TULOSO ROAD LEOPARD ST. TO I.H. 37 (BONO 2012) — REDID Core Or CORPUS tHKsri STORM WATER STANDARD DETAILS Or 064, CITY of CORPUS CHRVSTI TEXAS Oe➢Q+d+r+end yr Engineering Sernces W WTEP. 0/I./2O16 - nesse M.A. 4 -DES. .0.414 I51Tm int. ssr •+o TM. 0.0.11 rosew ROPE iWTO/101d a TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID MISC. RIPRAP AND TRENCH BACKFILL DETAILS er CITY of CORPUS CHRISTI TEXAS Doomovnl W Enq:naannq Services lYll rlG¢MdCIS. KOV640 F1.110•411 eV/ UP 'cue ga/ I4/zO+E rwFrva,-es. - n.om .O..ve,e .1 -mm mi.. aff a.vem maw' 0-0 1,.....60. -RAM RMID a. AM em. a. I gI.fa 16 e.e vx p v m m yz i51 a ~� ii , ....... 0-,, A 1 .1, ` 1�el I, 9 ,, $ ,..1.......„ lr::a■■ ■■1i....■ .-.Pw x� 1■■1■■■■ a a eafa f:x:f:f: s• a I■■11■■■■ 0000eaob '- 4V, •a mm lN1■■■ .e. . 'LI •a fffffff9: vs. ; &a"a n i''1111■■■ INEINNEr/ ,.. .. --. aveaaove a u-, R! v; .■11■ { 8R 3 / SR 4` p .■1simi1■ 1� i .lux YR- F., ;'' o Mir o o _ . 4 6; P. x. Ian Na• fagf E3a -m� ,€ �I * ag } III �8 �� III A.,, a ^Ig ,1 _ . . )° r 6 2. m -t:- $g' W - 1 1 7 y VISS -R S4F 3Ry R nu4 5LON CALCULATCpa$: si 1411 a. l.iaa we In Feet, 25Q ogena w•r5 Moline • 13.1 In=!gra eN14.-e4r ryi S 4 rfnerr.e M Wit .1 knarilei 0.5,2a 11 i rhe+i ea 1 erw r0. 51 100 a 2.055'2 10 : o R r mor, Vvlee - erk 13,11 = j _. r •14. pra r` 10 1 z .s.wremn 1.. 2,1 < 007 D OCA 0 0 C Rai AR e E. iR 'FsF. 8R-3 qIRF V F tF. 8 €A3' 9 2 'ya d id°R $ gY'�'-x€24 S �; ®gxaRS Pf.PPg T £.00wtlmxOd FnmmalN7drt d N [ .e. CONCRETE W[NGWALLS WITH FLARED WINGS FCR SKEWED BOX CULVERTS FW -S - a§fs3R g8y4a9RR R 8 a gORe^Ra"R LITIV R�P; d�4p'y8 Ra=g'2. oa g2: 1 0 $$ !9188 S�y3 }�aRBR Q3 a sP dF$a�d Y @Os 8£ 1 ; P:z . 4_e !R.e- . Q RRyY .i3 43t ,—:r S.� 08� ��8. `d�� a pp_ 4 e g F a"? §'' i �'d4 �S 3 083 a S #$5' . i 3 � y ay$ So 4'�° 2..(R L : !: i.81 8 RB ..? $ yea &, •'_' 4B'�5g.on,' K ggli 1! g : g9 :S C pi ei y . bR y x11 d=q 8� °[ 2. a4 3r'. ° t o 9 S 3 4_ �� are B. eew� ' � � N x' 7 CO. ti m TULOSO ROM LEOPARD ST. T4 I.H. 37 (BOND 2012) — REBID CITY of CORPUS CHRISTI Depo.Pmw.[ of Erglneseng Services �. .7' IY1•_RICK xM.vGAIIaE�F 7RC. . amp. '. a 361Ide Mal ra. 01 10f0 , fig }'�`.. $ f ' 6 1 CONCRETE 14WINDS FLS WITH FLARED w wyffiflrfe.-we - nwte 1C4P101 +.•.\smrrit+w-!.e war so. calms Prem P. ...O.... Br 'WWe/e.e PI Pt irw*co- cana./mre r. c\rsaulrm-xf n.bm new\m. - awr .w\m.clue-.ie WTI em e.x n MENU w SO $ .Pen,a„di sovmmmmm w@@,,..e.o. aaa.mmm Box DATA SECT tOH D.h€NSiC.5 1 }li 1 I RE] NFORC]N(: c,A,t+ Q it} ok�ggq�qqq��s ..,. . .,. 44 Luau e; xN., 2p2u-4-4-4-4 - omoW... -0 H a 2 qg�3 mmwwa. - >. ww gm .Meow mm.. t., F. PPPPPPPP PAA PP mmww.rvm °0°90 PooPFoPP Yv".23 3 PP.PP09.P '3..a-.. w'61 ,. wmm-.N&'d PPFPPane ...mwa w -.m wrvww-n=u� a aPm Pm c--. ea e P P PP ....� F •: A P y r P P 099oPP -.. w y- yS•_ PwPmamAa mew A. " g . m m n ■ Sg �4a mmo�i eI�Tw-c i�q� JER CPT PA •A,• COMP OPTIC. 1 FILL HEIGHT 2 FT .AND CREATE; CX)) y • urn s rw nab -a� U ^a= � sa d Texpg Depar wo T(E SB SINGLE BOX CULVE PRECAST 6'-0" SPAM SCP -6 FLi K.... r "'"• `e Pr ®..a sm iP2,} 128 NXIMP Num Ha STR 870 cmr .m�cismx TULOSO ROAD LEOPARD ST, TO LH, 37 (BOND 2012) — REBID_ CITY of CORPUS CHRISTINS TEXAS Dewfr.n. of Engineering spa, MA RI((� •” '""' �' ;� MPPT Br Orr OPPB ", ,f •n �. R % r r �. . SINGLE box CULVERTS PRECAST 6-0 SPAN SCP -6 iow?!b! sf i 4/20,6 ,.a wsuuusn-.o, - 11.99 .nwmie r..nme, • ig -, T _ ,.T .v S,-. .. 1111, ... 1111..... .�.,.,-.. ..,.... 91:91 w A p� sa a'^ .i4 .1 r rn I g e ® ✓ a � Y y F s i ° Ig 6-1 13 m"' F -.1 ` a Re T.--,., dR iia �P aS ' �r r- 1 N p�dg I � �. L f S is ; ,2 a m r o _ a ,08g" ,. & $R � •: +g z -, .+ q a .. n d1 -1 $ 1� to .. 9R- 3.= F� -R - S z s3a� _ y 9 • wro x.icr., - p x 4 d .non To I3 7 4 R ,' P y m 4N OF SKEWED ENDS g - .. �1 i ros � t -, ir _ Ki �gp' L Ii'Ea C 8 CIlki�°x° 8R m° n :m L I�� 6 0. cm s ;n @p ge h.y! i� ;00 s ,ll C_ J21 14 .. ri I T L2 .91 I 7 LD Cao(5oo ,.. ago tagg i ! 1 o � Ye , gg .,3 {°! d Rs &� 3� ° gg 8 5 3 ga 3d 2' SY �& Vii 2 i i. _. d$• i 1 Y © R a5 &=g s i Ria § 3gY .di 2' Sda $5 #3 d4Y 2' g 2' ®A 0 o o a stlnYaYs 1. Y aao vR2 ES 5$RR Ed �9 i 5 gSY &Y~g SY3S ,a Y d 3 & e e o rq =,, Fad 41ir gig -G E.�S 5 Y ii Ey gg _p¢ TS" a Y m 1-- X °4 8 58ft c•=�f � R$3333 'R �°6 S ,�1i 8 �da� d p�` 3 RE R e e3 2$Ys' " 8 a& e' 'd !I. i'°. -'S 8 8aY oS a3 S ggY. p- $ R3R3 pm984 d Y d 1n� $$9 9. �RRg �8 a � i ESRg; #q y g B d S gSg di -i $oifla ' o7 g"- i..';S e , r F2 :994; Y. i - 6: ''") i -y $ Z A m m C7 4 e a C z 0 N 0 V y m -2. g Er r 1 N i e _ i a•R�� ! ,6.?9 ,.. °'�2 ip- YZ3 4"- °o• a S oS R .3E a 9 e$a - "£` aS ,° ! Y gT2' ' g¢' ;R . veto �a9 2' da 84 ! i 2' Y .a Rana go, qg~° 2 gg o. R.8.; - 03 g +i� 'a3 4g �oa�� i 8 4�°d ; . ;b a '34 {T �Y Cit.,- p .��§S R3 4RF R F S d �3R $ g d g! gS �S - '.§ .3 »3 gd `50 idgp eE e5 3 SE PY I. KIMMPI ..un P. """,•' -i -A ggg y, CO �, ,j 1 O ry � TULOSO ROAD LEOPARD ST. TO LH. 37.x. (BONO 2012] -= REBID LPNI�■' CITY of CORPUS CHRISTI TEXAS Dtic°.[m.nf of Engiruerinq 50r.K�y MAVERICK rl ENGNIIHING, C ,,, vi .., ,,,'' ,ee -x.. w z ., ' ,� •. ! a -' 4 2' ' ,- � �' 1 ,,. X BOX CULVERTS PRECAST MISCELLANEOUS DETAILS SCP -MD UMATEO 6l/1./0010 Rd: cWOYI x1'+ aw - 88000 4.05200 54-1090 FN20-Errsv00 m 000 OE,H.S 4", 1 08 41.12 00 X. QV. 00 00!0/0012 845. } 1 4855nn no. UNE TUL050 ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID CM Or CORPUS .15611 WATER STANDARD DETAILS 00145 [40121mrt201 04041020 00120 4 BACKFILL 0044 EI,0EE2IENT DETAKS MEET 1 10191111 CITY Of CORPUS CHRISTI TEXAS 041251,4 or Engineering So -Woes 12CAF 68.58.5 n10 0* mw40 20 11114 4,4E4 �1E, 351 .155.0 PAK Sol ase -5534 L4441Ea: 43/14/2015 14 e�,p,4,� - MPw9 ern TO 954343 4345.. (4 Cr 5(4x5 1444514 n: .uu uay. au; 10/15/20415.•E 1 0 EWE op V � � tb 195.2.01.1 TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID cirr or c4611,5 CAW. WATER STANDARD DETAILS 'RC Hr01�TE, uYMF px AND LU SaEEI 2 M 4 1 CRT/ of CORPUS CURhST! TEXAS Deportment of Engineering Services MAVERICK ENGINEERING, INC. »morde/werra engerwrOtecr,n uPOATCD: 0S/L4/2016 Dt MVO, 22 nam xa��oie I11 a. 1011 gee TULOSO ROAD LEOPARD ST. TO I.H. 37 (60ND 2012) — REBID CITY OF 5 CHRISTI WATER STANDARD DETAILS YLuLSTXos C..HD FEM.. FLOC' KW. CONF€CTp49 k rrP. VALVE WOO SHEET 9 CO • Ilyierrn rOTE CITY of CORPUS CHRISTI TEXAS Deportment of Engineering e.nsces FL MAVERICK ENGINEERING, INC • Mole arts, ix Mee F. fel fror-Teser UPDATED: a 11/201 Pv=: 0 \1512\1227-550 • tact .anm,e 4 -Gepp. PIrn s,.ry-,1s erµDwa DOER a,.,, aa! To :..,cc oc*.rs re ELDRED ar:sr. awn, u. ,W!b'm,e &$0 ,H V Y. TULOSO ROAD LEOPARD ST. TO V.H.. 37 (BOND 2012) — REBID arc Or COC,w0n WATER STANDARD DETAILS VAIN To S*210E DETti15 AND MELDS SAM OPa CITY of CORPUS CHRISTI TEXAS Omvartrnent of Eoginecririg Services u"15'' m/i4Jmie n[ ce,tolAacn-em - ansa 1, rsor1 \gxminhlae max :cows (1-1 Om, nun® en don gum me tam.. Me w k 222-222 o Ir{rlrl.lrlilr.,{ - 2 2 • . 2 2 S 2 2^ 2 U 2 2 2 {r{lillli{�{ 1 t.ittt&S.,T,T.S73 6-2222222'2g 4`k M.' ' 'o it 5 S$ i" A 2 onA IIIIAIIrIYI 2 8 II.{i{i{r{r{•II 1 1 I � — Z7. PROP uusnv nw 2- 2- 2 S 5 2 2 5 2 2 2 2 2 ORM TULOSO ROAD LEOPARDI ST. TO I.H. 37 (BOND 2012) — REBID CROSS SECTIONS (I OE 11) CITY or CORPUS CHRISTI TEXAS Oeaar++r.ent a Engineering Services MAVERICK ENGINRARNG, LNC: ,cam eersnaa e..mew ..a.IN a Fns. A awn.16- WPMey a MWf€D; 03/14/2016 Fee Q.eramonf-em - Rnew WAN'. 4-aon FIMMIEEM,11.1M EMS Manx. 1-1 t)1. e.anm m me. avmt uli 10/I8y204l e:ta ru I H g Ee 4 N A A Wg 2 V.Ee Oo v w m G •{131111111111.1•,1 1•It �IIIIIIIII111{t{{ I 1 — + FMIP gFIn44S6' • I k 1 g_ g INN FLR7 "" am r MP LLLJJJ FL.IJ 00' R m in O H t 0e m o N A R W I 1 . 1 . 1 I, O WO— 020 III.i-11�11Il11111111111II V. g n t H z t s 8H x g g Ca Oe ❑ N t Ct @ 62 x RR 1t1lll1I1I l lilrllIII I l F1,47, PPRP Y *TR F4-4};06•. 8— '..IlrlA4in } m g ❑ N A W 4 g N } w R I— kea TULOSO RAD LEOPARD ST. TO LH. 37 (BOND 2012) — REBID CROSS SECTIONS (2 OF 11) CITY of CORPUS CHRISTI TEXAS Deportment of Englneering Services MAVERICK ENQINEERIN12, INC. verrrrmreai,rcwv nen 511M9O1,6•1•1[WWM ,ban 1099 WDMMfD: 03/14(2016 .... �\ aux—Oce - 6010\3014, FE—ll M.A31.131 HRm =TOR .wTim M own ems, YO 14%IL/2G1e S • 0 6 r O 8 8 o� m R.49.}6 H.Sa 'NIR • - - — 0252.6 u 33 S At S 33 3 S ilililililllil�l1i11111�1� 6 s s# i t x N 8 8- PaaP d, CL.50.50 3g519.ia o— I S— $ +1,1,1,1 1,1,1,1,1'•1 X � S 3 k SU S A I S& 33 IONE er TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID CROSS SECTIONS (3 OF 11) CITY of CORPUS CHRISTI TEXAS ikpa.tmant of EngrnRe,r.,y Serines Le MAVERICK ENGINEERING, 04a Ina 61'OABM40•cvm ,weeim MOM. 6r .1-11w qo UPGATE4 US/14fT016 rat mootA1szA-e0c - exce0 1evoum. FE -11E261 IWL v+! -IM owes ammo I1 -11)1N4 %OM Rt Jca. MU EY 10/1!% tt Nf ru yy NA yy n W 41 Ln [] * t g 1 + 7.N $ rl•1 I I.1 Itltl+llllll!I' 1 _ 0— VV ❑ P%P YTP EL MUSS w 8 8 S N L& •I+Il+l+E+l�I I 1 1 IF+ f + f + f + t d N ❑ N # ! ' 11 ' 1 : 8— g— g- 8— r. — Pew a• um? o— 111I111�11111'I W u 8 fn ❑ N A t W u u u d m 1 1 1.- Ir1r1rjl11E1j+j 1 ITI 8 o- 8—ed 8—. yvw•sef . . ,111111111111t111�,11I, i I 111,1.1 1+1f+k+iii w m$ N S 8 t o N p m TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID CROSS SECTIONS (4 OF 11) 14113411 CITY of CORPUS CHRISTI' TEXAS Deportment of Engineering Services MSC 1.1 MAVERIK ENGINEERING, C. mew era pe1vcArv,Eintaring. cve• tow mP r-Im Porm-'"ME zi CNA e.M. Mt. uF4n1Ep 42114/201a ryi• 4ammr»t-au - Wee wO'wl. PE -4e O F1144.1,91.11141.1411-111 Leas fl 0-i 9.M9 warm m Jew wn. at townie so Ad Y m $ $ L A32333 g Ifni o 8 8 S w t w& 8 N 3 3 FL -4a.74 [1-.50.95 29.04 Tip51.11 00 O At A A 8 N t 2 g APT coTaans, FL -49 e1--arae G— P. T. am 8-4446 8— f...,1: $— a� IIIIIII{+{tl•1 w gg g $ ry 4. ..L. .d... d....3.._b..s 1 {r{r1r 1+1+{• 1. 1. 1r 1,111i1,1,14 0 111pl llll11+11 $ G S$$ 8 v 4 3 3 a�iu W u S N t & E 3 4 8 I3ng tl+ tl_ r G I 0- 88. S— S— $— �a- 8- i TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REDID CROSS SECTIONS (5 OF 11) CITY of CORPUS CHRISTI TEXAS Department vF En irmer:,ag Sa'woas EMERIO,-'. Fuiveerr-1. o I r-.�1 IP WW1 NWT TM TA OA. owl; 19141 ,F.a1-4 UPMTEp: O/14,12016 ite t\ 1fl1t7 Mt - lutes Nmaola M-PCX. n.t\01Ims\11 -o. 151011 eaarnt R-.11un nmm m c.. e.Yv.. ev. �pryy11.� u1T w 1 w k w a $ It] t S t 82 T82 g IIr11111:E11.1.1.1111•1II1. ftrii.W'° L� FL.61.06 O- g '— 50 1 _ ;: a • 1 I ��.III ' ++I ' I l l l l. l. l• i I Ps t .n @ N t ae t a N A Oi W O N A w W o N f v' m o s . N i g W S N t m t © 2 R tr — ilnMnd 2TR — 8- 8— IiEIl�11111•l IilliliEJ1, 151.,11.17 3510 8- ui g 85 S w t m m x N 8 2 l i t i l 1 1 i 1 lei q r h 1 f 1 S N t t 8 gig g g 1105 TULOSO ROAD LEOPARD ST- TO I -H- 37 (BOND 201 2) - REBID CROSS SECTIONS (6 OF 11) map. 14 CITY of CORPUS CHRISTI TEXAS Department of i.1 Wing S0,10.0 lEUE MK xYMIw nSiTa 1 1 1 FI•I•I 1111111/ t N t w t o r.`.3 UPDATE➢: 03/14)2016 P. n0af1aXiavr-aw -' 0 RQWV011 ,EtiFme. n0\a.11l+1e-,0. Cam 11¢604 St. rt}.un P1.1111611110 Jan 111..1 ut 1011001/ e. w 1 1! I r l 18 _ PROP O. WTH •. t — IYP,W'dY; D: — P.�x+•!•R1v 8— I l 1 1 i 1 1 1 1 1 1 1 1 1 1 1 I I A 4 4 S t` A i e 76 8 8 S — IA 5.2 gr W t N t -6% A N g [T [T O N t P N A 3 8 1'1'1 1 1 1•1.1•yr111•II ��� IlrlrlI11I1+4+,1,.1{{. ti • ii PROPvl.] IwE D'FM `6— I•I•II-y111111111 •1.1.1.1.1 1 11111.1 t t t 8 v g 3 3 g �4 4 4 S v t t t x H m TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID CROSS SECT/CNS (7 OF 11) PAT CITY of CORPUS CHRISTI TEXAS Department of Engineering Services c �Ia mow. 1111 .77 11 m 1161.„*' m„; uFrnrzo: o?/14/20+3 ne 00312,0227.511n - 3uem..u0p3.3 fl-? ! 13-124 CP1MS WW1. n-+133.3 na.m r Awl 4C 1 +?434-3 147 . IV u 8 S 8%$ x ,i, E+ E 1' 1 1. 1. 1 1 1 1!, 1! m N7 _ 8- 8 — — 3 — 8— S 8 a S 8 S u Y 3,. v o g} I f 1 �I + 1+ I+ I I i 1 I I.,' r l 1 1 r 1 1: S 88 F 883 w w :1,1.i I 8 � I I _ u� O 1 _ — rm FLN8.82 8- 8- 8- 8- 8 11 -8- 11lli111,1,111,1+4�f1 — S `d— a 72'6— O N A W a3 O N A O. m 1{r1�1111111�111+11.E1l1{� LINE V RN8.36�� t8888T 338 4443.104 MILOSO ROAD LEOPARD ST. TO I.H- 37 (BOND 2012) - REBID CROSS SECTIONS (8 OF 1) CITY of CORPUS CHR1ST! TEXAS Of Departmen[ f Engineering Services VERICK YI_ BNQINELRIVG. INC. 110113113141194311.3.314 MN 14.3414 4.14 IVOR RIX t . ww.- 103 r0 mI 444-3344 122wTE21! 03/14/2019 ,te .1.2911`, 1293.519 - n23212. wenaole ,s lais�ne-lie vmm �avn I1 -,3)+.e ego PI da« ww wl 19/19/9001 nn w 8 is A A A E > m m 8 Pk11 � �yxt ++ } + O to yy ♦ O + W E Sp A W O 1 1 1 1 q� It Ai Et -11'. tN 10 g m mo 1 1 1 1 1 1 1 1 1 E l f' 1' 1 ! 1! 1 1 • 1 •. • .i FROPrrm. PRF 2-18 RCP 19_ z2 rl Ii1+111 f i E11E1E111I r A© g N N . 1. 1. 1 -1- - 1 1 . 1 •St 2] -39.19 E .52.019 - -23.]9 EL.0 a9 21.11 n-F3.q-' g- 111111 i•I i i f•i 1.1' S N i w `d OFR 16, 00 k 0 Iv o m TULOS0 ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) - REBID CROSS SECTIONS (9 OF 11) CITY of CORPUS CHRISTI TEXAS newsmen+ 011 Enpinnsn'n Sernces MAVRICK EN INEERflEG, INC. SOL TEL: ° �°296-2199 IFoATEn: a3/1e/7416 naa aV.1*1 f -em - mewt. ,. R g3N nw.a. I1`-1ae CROSS SEM. O. OOE. nm,m m: OS. SKS am w/OM . t* SO 1 A4 G W A $ f A } ❑ 0 8 8 8 8 W 0 W S A N A 8 N N 8 8 D 111114.4,4,1..14111.III.1-1 1111"111111111 I4I4IJ, 1 0.d6 1 _ 11 1 i y1 I _ O- ❑ OEPTN 9 A-ICERN ] U UNE Q IX P°8 - Rn51.76 _ . rmP mro EL -53.111 n7 } pxev. e• wast 'VGr EE -um' t— 7 SOCII .w -..r. xA k... v-. I 114`1'111111111+111111111 IVIV[611i1i11111111 w 0 S t L A& Y 28888 8400$ At A to $ 2 8 8 8 S L A$ S N x 0$ 4,1.1'IIk114111111,J 141, niN s Ir LBW 1.r O A A A $ D N A H W O 1 1 1 1 1 1 1 1 1 1 1 1 1' 1 II • 1 1 1 1 I $ IVIk11111JIJ JrJIJI,I,J,1. � 1 I k 0 0 8 N S m A 80?. 008 TULOSO ROAD LEOPARD ST. TO I.H- 37 (BOND 2012) — REBID CROSS SECTIONS (i0 OF 11) or CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services UPR&TER o3/1e/TOfs �y ��PPPY�renam -naso ro�gia,e lie-KLSI �x��on$\ rp-U1 arae: sccruc 0-111cxv.. ert. ,y,erare ott w , 8 828832 2382 1 i 1 i 1 i 1 m m S ,v rr ,INF IN O !00 a 'e— mop arm 8- t1.' 1 .1.1'1 I I°1.1.1.1111 3$ 'w 2 ,A E N m m$ v TULOSO ROAD LEOPARD ST. TO I.H. 37 (BOND 2012) — REBID CROSS SECI10NS (11 OF 11) CITY of CORPUS CHRISTI TEXAS Department of Engineering Services iEGINEERNSIS .9.,,owoNosotowoosef 144fWM .�rnW IMO IEW111.10 [1.2•1210.1 fora / NY DM .124,30 aiming rbc 311 60.a4°d. 00 91 01 ADDENDUM NUMBER 03 Project: Tuloso Road - Leopard Street to I.H. 37 Project Number: Owner: City of Corpus Christi E12094 City Engineer. Jeff Edmonds, P.E. Designer: Michelle Patton, P.E., Maverick Engineering, Inc. Addendum No. 03 Specification section: 00 9101 Issue Date: November 15, 2015 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. ome Addendum Items: FRONT END DOCUMENTS 00 30 01 BID FORM (ATTACHMENT 1) ARTICLE 1—BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA t MICHELLE A. PATTON ��H 90252 � J 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 BIDDING REQUIREMENTS A, SECTION 00 30 01 BID FORM DELETE: BID FORM IN ITS ENTIRETY ADD: BID FORM IN ITS ENTIRETY (ATTACHMENT 1) CLARIFICATION: ITEMS C1 & H1 REVISED. Addendum Na. 03 R0 9101 -1 Corpus Christi Standards - Regular Projects REV 03-09-2015 ARTICLE 2 — MODIFICATIONS TO THE ESPECIFICATIONS OR TECHNICAL SPECIFICATIONS 2.01 NOT USED ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS 3,01 NOT USED ARTICLE 4 — CLARIFICATIONS 4.01 NOT USED END OF ADDENDUM NO. 03 Addendum No. 03 00 91 01 - 2 Corpus Christi Standards - Regular Projects REV 03.09.2015 00 30 01 BID FORM Project Name: TULOSO ROAD - LEOPARD ST. TO I.H. 37 (BOND 2012) REBID Project Number: E12094 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TBD, City of Corpus Christi, Texas Designer: Michelle Patton, P.E., Maverick Engineering Inc. Item DESCRIPTION UNIT ESTIMATED QUANITTY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 41 MOBILIZATION LS 1 $ $ 42 PREPARATION OF RIGHT OF WAY STA 23 $ $ 43 TRAFFIC CONTROL PLAN AND PREPARATION EA 1 $ $ 44 TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS EA 3 $ $ 45 TRAFFIC CONTROL PLAN ITEMS (BARRELS, CONES, ETC.) MO 8 $ $ 46 CONCRETE BARRIERS EA 100 $ $ 47 ELECTRONIC MESSAGE BOARDS EA 2 $ $ 48 OZONE DAY DAY 2 $ $ 49 SURVEY MONUMENT EA 2 $ $ 410 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) LS 1 $ $ 411 STABILIZED CONSTRUCTION ENTRANCE EA 4 $ $ 412 SEDIMENT CONTROL BARRIER LF 3777 $ $ 413 ROCK FILTER DAM LF 54 $ $ 414 HYDROMULCH SF 77972 $ $ 415 INLET PROTECTION BARRIER LF 119 $ $ 416 SUBSURFACE UTILITY EXPLORATION LS 1 $ $ SUBTOTAL PART A -GENERAL (ITEMS Al TH RU A16) $ Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 EXCAVATION (ROADWAY) SY 9863 $ $ B2 EMBANKMENT (FINAL) (DENS CONT) (TY B) CY 430 $ $ B3 1.5" HMAC TY D SURFACE COURSE SY 9357 $ $ B4 2.5" HMAC TY B BASE COURSE SY 9357 $ $ B5 14" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR1-2) SY 9863 $ $ B6 PRIME COAT (0.15 GAL.SY) GAL 1472 $ $ B7 12" COMPACTED SUBGRADE Wf 8" LIME TREATED SY 9863 $ $ BO CONCRETE DRIVEWAY SY 741 $ $ B9 REMOVE ASPHALT PAVEMENT SY 9775 $ $ B10 REMOVE ASPHALT DRIVEWAY SY 1395 $ $ B11 REMOVE CONCRETE DRIVEWAY SY 118 $ $ B12 REMOVE CURB LF 25 $ $ B13 REMOVE CONCRETE VALLEY GUTTER LF 10 $ $ B14 REMOVE CURB & GUTTER LF 56 $ $ B15 REMOVE CONCRETE SIDEWALK SY 26 $ $ B16 REMOVE SIGN EA 13 $ $ B17 REMOVE CHAINLINK FENCE LF 210 $ $ B18 REMOVE GATE EA 2 $ $ B19 REMOVE WOOD FENCE LF 20 $ $ B20 SMALL SIGN EA 17 $ $ Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 3 ATTACHMENT NO. 1 SHEET 1 OF 4 Page 1 of 4 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 821 REFL PAV MRKTY I {W} 4" (SLD)(100MIL) LF 4560 $ $ 822 REFL PAV MRKTY I {W} 4" (DOT)(100MIL) LF 75 $ $ 823 REFL PAV MRKTY I (W) 8" (SLD)(100MIL) LF 581 $ $ 824 REFL PAV MRKTY I (W) 241SLD)(100MIL) LF 150 $ $ 825 REEL PAV MRKTY I {W} (ARROW) (100MIL) EA 4 $ $ 826 REFL PAV MRKTY I (W) (WORD) (100MIL) EA 3 $ $ 827 REF PAV MRK TY I (Y) 4" (BRK) (100 MIL) LF 1687 $ $ 828 REFL PAV MRKTY I {Y} 4" (DOT)(10OMIL) LF 280 $ $ 829 REEL PAV MRKTY I {Y} 4" (SLD)(100MIL) LF 1160 $ $ 830 REFL PAV MRKTY I (Y) 8" (SLD)(100MIL) LF 700 $ $ 831 REFL PAV MRKTY I (W) 121SLD)(100MIL) LF 415 $ $ 832 YIELD MRKR (W) 18" (TRIANGLE) EA 14 $ $ 833 RAIS PAV MRKR CL B (REFL) TY II -A -A EA 160 $ $ 834 RAIS PAV MRKR CL B (REFL) TY II -C-R EA 15 $ $ 835 CHAIN LINK FENCE LF 196 $ $ 836 WOOD FENCE LF 20 $ $ 837 GATE EA 2 $ $ 838 PAVEMENT REPAIR SY 269 $ $ 839 PEDESTRIAN RAIL LF 46 $ $ 840 CONCRETE DIRECTIONAL ISLAND SY 141 $ $ 841 REMOVE CONCRETE ISLAND SY 141 $ $ 842 ALLOWANCE FOR UNANTICIPATED ROADWAY IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B2 THRU B42) $ Part C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 5 CONCRETE SIDEWALK SY 2054 $ $ C2 CURB RAMPS TY 1 EA 10 $ $ SUBTOTAL PART C - ADA IMPROVEMENTS (ITEMS Cl THRU C2) $ Part D - STORM WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 18" RCP (CLASS IV) LE 218 $ $ 02 24" RCP (CLASS IV) LE 942 $ $ 03 STORM WATER MANHOLE TY A EA 4 $ $ 04 GRATE INLET EA 3 $ $ 05 POST INLET EA 2 $ $ 06 CONNECTION TO EXISTING STORM WATER MANHOLE EA 3 $ $ 07 SIDEWALK DRAIN EA 1 $ $ 08 RE -GRADE EXISTING DITCH CY 811 $ $ 09 b' X 2' CONCRETE BOX CULVERT (PRECAST) (CLASS HS) LF 80 $ $ 010 WINGWALL FW -S (HW=3) EA 1 $ $ D11 WINGWALL FW -S (HW=4) EA 1 $ $ D12 5" CONCRETE RIPRAP SF 4147 $ $ D13 TRENCH EXCAVATION PROTECTION (PIPE) LF 1161 $ $ D14 ADJUST STORM WATER MANHOLE EA 4 $ $ D15 REMOVE CONCRETE FLUME SY 6 $ $ D16 REMOVE CONCRETE HEADWALL EA 5 $ $ D17 REMOVE 12" RCP LF 25 $ $ 018 REMOVE 15" RCP LF 105 $ $ D19 REMOVE 18" RCP LF 587 $ $ D20 REMOVE 24" RCP LF 406 $ $ D21 REMOVE GRATE INLET EA 2 $ $ D22 REMOVE MANHOLE EA 1 $ $ D23 REMOVE 6'X2' RCB LF 102 $ $ D24 TRENCH EXCAVATION PROTECTION (MANHOLE, INLET) EA 10 $ $ D25 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART D - DRAINAGE IMPROVEMENTS (ITEMS D1 THRU D25) $ Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 3 ATTACHMENT NO. 1 SHEET 2 OF 4 Page 2 of 4 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part E - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El 6" C900 PVC (DR 18) WATER LINE LF 55 $ $ E2 8" C900 PVC (DR 18) WATER LINE LF 1958 $ $ E3 8" DIP WATERLINE LF 65 $ $ E4 FIRE HYDRANT (ASSEMBLY) (TYPE 1) EA 7 $ $ E5 8" X 8" Mi TEE EA 1 $ $ E6 8" X 6" MJ TEE EA 2 $ $ E7 8" GATE VALVE w/BOX COMPLETE EA 6 $ $ E8 6" GATE VALVE w/BOX COMPLETE EA 1 $ $ E9 8" MJ 45 DEG BEND EA 3 $ $ ElO GROUT FILL (CUT AND ABANDON) EXIST. 6" WATER LINE LF 1331 $ $ Ell REMOVE FIRE HYDRANT EA 5 $ $ E12 WATER SERVICE CONNECTION EA 13 $ $ E13 TIE-IN CONNECTION - LARGE (24" WATERLINE) EA 1 $ $ E14 TIE-IN CONNECTION - SMALL (6", 8" WATERLINE) EA 3 $ $ E15 TRENCH EXCAVATION PROTECTION (PIPE) LF 1958 $ $ E16 REMOVE EXIST. 6" WATER LINE LF 2061 $ $ E17 CAP & PLUB EX. 8" WATER LINE EA 1 $ $ E18 ADJUST EXIST. WATER VALVE EA 10 $ $ E19 24" X 8" TAPPING SLEEVE & VALVE W/COVER EA 1 $ $ E20 8" X 6" REDUCER EA 1 $ $ E21 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART E -WATER IMPROVEMENTS (ITEMS El THRU E21) $ Part F - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 2" PVC (SCH 80) ELECTRICAL CONDUIT W/PULL STRING F1 !ADJUST WASTEWATER MANHOLE EA 9 I $ $ SUBTOTAL PART F - WASTEWATER IMPROVEMENTS (ITEM Fl) 24" X 36" 18" PULL BOX (HANDHOLE) EA $ Part G - IT IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 2" PVC (SCH 80) ELECTRICAL CONDUIT W/PULL STRING LF 1386 $ $ 62 24" X 36" 18" PULL BOX (HANDHOLE) EA 4 $ $ SUBTOTAL PART G - IT IMPROVEMENTS (ITEMS G1 THRU 02) $ Part H - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 BACKFILL AND COMPACT TRENCH LF 925 $ $ H2 ADJUST GAS VALVES EA 6 $ $ SUBTOTAL PART H - GAS IMPROVEMENTS (ITEMS H1 THRU H2) $ Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 3 ATTACHMENT NO. 1 SHEET 3 OF 4 Page 3 of 4 Rev 01-13-2016 00 30 01 BID FORM Item I DESCRIPTION ESTIMATED I UNIT QUANTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A16) $ SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B42) $ SUBTOTAL PART C - ADA IMPROVEMENTS (Items C1 thru C2) $ SUBTOTAL PART 0 - STORM WATER DRAINAGE IMPROVEMENTS (Items D1 thru D25) $ SUBTOTAL PART E - WATER IMPROVEMENTS (Items El thru E21) $ SUBTOTAL PART F - WASTEWATER IMPROVEMENTS (Item Fl) $ SUBTOTAL PART G - IT IMPROVEMENTS {Items G1 thru G2) $ SUBTOTAL PART H - GAS IMPROVEMENTS (Items H1 thru H2) $ TOTAL PROJECT BASE BID (PARTS A THRU G) 1 $ Contract Times Bidder agrees to reach Substantial Completion in Bidder agrees to reach Final Completion in Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 240 270 ADDENDUM NO. 3 ATTACHMENT NO. 1 SHEET 4 OF 4 lays lays Page 4 of 4 Rev 01-15-2016 Project: Tuloso Road - Leopard Street to I.H. 37 Project Number: Owner: City of Corpus Christi E12094 City Engineer: Jeff Edmonds, P.E. Designer Michelle Patton, P.E., Maverick Engineering, Inc. Addendum No. 02 Specification Section: 00 91 01 Issue Date: November 15, 2016 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, mcdifi ons or deletions to the Contract Documents described in this Addendum. 5 ume Addendum Items: FRONT END DOCUMENTS 00 30 01 BID FORM (ATTACHMENT 1) PLAN SHEET 5 — ESTIMATED QUANTITIES (ATTACHMENT 21 00 91 01 ADDENDUM NUMBER 02 * r .(P MICHELLE A. PATTON 5.1 ea" �f.N�1ea.... waw.e.paea• ery� �' 9 90252 t03/aNAL of fs/lL 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 BIDDING REQUIREMENTS A. SECTION 00 30 01 BID FORM DELETE: BID FORM IN ITS ENTIRETY ADD: BID FORM IN ITS ENTIRETY (ATTACHMENT 1) CLARIFICATION: ITEMS B1, 33, B4, B5, B7 REVISED. Addendum No. 02_ 00 9101- 1 Corpus Christi Standards - Regular Projects REV 03-09-2015 ARTICLE 2 — MODIFICATIONS TO THE ESPECIFICATIONS OR TECHNICAL SPECIFICATIONS 2.01 NOT USED ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS 3.01 MODIFICATIONS TO PLAN SHEETS A. PLAN SHEET 5 -ESTIMATED QUANTITIES DELETE: SHEET 5 -ESTIMATED QUANTITIES ADD: SHEET 5 -ESTIMATED QUANTITIES (ATTACHMENT 2) ARTICLE 4 — CLARIFICATIONS 4.01 NOT USED END OF ADDENDUM NO. 02 Addendum No. 02 0091 01 - 2 Corpus Christi Standards - Regular Projects REV 03-09-2015 00 30 01 BID FORM Project Name: TULOSO ROAD - LEOPARD ST. TO I.H. 37 (BOND 2012) REBID Project Number: E12094 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: TBD, City of Corpus Christi, Texas Designer: Michelle Patton, P.E., Maverick Engineering Inc. Item DESCRIPTION UNIT ESTIMATED QUANITTY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 41 MOBILIZATION LS 1 $ $ 42 PREPARATION OF RIGHT OF WAY STA 23 $ $ 43 TRAFFIC CONTROL PLAN AND PREPARATION EA 1 $ $ 44 TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS EA 3 $ $ 45 TRAFFIC CONTROL PLAN ITEMS (BARRELS, CONES, ETC.) MO 8 $ $ 46 CONCRETE BARRIERS EA 100 $ $ 47 ELECTRONIC MESSAGE BOARDS EA 2 $ $ 48 OZONE DAY DAY 2 $ $ 49 SURVEY MONUMENT EA 2 $ $ 410 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) LS 1 $ $ 411 STABILIZED CONSTRUCTION ENTRANCE EA 4 $ $ 412 SEDIMENT CONTROL BARRIER LF 3777 $ $ 413 ROCK FILTER DAM LF 54 $ $ 414 HYDROMULCH SF 77972 $ $ 415 INLET PROTECTION BARRIER LF 119 $ $ 416 SUBSURFACE UTILITY EXPLORATION LS 1 $ $ SUBTOTAL PART A -GENERAL (ITEMS Al TH RU A16) $ Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 EXCAVATION (ROADWAY) SY 9863 $ $ B2 EMBANKMENT (FINAL) (DENS CONT) (TY B) CY 430 $ $ B3 1.5" HMAC TY D SURFACE COURSE SY 9357 $ $ B4 2.5" HMAC TY B BASE COURSE SY 9357 $ $ B5 14" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR1-2) SY 9863 $ $ B6 PRIME COAT (0.15 GAL.SY) GAL 1472 $ $ B7 12" COMPACTED SUBGRADE Wf 8" LIME TREATED SY 9863 $ $ BO CONCRETE DRIVEWAY SY 741 $ $ B9 REMOVE ASPHALT PAVEMENT SY 9775 $ $ B10 REMOVE ASPHALT DRIVEWAY SY 1395 $ $ B11 REMOVE CONCRETE DRIVEWAY SY 118 $ $ B12 REMOVE CURB LF 25 $ $ B13 REMOVE CONCRETE VALLEY GUTTER LF 10 $ $ B14 REMOVE CURB & GUTTER LF 56 $ $ B15 REMOVE CONCRETE SIDEWALK SY 26 $ $ B16 REMOVE SIGN EA 13 $ $ B17 REMOVE CHAINLINK FENCE LF 210 $ $ B18 REMOVE GATE EA 2 $ $ B19 REMOVE WOOD FENCE LF 20 $ $ B20 SMALL SIGN EA 17 $ $ Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 2 ATTACHMENT NO. 1 SHEET 1 OF 4 Page 1 of 4 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT 821 REFL PAV MRKTY I {W} 4" (SLD)(100MIL) LF 4560 $ $ 822 REFL PAV MRKTY I {W} 4" (DOT)(100MIL) LF 75 $ $ 823 REFL PAV MRKTY I (W) 8" (SLD)(100MIL) LF 581 $ $ 824 REFL PAV MRKTY I (W) 241SLD)(100MIL) LF 150 $ $ 825 REEL PAV MRKTY I {W} (ARROW) (100MIL) EA 4 $ $ 826 REFL PAV MRKTY I (W) (WORD) (100MIL) EA 3 $ $ 827 REF PAV MRK TY I (Y) 4" (BRK) (100 MIL) LF 1687 $ $ 828 REFL PAV MRKTY I {Y} 4" (DOT)(10OMIL) LF 280 $ $ 829 REEL PAV MRKTY I {Y} 4" (SLD)(100MIL) LF 1160 $ $ 830 REFL PAV MRKTY I (Y) 8" (SLD)(100MIL) LF 700 $ $ 831 REFL PAV MRKTY I (W) 121SLD)(100MIL) LF 415 $ $ 832 YIELD MRKR (W) 18" (TRIANGLE) EA 14 $ $ 833 RAIS PAV MRKR CL B (REFL) TY II -A -A EA 160 $ $ 834 RAIS PAV MRKR CL B (REFL) TY II -C-R EA 15 $ $ 835 CHAIN LINK FENCE LF 196 $ $ 836 WOOD FENCE LF 20 $ $ 837 GATE EA 2 $ $ 838 PAVEMENT REPAIR SY 269 $ $ 839 PEDESTRIAN RAIL LF 46 $ $ 840 CONCRETE DIRECTIONAL ISLAND SY 141 $ $ 841 REMOVE CONCRETE ISLAND SY 141 $ $ 842 ALLOWANCE FOR UNANTICIPATED ROADWAY IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B2 THRU B42) $ Part C - ADA IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 5 CONCRETE SIDEWALKS SF 2054 $ $ C2 CURB RAMPS TY 1 EA 10 $ $ SUBTOTAL PART C - ADA IMPROVEMENTS (ITEMS Cl THRU C2) $ Part D - STORM WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 18" RCP (CLASS IV) LE 218 $ $ 02 24" RCP (CLASS IV) LE 942 $ $ 03 STORM WATER MANHOLE TY A EA 4 $ $ 04 GRATE INLET EA 3 $ $ 05 POST INLET EA 2 $ $ 06 CONNECTION TO EXISTING STORM WATER MANHOLE EA 3 $ $ 07 SIDEWALK DRAIN EA 1 $ $ 08 RE -GRADE EXISTING DITCH CY 811 $ $ 09 b' X 2' CONCRETE BOX CULVERT (PRECAST) (CLASS HS) LF 80 $ $ 010 WINGWALL FW -S (HW=3) EA 1 $ $ D11 WINGWALL FW -S (HW=4) EA 1 $ $ D12 5" CONCRETE RIPRAP SF 4147 $ $ D13 TRENCH EXCAVATION PROTECTION (PIPE) LF 1161 $ $ D14 ADJUST STORM WATER MANHOLE EA 4 $ $ D15 REMOVE CONCRETE FLUME SY 6 $ $ D16 REMOVE CONCRETE HEADWALL EA 5 $ $ D17 REMOVE 12" RCP LF 25 $ $ 018 REMOVE 15" RCP LF 105 $ $ D19 REMOVE 18" RCP LF 587 $ $ D20 REMOVE 24" RCP LF 406 $ $ D21 REMOVE GRATE INLET EA 2 $ $ D22 REMOVE MANHOLE EA 1 $ $ D23 REMOVE 6'X2' RCB LF 102 $ $ D24 TRENCH EXCAVATION PROTECTION (MANHOLE, INLET) EA 10 $ $ D25 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART D - DRAINAGE IMPROVEMENTS (ITEMS D1 THRU D25) $ Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 2 ATTACHMENT NO. 1 SHEET 2 OF 4 Page 2 of 4 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part E - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El 6" C900 PVC (DR 18) WATER LINE LF 55 $ $ E2 8" C900 PVC (DR 18) WATER LINE LF 1958 $ $ E3 8" DIP WATERLINE LF 65 $ $ E4 FIRE HYDRANT (ASSEMBLY) (TYPE 1) EA 7 $ $ E5 8" X 8" Mi TEE EA 1 $ $ E6 8" X 6" MJ TEE EA 2 $ $ E7 8" GATE VALVE w/BOX COMPLETE EA 6 $ $ E8 6" GATE VALVE w/BOX COMPLETE EA 1 $ $ E9 8" MJ 45 DEG BEND EA 3 $ $ ElO GROUT FILL (CUT AND ABANDON) EXIST. 6" WATER LINE LF 1331 $ $ Ell REMOVE FIRE HYDRANT EA 5 $ $ E12 WATER SERVICE CONNECTION EA 13 $ $ E13 TIE-IN CONNECTION - LARGE (24" WATERLINE) EA 1 $ $ E14 TIE-IN CONNECTION - SMALL (6", 8" WATERLINE) EA 3 $ $ E15 TRENCH EXCAVATION PROTECTION (PIPE) LF 1958 $ $ E16 REMOVE EXIST. 6" WATER LINE LF 2061 $ $ E17 CAP & PLUB EX. 8" WATER LINE EA 1 $ $ E18 ADJUST EXIST. WATER VALVE EA 10 $ $ E19 24" X 8" TAPPING SLEEVE & VALVE W/COVER EA 1 $ $ E20 8" X 6" REDUCER EA 1 $ $ E21 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART E -WATER IMPROVEMENTS (ITEMS El THRU E21) $ Part F - WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 2" PVC (SCH 80) ELECTRICAL CONDUIT W/PULL STRING F1 !ADJUST WASTEWATER MANHOLE EA 9 I $ $ SUBTOTAL PART F - WASTEWATER IMPROVEMENTS (ITEM Fl) 24" X 36" 18" PULL BOX (HANDHOLE) EA $ Part G - IT IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1 2" PVC (SCH 80) ELECTRICAL CONDUIT W/PULL STRING LF 1386 $ $ 62 24" X 36" 18" PULL BOX (HANDHOLE) EA 4 $ $ SUBTOTAL PART G - IT IMPROVEMENTS (ITEMS G1 THRU 02) $ Part H - GAS IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) H1 BACKFILL AND COMPACT TRENCH LF 1000 $ $ H2 ADJUST GAS VALVES EA 6 $ $ SUBTOTAL PART H - GAS IMPROVEMENTS (ITEMS H1 THRU H2) $ Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 2 ATTACHMENT NO. 1 SHEET 3 OF 4 Page 3 of 4 Rev 01-13-2016 00 30 01 BID FORM Item I DESCRIPTION UNIT QUANTTITY UNIT PRICE EXTENDED AMOUNT BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A16) $ SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B42) $ SUBTOTAL PART C - ADA IMPROVEMENTS (Items C1 thru C2) $ SUBTOTAL PART 0 - STORM WATER DRAINAGE IMPROVEMENTS (Items D1 thru D25) $ SUBTOTAL PART E - WATER IMPROVEMENTS (Items El thru E21) $ SUBTOTAL PART F - WASTEWATER IMPROVEMENTS (Item Fl) $ SUBTOTAL PART G - IT IMPROVEMENTS {Items G1 thru G2) $ SUBTOTAL PART H - GAS IMPROVEMENTS (Items H1 thru H2) $ TOTAL PROJECT BASE BID (PARTS A THRU G) 1 $ Contract Times Bidder agrees to reach Substantial Completion in 240 days Bidder agrees to reach Final Completion in 270 days Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 2 ATTACHMENT NO. 1 SHEET 4 OF 4 Page 4 of 4 Rev 01-15-2016 LFRSER 93/14/2016 nc: 144.1% 1-44 - 444010 nnw,mte r¢-00441 F\fn¢no nwmn DTA *Isco-+n-,,wu vuMm er. wrw 0404. w 11/11441.440 40 4. 4. 4. 4. 2 4. 8 4. 0 a 1 A s A 7 4 2 4. 4. u 4 s 4. 4. 4. 4. 9 a 2 a a S 4 4 4. 4. iM1 A A 4. V 4 T A A 40 5 �> m m nm m 2 z 0 rn c Z a A 4. a a r 0 4. S i 4. z 4. A 4. 6 1 4. 4. 4. 4. P ti i m P P 4 P 4 4 4. E 8 E 4 ti 1 8 A 4 4. 4. 6 1 7 4. B 4 c 4. 4. 4. ti 4. 0 v 0 4. 4. 4. 4. 4. a 44 S1N3n3A0er el NI Stl E A 1 4. 4. 4. 4. 4. 4. 5 1 S1N 31,13A0ddllI 11 4. m z f0 a a z ADA IMPROVEMENTS rraieq. oESCRv11O/i nm. 1f T 0-r Eurax aass 04 CURB RAMPS 10 Er, 1/11/14 RE49E4 1.1.44.1000 0 00004.111011 11/15/11 0E4444 sr00cr *24rh14En*s 0w.rtrccs ei,e3.84.45.01 TULOSO ROAD LEOPARD ST, TO I.H. 37 (BONED 2012) - REDID ESTIMATED QUANTITY DATA TABLES CRTC CITY of CORPUS CHRISTI TEXAS 09441Thm0ra of Engineering 54rnc4s 14.4401.4 E MSG, IN- 4G 4,111.904E NOM 4444 1%11.11:1, 643-344 44 MI 04,0000 4. 00 91 01 ADDENDUM NUMBER 01 Project: Tuloso Road - Leopard Street to I.H. 37 Project Number: Owner: City of Corpus Christi E12094 City - - - - - __ - --- - ----- Engineer: Jeff Edmonds, P.E. Designer: Michelle Patton, P.E., Maverick Engineering, Inc. Addendum No. 01 Specification Section: 00 91 01 Issue Date: November 11, 2016 Acknowledge receipt of this Addendum in the Bid Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Form may render the Bid as non-responsive and serve as the basis for rejecting the Bid. Make the additions, modifications or de ions to the Contract Documents described in this Addendum. Addendum Items: FRONT END DOCUMENTS 00 30 01 BID FORM (ATTACHMENT 1) 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT (ATTACHMENT 2) CLARIFICATION OF QUESTIONS PLAN SHEET 5 — ESTIMATED QUANTITIES (ATTACHMENT 3) ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA t `Ar* _ 141001 LLE A. PATTON Qfi�+.c 90252 4 •. M'4s4'5i 41,17)1-- 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 far rejecting the Bid. 1.02 MODIFICATIONS TO THE 'BIDDING REQUIREMENTS A. SECTION 00 30 01 BID FORM DELETE: BID FORM IN ITS ENTIRETY ADD: BID FORM IN ITS ENTIRETY (ATTACHMENT 1) CLARIFICATION: ITEMS A5, A7, A16, B1 & F1. REVISED ITEMS D14-D2S, G1 -G2 & H1 -H2 ADDED. Addendum No. 01 00 91 01- 1 Corpus Christi standards - Regular Projects REV 03-09-2015 B. SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT DELETE: MEASUREMENT AND BASIS FOR PAYMENT IN ITS ENTIRETY ADD: MEASUREMENT AND BASIS FOR PAYMENT SECTION IN ITS ENTIRETY (ATTACHMENT 2) ARTICLE 2 — MODIFICATIONS TO THE ESPECIFICATIONS OR TECHNICAL SPECIFICATIONS 2.01 NOT USED ARTICLE 3 — MODIFICATIONS TO THE DRAWINGS 3.01 MODIFICATIONS TO PLAN SHEETS A. PLAN SHEET 5 -ESTIMATED QUANTITIES DELETE: SHEET 5 -ESTIMATED QUANTITIES ADD: SHEET 5 -ESTIMATED QUANTITIES (ATTACHMENT 3) ARTICLE 4 — CLARIFICATIONS 4.01 QUESTIONS A. Clarify Bid item A16 -Subsurface Utility Engineering -Is that standard wording? What spec covers the intended work? 1. Answer: Subsurface Utility Engineering has been changed to Subsurface Utility Exploration. Subsurface Utility Exploration refers to hydro -excavation and potholing of existing roadway to determine the horizontal location and depth of existing utility lines. This item is added on an as -needed basis should the contractor have to verify the depth or location of an existing utility line. B. Clarify requirements for Concrete Barriers (Bid items A6) -Where are the type 2 barriers required? i.e. Along the entire project length? At driveways? What is the length requirement of the individual Concrete Barriers? Why are barriers required during phase 1 but not phase 2? 1. Answer: The Concrete Barriers are required for the entire length of the project during phase 1 except at driveways where access is needed. They are required as a safety measure when excavating the trench for the proposed water line due to the depth and proximity of the proposed water. The barriers are a standard 20 feet long. Concrete Barriers may be used during phase 2 but are not required. C. Is Tuloso an arterial or collector? 1. Answer: Tuloso is a secondary arterial, requiring PG 76-22 surface course and PG 64-22 binder course. D. Please clarify pavement section, specifically the subgrade requirements outlined in note 5 on sheet 26. 1. Answer: Contractor shall compact 12" subgrade to 95% standard proctor density at 0 to 3% of optimum moisture content with upper 8" lime stabilized. E. Clarify bid item A7 -Signboards and duration requirement of the signboards. Addendum No. fit 00 91 01 - Corpus Christi Standards - Regular Projects REV 03-09-2015 1. Answer: The signs are Electronic Message Boards. Electronic Message Boards should be used for 1 month duration beginning 2 weeks prior to start of construction. Two boards should be used near the Leopard Street and I.H. 37 intersections, 1 per intersection. F. Clarify bid item A3 -Traffic control Plan and Preparation. 1. Answer Payment shall include preparing and submitting a sealed traffic control plan if the included plan is not used by the contractor or if field adjustments are needed during construction. This item shall only be paid if utilized. G. Clarify bid item A4 -Traffic Control Mobilization/Adjustments. 1, Answer 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, temporary pavement, flaggers and such temporary device 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. H. Clarify bid item A5 -Traffic Control Plan Items unit. Why is the duration 6 months, but the contract is for 8 months? 1. Answer: The correct duration is 8 months. The Bid Form has been revised. I. Are end treatments required on driveway/road crossings? If yes, is pre -cast acceptable? 1. No, end treatments are not included in the design of the driveway culverts and roadway crossings atTawakoni and Timberline. J. Do existing Gas Lines (either private or City) require grout fill? 1. Answer: No, private gas lines will either be removed or grouted by the owner. City gas lines will be removed and grouted by the City. K. Are valve adjustments necessary for Gas Lines? 1. Answer: Yes, bid item will be added to the Bid Form. L. Weill existing manhole & cover need adjustments? Are new manhole covers needed, or is the contractor to reuse all covers? 1. Answer: Yes, manhole and covers will be adjusted as necessary. Contractor shall reuse covers where possible. Bid item will be added to the Bid Form. M. Is the contractor required to excavate for the Gas Line installation? 1. Answer: No, the City will excavate the trench for the proposed gas line installation and the contractor will backfill the trench. The contractor will stake the alignment. N. Clarify Note A under Excavation and Backfill on sheet 67. 1. Answer: Note A will not be used during construction of Tuloso Road since the note is for new construction. 0. Who will provide material testing? 1. Answer: Rock Engineering and Testing Laboratory Addendum No. 01 00 91 01 - 3 Corpus Christi Standards - Regular Projects REV 03-09-2015 END OF ADDENDUM NO. 01 Addendum No. 01 00 91 01 - 4 Corpus Christi Standards - Regular Projects REV 03-09-2015 NIT PRICE .E DEP 00 30 01 BID FORM Project Name: TULOSO ROTI] - I.EOPARD ST. TO I.H. 37 (BOND 2012) REBID Project Number: E12094 Owner: City of Corpus Christi Bidder: OAR: TBD, City of Corpus Christi, Texas Designer: Michelle Patton, P.E., Maverick Engineering Inc. Basis of Bid Item.:,:::: DESCRIPTION:`:. Base Bid Part A- General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al MOBILIZATION A2 PREPARATION OF RIGHT OF WAY A3 TRAFFIC CONTROL PLAN AND PREPARATION Al TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS AS TRAFFIC CONTROL PLAN ITEMS (BARRELS, CONES, ETC.) A6 CONCRETE BARRIERS A7 ELECTRONIC MESSAGE BOARDSEA A8 OZONE DAY 'A SURVEY MONUMENT I STORM WATER POLLUTION PREVENTION PLAN (SWPPP) All STABILIZED CONSTRUCTION ENTRANCE IA SEDIMENT CONTROL BARRIER A13 ROCK FILTER DAM A14 HYDROMULCH LS STA EA EA MO EA DAYEAEALF A15 INLET PROTECTION BARRIER A1G SUBSURFACE UTILITY EXPLORATION SF LF LS 1 23 1 3 8 100 2 2 2 1 4 3777 54 77972 119 1 $: SUBTOTAL PART A - GENERAL (ITEMS Al THRU A16) Part B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR ?AMEN Ti B1 EXCAVATION (ROADWAY) SY 9725 B2 EMBANKMENT (FINAL) (DENS CONT) (TY B) CY 430 'a ; B3 1.5" HMACTY D SURFACE COURSE SY 9270 $ , B4 2.5" HMACTY B BASE COURSE SY 9270 B5 14" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR1-2) SY 9815 B6 PRIME COAT 0.15 GALSY) GAL 1472 B7 12" COMPACTED SUBGRADE Wi 8" LIME TREATED SY 9815 B8 CONCRETE DRIVEWAY SY 741 B9 REMOVE ASPHALT PAVEMENT SY 9775 .:. B10 REMOVE ASPHALT DRIVEWAY SY 1395_ B11 REMOVE CONCRETE DRIVEWAY SY 118 B12 REMOVE CURB B13 REMOVE CONCRETE VALLEY GUTTER LF 10,.x V:< B14 REMOVE CURB & GUTTER': B15 REMOVE CONCRETE SIDEWALK B16 REMOVE SIGN $ x B'17 REMOVE CHAINLINK FENCE LF 210 B18 REMOVE GATE EA 2 B19 REMOVE WOOD FENCE LF 20 '� ` W B20 SMALL SIGN EA 17 Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 1 OF 4 Page 1 of 4 Rev 01.13-2016 00 30 01 BID FORM 1tieYn � ❑LSCRIPT�� " �,�;. � 44 •h117 .. ESTIN(ATE�^ Dt1AF17tif: ;';' w��'m; E7CiFhlBE� Afi„s B21 REFL PAV MRK TY I (W) 4" (51.7)(10 Tv I'.) LF 4560 ' `" ;$ e B22 REFL PAV MRK TY I ?y,,1 4 {DOT)(100MIL) LF 75 10:::.':;;.:`::•':.= ... B23 REFL PAV MRK TY 1 ('.L) 8 (.SLD)(100MIL) LF 581 $ ..; :„.;:::„ .. ✓s B24 REFL PAV MRC 1Y I (W) 24"(SLD)(100MIL) LF 150 $ EA B25 REFL PAV MRK 1Y 1 •W (ARROW)100MIL I )i J EA 4 " `� B26 REFL PAV MRK TY 1(W) (WORD) (100MIL) EA 3 '' $ :. . B27 REF PAV MRK TY 1 0') 4” (BRK) (100 MIL) LF 1687 3 gra.....::.. B28 REFL PAV MRK TY I (Y) 4" (DOT)(100MIL) LF 780 •: :;$. B29 REFL PAV MRK TY I (Y) 4" (SLD)(100MIL) LF 1116D>` ?, x: B30 REEL PAV MRK TY I (Y) 8" (SLD)(100MIL) LF /00 $`: ..:. :.:: :::� B31 REFL PAV MRK TY I (W) 12"(SLD)(100MIL) LF 415 ::$::.2:N. ; .;E= `:;'':::`.` :.` B32 YIELD MRKR (W) 18" (TRIANGLE) EA 14 :.$..`'::::°::';; .`$::;i EA B33 RAIS PAV MRKR CL B (REFL) TY 11 -A -A EA 160 $ $ B34 RATS PAV MRKR CL B (REFL) TY II -C-R EA 15 $' B35 CHAIN LINK FENCE LF 196 ' $ ''` r` B36 WOOD FENCE LF 20 ;_ LF B37 GATE'` .$; : 00 30 01 BID FORM 4Ixem k&,...• : `x EIESCRIPTIQN • • ra � 3 M.. fJNI w AT o£ :r �IUAW] �'j BNiT`:'Rt 9 ;'T°- E7REirkp . AMOUNT:?.: Part E - WATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) SUBTOTAL PART F - WASTEWATER IMPROVEMENTS ITEM FI) 4 d El 6" C900 PVC (DR 18) WATER LINE LF 55 E2 8" 0900 PVC (DR 18) WATER LINE LF 1958 F3 8" DIP WATERLINE E4 FIRE HYDRANT (ASSFMBI.Y) (TYPE 1) E5 8"X8" MJTFF E6 8" X 6' MI TEE EA E7 8" GATE VALVE w/BOX COMPLETE EA 6 E8 6" GATE VALVE w/BOX COMPLETE EA 1 E9 8" MJ 45 DEG BEND EA E10 GROUT FILL (CUT AND ABANDON) EXIST. 6" WATER LINE LF 1331S,a. Ell REMOVE FIRE HYDRANT EA 5 E12 WATER SERVICE CONNECTION EA 13 ; E13 TIE-IN CONNECTION - LARGE 24" WATERLINE 1 1 14 TIE-IN CONNECTION - SMALL 6", 8" WATERLINE 3 • '(::j. •`,`„.. .:.' p E15 TRENCH EXCAVATION PROTECTION (PIPE) 1958 1 E16 REMOVE EXIST. 6 WATER LINE E 2061 E17 CAP & PLUB EX. 8" WATER LINE EA 1 E18 ADJUST EXIST. WAl ER VALVE EA 10 E19 24" X 8" TAPPING SLEEVE & VALVE W/COVER EA 1 E20 8" X 6" REDUCER EA 1 a >"•2°'.... -: ;` 8 E21 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 I I • 000 SUBTOTAL PART E -WATER IMPROVEMENTS (ITEMS El THRU Ell) Part 6 • WASTEWATER IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) G1. 2" PVC (SCH 80) ELECTRICAL CONDUIT W/PULL STRING LF F1 ADJUST WASTEWATER MANHOLE EA 9 ;'T°- 02 24" X 36" 18" PULL BOX (HANDHOLE) SUBTOTAL PART F - WASTEWATER IMPROVEMENTS ITEM FI) 4 d ro SUBTOTAL PART G - IT IMPROVEMENTS (ITEMS G1 THRU G2) Part 0 - IT IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAY?:TENT) G1. 2" PVC (SCH 80) ELECTRICAL CONDUIT W/PULL STRING LF 1385 H2 02 24" X 36" 18" PULL BOX (HANDHOLE) EA 4 d ro SUBTOTAL PART G - IT IMPROVEMENTS (ITEMS G1 THRU G2) $=; N,. Part 1-1- GAS IMPROVEMENTS (per SECTFON 01 29 01 MEASUREMENT AND 3A31S FCR PAY':'ENT) 111 BACKFILL AND COMPACT TRENCH LF 1000 H2 ADJUST GAS VALVES EA 6 s. d SUBTOTAL PART H - GAS IMPROVEMENTS (ITEMS 1-11 THRU H2) Bid Form TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 3 OF 4 Page 3 of 4 Rev 0a-13.2816 00 30 01 BID FORM NIT;PRICE Dr0,110! Al+iiit7h BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A1G) SUBTOTAL PART B - STREET IMPROVEMENTS (Items B1 thru B42) SUBTOTAL PART C - ADA IMPROVEMENTS (Items C1 thru C2) SUBTOTAL PART D -STORM WATER DRAINAGE IMPROVEMENTS (Items D1 thru ❑25) SUBTOTAL PART E - WATER IMPROVEMENTS (Items El thru E21) SUBTOTAL PART F - WASTEWATER IMPROVEMENTS (Item F1) SUBTOTAL PART G - IT IMPROVEMENTS (Items 61 thru 62) SUBTOTAL PART H - GAS IMPROVFMEN rs (Items If thru H2) $s: TOTAL PROJECT BASE BID (PARTS A THRU 6) Contract Times Bidder agrees to reach Substantial Completion in 240 days Bidder agrees to reach Final Completion in 270 days Bid Form TULOSO ROAD - Leopard St. to I.H. 37 {Bond 2012) REBID City Project Number E12094 ADDENDUM NO. 1 ATTACHMENT NO. 1 SHEET 4 OF 4 Page 4 of 4 Rev 01-13-2016 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 0129 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 0129 00 APPLICATION FOR PAYMENT PROCEDURES, Payment at Final Completion will be equal to the total lump sum amount for that item, 1.02 MEASUREMENTAND 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 0129 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 - 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; f. Demobilization; and g - Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment TUWOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 1 OF 3 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A-2 — PREPARATION OF RIGHT OF WAY 1. Station 2. This item will be measured per station as the work progresses. C. Bid Item A-3 TRAFFIC CONTROL PLAN AND PREPARATION 1. Each 2. This item will be measured per lump sum as the work progresses. Work includes preparing and submitting a sealed traffic control plan if the included plan is not used by the contractor or if field adjustments are needed during construction. This items shall only be paid if utilized. D. Bid Item A -4 --TRAFFIC CONTROL PLAN MOBILIZATION/ADJUSTMENTS 1. Each 1. This item will be measured per each traffic control plan used for construction. 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, temporary pavement, flaggers and such temporary device 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. E. Bid Item A-5 — TRAFFIC CONTROL PLAN ITEMS (BARRELS, CONES, ETC.) 1. Month 2. This item will be measured per month the traffic control plan is in use. F. Bid Item A-S—CONCRETE BARRIERS 1. Each 2. This item will be measured per 20 foot barrier used during construction G. Bid Item A-7 — ELECTRONIC MESSAGE BOARDS 1. Each 2. This item will be measured per electric sign board used during construction. Each sign shall be used for 1 month, beginning 2 weeks before construction starts. H. Bid Item A-8 - OZONE DAY 1. Day 2. This item will be measured by the "day" authorized as an ozone day during construction. I. Bid Item A-9—SURVEY MONUMENT 1. Each Measurement and Basis for Payment TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 2 OF 3 012901-2 Rev 01-13-2016 2. This item will be measured per each survey monument in its final position according to the plans. J. Bid Item A -10 ---STORM WATER POLLUTION PREVENTION PLAN (SWPPP) 1. Lump Sum 2. This item will be measured per lump sum. K. Bid Item A-11—CONSTRUCTION ENTRANCE 1. Each 2. This item will be measured per each. L. Bid Item A-12 —SILT FENCE FOR STORM WATER POLLUTION PREVENTION 1. Linear Foot 2. This item will be measured per linear foot of silt fence installed. M. Bid Item A-13 — ROCK FILTER DAM 1. Linear Foot 2. This item will be measured per linear foot of rock used. N. Bid Item A-14 —SEEDING FOR EROSION CONTROL 1. Square Foot 2. This item will be measured per square foot of area sprayed with hydromulch. O. Bid Item A-15 — INLET PROTECTION BARRIER 1. Linear Foot 2. This item will be measured per linear foot of silt fence used around inlets. P. Bid Item A-16—SUBSURFACE UTILITY EXPLORATION 1. Lump Sum 2. This item will be measured per lump sum for subsurface utility engineering services as required for construction. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ALTERNATES AND ALLOWANCES (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number [12094 ADDENDUM NO. 1 ATTACHMENT NO. 2 SHEET 3 OF 3 012901-3 Rev 01-13-2016 UPDATED: 03/.4/]1315 - uaw 9 94C 6 we -rear. 1..0 a ww1,. w,+. �e.6-a*r-,.mrc .91: ,m�. w.:.. �.. �,r!•(91!. yaw ,�, N 4 S I 9 R 1 5 9 B 9 SLN3Yi3AOJdVII iv83N30 9 4 b 9 Y P Y E p 9 9 5 1 5 4 9 S 1 5 8 5 8 5 9 91 s G N37V3A0NdE I SVO 5 9 9 9 5 a b1/, 1e ec REI,SE08019111158 519015119. PTE TULOSO ROAD LEOPARD $T. TO I,H. 37 (BONG 2012) - REBID ESTIMATED QUANTITY DATA TABLES CITY of CORPUS CHRIST! TEXAS oeswlmenr of 9r1eer 9 Senna: NF9 W fg .,. 5 195-M° w 5w U PFW,PPM'S vggrP STREET IMPROVEMENTS R . 25 ij i m € 1- �c m FhiU aaaanaaaa,:aw A 4777 7 I 7�YS -€m�I 5 m '� IIIII g� �gg $ R '� .0L — 3d s Y J _= su' 1 wegsxl va =l5 gaau 59959 6g9L"V9 5556 ` ;q555 -9Ugq, *5 R'i9999 N 4 S I 9 R 1 5 9 B 9 SLN3Yi3AOJdVII iv83N30 9 4 b 9 Y P Y E p 9 9 5 1 5 4 9 S 1 5 8 5 8 5 9 91 s G N37V3A0NdE I SVO 5 9 9 9 5 a b1/, 1e ec REI,SE08019111158 519015119. PTE TULOSO ROAD LEOPARD $T. TO I,H. 37 (BONG 2012) - REBID ESTIMATED QUANTITY DATA TABLES CITY of CORPUS CHRIST! TEXAS oeswlmenr of 9r1eer 9 Senna: NF9 W fg .,. 5 195-M° 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1-- BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this gid Proposal is submitted by Berry Contracting, LP dba Bay Ltd. (type or print name of company) on: for TULOSO ROAD — Leopard St. to I.H. 37 (Bond 2012) REBID, Project No. E12094 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 ) 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 -TULOSO ROAD — Leopard St. to I.N. 37 (Bond 2012) REBID, Project No. E12094 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 ContractDocuments, 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 ail 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: .••-.No: • 1 2 3 Bid Acknowledgement Form . TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 003000-1 Rev O1-13-2016 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 focality 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 TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 003000-2 Rev 01-13-2016 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 W 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 0045 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 TULOSO.ROAD —LEOPARD ST. TO 1H 37 (BOND 2012) REBID City Project Number E12094 003000-3 Rev 01-13-2016 ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 240 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 270 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 clays 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. SECTION 00 30 01 BID FORM. D. SECTION CO 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 far any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and tederal 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. old Acknowledgement Form TULOSO ROAD -- LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 003000-4 Rev 01-13-2016 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 individuals) 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, LP dha Bay Ltd. (typed or printed full legal name of Bidder) 4.4.; ., (individual`s slgioture) Jon Lentz (typed at printed) Estimating Manager State of Residency: Federal Tax Id. No. Address for giving notices: (typed or printed) (individual's slgnatu Texas 74-2982901. Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 Phone: (361) 693-2100 Email: lentza@bayltd.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) Bid Acknowledgement Form TULOSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 003000-5 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form TULOSO ROAD -- LEOPARD ST. TO IH 37 (BOND 2612) REBID City Project Number E12094 063000-6 Rev 01-13-2015 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 ofTexas. 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: Berry Contracting, LP dba Bay Ltd. (typed or printed) - (sign ire -- attach evidence of d thority to-ssign) Name: Jon Lentz Title: Business address: Phone: (typed or printed) Estimating Manager Bay Ltd, 1414 Valero Way Corpus Christi, TX 78409 (361)299-3721 Email: lentzj@bayltd.com. END OF SECTION Compliance to State Law on Nonresident Bidders TEJLOSO ROAD — LEOPARD ST. TO !I-1 37 (BOND 2012) REBID City Project Number E12094 003002-1 11-25-2013 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Berry Operating Company, LLC, general partner ofBerry Contracting, LP dba Bay Ltd. held a special meeting this 8th day of January 2002. Edward A. Martin, President, presided as Chairman and DonEtta Beaty served as Secretary. All managers were present and waived notice of call and purpose ofineeting. 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 net for and on behalf of Bay 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 malting and signing of contracts, bonds, bids, offers or other arrangements and revisions, changes or modification of same as the needs of the company may require. K. J. Luhan D. W. Berry M. G. Berry 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 Highway Division 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 of Bay 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. Attest: DonEtta Beaty, eta Secr Approved Correct: Edward A. Martin, President & CEO Certification of Secretary 1, DonEtta Beaty, Secretary of Berry 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 resolution is a continuing resolution and is presently valid and in full force and effect this the 8th day of January 2002, to which witness my hand. AonBtta Beaty, Secretat 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY CII Y a PURCHASING DIVISION CITY OF CORPUS CHRISTI Corpus DISCLOSURE OF INTEREST Christi 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: Berry Contracting, LP dba Bay Ltd. 9908 1414 Valero Way FIRM IS: I. Corporation ❑ 4. Association ❑ CITY: Corpus Christi Z1P: 78409 _ 2. Partnership 5. Other 3. Sole Owner D 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) N/A 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" N4liAe 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 N/A 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 N/A City of Corpus Christi Disclosure of Interest TULOSO ROAD - Leopard St. to I.H. 37 (Bond 2012) City Project Number E12094 0D3005 -f Rev 01-13-2016 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 certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur, Certifying Person: Jon Lentz Title: Estimating Manager (Type or Print) Signature of Certifying Person: DEFINITIONS 1,,r]ate: I1l1612016 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. City of Corpus Christi Disclosure of Interest TULOSO ROAD - Leopard St. to LH. 37 (Bond 2012) City Project Number E12094 003005-2 Rev 01-13-2015 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: TULOSO ROAD— Leopard St. to I.11.37 (Bond 201.2) REBID Project No. E12094 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: Berry Contracting, LP dba Bay Ltd. (typed or printed) ., L.-...;,,qq err r. (signature -- a tach evidence of duthority id sign) Name: Jon Lentz Title; Business address: Phone:: (typed or printed) Estimating Manager Bay Ltd. 1.414 Valero Way Corpus Christi, TX 78409 (361) 693-2100 Email; lentzj@bayltd.com END OF SECTION Non -Collusion Certification TIROSO ROAD — LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 003006-1 11-25-2013 SPECIAL MEETING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Berry Operating Company, LLC, general partner ofBerry Contracting, LP dba I3ay Ltd. held a special meeting this 8'h day of January 2002, Edward A. Martin, 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 of Bay 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 arrangements and revisions, changes or modification of same as the needs of the company may require. K. J, Luhan D. W. Berry M. G. Deny 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 Highway Division 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. Attest: 01-€4-1-V DonBtta Beaty, Secreta Approved Correct: Edward A. Martin, President & CEO Certification of Secretary 1, DonEtta Beaty, Secretary of Berry 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 resolution is a continuing resolution and is presently valid and in full force and effect this the 814 day of January 2002, to which witness my hand. DonEtta Beaty, Secreta CIVGAST Report Created On: 11/16/2015 3:15:55 PM PROJECT: E12094 Tuloso Road to Leopard Street to IH -37 (Bond 2012) RE -BID BIDDER: Bay Ltd. TOTAL BID: $2,181,527,42 COMPLETION TIME: Not Required BIDDER INFO: 1414 Valero Way Carpus Christi.TX 78409 F': 361-299-3730 F: CIVCAST Report Created On: 11/16/2016 3:15:56 PM BID FORM BASE BID Total PART A - GENERAL (ITEMS Al THRU A16) 5332,142.02 PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B42) 5902,597.15 PART 0 - ADA IMPROVEMENTS (ITEMS 01 THRU 02) 5149,456.00 PART D - DRAINAGE IMPROVEMENTS (DI THRU D25) 5392,507.85 PART E - WATER IMPROVEMENTS (ITEMS El THRU E21) $334,261.90 PART F - WASTEWATER IMPROVEMENTS (ITEM F1) $12,600.00 PART G - IT IMPROVEMENTS (ITEMS 31 THRU 62) 534,122.50 PART H - GAS IMPROVEMENTS (ITEMS H1 THRU H2) 523,840.00 Total $2,181,527.42 Base Bid PART A - GENERAL (ITEMS Al THRU A16) No. Description Unit Qty Unit Price Ext Price Al MOBILIZATION LS 1 $92,800.00 592,800.00 A2 PREPARATION OF RIGHT OF WAY STA 23 5830.00 519,090.00 A3 TRAFFIC CONTROL PLAN AND PREPARATION EA 1 550.00 $50.00 A4 TRAFFIC CONTROL PLAN MOBILIZATIONIADJUSTM ENTS EA 3 $3,600.00 $10,800.00 A5 TRAFFIC CONTROL PLAN ITEMS (BARRELS, CONES, ETC.) MO 8 $2,000.00 516,000.00 A6 CONCRETE BARRIERS EA 100 5980.00 598,000.00 A7 ELECTRONIC MESSAGE BOARDS EA 2 53,400.00 $6,800.00 A8 OZONE DAY DAY 2 $450.00 5900.00 A9 SURVEY MONUMENT EA 2 $420.00 5840.00 Al0 STORM WATER POLLUTION PREVENTION PLAN (SWPPP) LS 1 $34,400.00 534.400,00 All STABILIZED CONSTRUCTION ENTRANCE EA 4 5500.00 52,000.00 Al2 SEDIMENT CONTROL BARRIER LF 3777 55.10 519.262.70 A13 ROCK FILTER DAM LF 54 5120.00 $6,480.00 A14 HYDROMULCH SF 77972 50.11 $8,576.92 A15 INLET PROTECTION BARRIER LF 119 S9.60 51,142.40 CIVCAST Report Created On: 11116/2016 3:15:56 PM PART A - GENERAL (ITEMS Al THRU A16) No. Description Unit Qly Unit Price Ext Price A16 SUBSURFACE UTILITY EXPLORATION LS 1 $15.000.00 515.000.00 82 Sub Total: 5332,142.02 PART 8 - STREET IMPROVEMENTS (ITEMS B1 THRU B42) '1o. Description Unit Qty Unit Price Ext Price 81 EXCAVATION (ROADWAY) SY 9863 $7.20 $71,013.60 82 EMBANKMENT (FINAL) (DENS CONT) (TY B) CY 430 $8.10 53,483.00 83 1.5" HMAC TY D SURFACE COURSE SY 9357 $8.00 $74,856.00 B4 2.5" HMAC TY B BASE COURSE SY 9357 $11.75 $109,944.75 85 14" CRUSHED LIMESTONE FLEXIBLE BASE (TY A, GR1-2) SY 9863 526.00 5256,438.00 B6 PRIME COAT (0.15 GAL.SY) GAL 1472 54.10 56,035.20 B7 12" COMPACTED SUBGRADE W/ 8" LIME TREATED SY 9863 516.00 $157,808.00 88 CONCRETE DRIVEWAY SY 741 577.00 557,057.00 B9 REMOVE ASPHALT PAVEMENT SY 9775 52.90 528,347.50 810 REMOVE ASPHALT DRIVEWAY SY 1395 55.10 $7,114.50 B11 REMOVE CONCRETE DRIVEWAY SY 118 $54.00 56,372.00 812 REMOVE CURB LF 25 $30.00 $750.00 B13 REMOVE CONCRETE VALLEY GUTTER LF 10 $26.00 $260.00 014 REMOVE CURB & GUTTER LF 56 $9.00 5504.00 015 REMOVE CONCRETE SIDEWALK SY 26 $19.25 5500.50 B16 REMOVE SIGN EA 13 $100,00 $1,300.00 B17 REMOVE CHAINLINK FENCE LF 210 $6.80 $1,428.00 B18 REMOVE GATE EA 2 $150.00 $300.00 819 REMOVE WOOD FENCE LF 20 $5.40 5108.00 820 SMALL SIGN EA 17 $550.00 89,350.00 821 REFL PAV MRK TY I (W) 4" (SLD)(100MIL) LF 4560 $0.55 52,508.00 B22 REFL PAV MRK TY I (W) 4" (DOT)(100MIL) LF 75 50.55 $41.25 B23 REFL PAV MRK TY I (W) 8" (SLD)(100MIL) LF 581 $1.00 $581.00 00`9917'6174$ :ielal qnS 00'000'94$ 00'009'49 01. V3 1 Al SdWV23 823f10 ZO 00'954'4€1$ 00'1799 4502 AS S}{1VM3OIS 3131:10N00.5 40 aaud 4x3 BOEJd hull AVD Pull uoqduossa .ON (ZO f1J1H1 1.3 SW311) S1N3W3AD23dWI VCIV - O 111Vd 94'L65'Z465 :1epa1 qns 00'000`52$ 00'000'92$ 4 51 S1N3W3A023dNI AVMOVOH fl31Vdl0IiNVNl bW 30NVMO11V US 00 204'£$ 00 Z3$ 444 AS ONV1SI 33380N00 3AOW3a 148 04'094'429 00'0949 474 AS ONV1SI 1VN011032310 313230N00 OKI 00'089'445 00'0£25 917 31 1IV?3 NVIH1S303d 6£8 00'965`229 00'1799 592 AS HIVd3231N3W3AVd 8£9 00'096$ 00'0917$ Z V3 aLVE L£8 00'0179$ 00'245 OZ dl 30N3d 000M 9£8 00'Z6Z'SS 00'LZS 964 dl 30N3d }INfI NIVHO 5£8 05'465 01;9S 91. 173 4-0 -11 Al (14323) 810 2 MIN AVd SIV 17£8 00`9L6S 04'95 094 V3 V -V -II Al (1d323) 810 23AIW AVd SIV23 EEIB 05'5529 52`84$ 44 V3 (310N1 111) ..94 (M) 21}12iW 013IA Z£s 09'9LL'E$ 04`69 5417 dl (11W004)(❑1S)24 (M) 1 Al MIN AVd ld3H 1£8 00'OPO'9S Ora 002 dl (1IWoo 4)(015) w8 (A) 1 Al }1?3W AVd lIRH 0E8 00.8£99 99'0$ 091.1. dl (11W004)(01S) ..b (A) I Al }12WJ AVd 14323 628 0014545 99'09 09Z dl (111N00 0(100) .17(A) I Al }1231 AVd 1433 828 98-126$ 99'09 L894 di Illi 004) bids) ab (A) 1 Al MIN AVd d2a LZ8 00'09Z'4$ 0O'0ZPS £ d3 (11W0o4) ((NOM) (M) 1 Al )iaW AVd ldal 928 00'024' 3 00'0829 4 d3 (-moo t) (MOH):IV) (M) I Al MIN AVd 1d32j 528 09'LEL`Z'S SZ'84$ 494 dl (1IWoo4)(a1s)..17Z (M) I Al }1231 AVd 1d32:1 1739 laud 1x3 °0? -Id Min A1O pun uoildiaasaO 'oN (Lt+B f1iH1 IS SW311) S1N31M113A021dW1 13321iS - 8 121Vd Y4d 9S=Sl:E 910Z/9W1.L :uo palsaa0 podad L9 V3A1 D CIVCAST Report Created On: 11/1612016 3.:15:56 PM PART 0 - DRAINAGE IMPROVEMENTS (01 THRU 025) No. Description Unit Qty Unit Price Ext Price D1 18" RCP (CLASS IV) LF 218 5152.00 533,136.00 D2 24" RCP (CLASS IV) LF 942 585.00 ' 580,070,00 03 STORM WATER MANHOLE TY A EA 4 54,700.00 518,800,00 D4 GRATE INLET EA 3 $4,900.00 $14,700.00 D5 POST INLET EA 2 54,600.00 $9,200.00 06 CONNECTION TO EXISTING STORM WATER MANHOLE EA 3 $2,300.00 $6,900.00 07 SIDEWALK DRAIN EA 1 52,100.00 52,100:00 D8 RE -GRADE EXISTING DITCH CY 811 $19.00 515,409.00 D9 6' X 2' CONCRETE BOX CULVERT (PRECAST) (CLASS HS) LF 80 5807,00 $64,560,00 010 WINGWALL FW -S (HW=3) EA 1 $10,800,00 $10,800.00 D11 WINGWALL FW -S (HW=4) EA 1 512,200.00 512,200.00 D12 5" CONCRETE RIPRAP SF 4147 59.70 $40,225.90 D13 TRENCH EXCAVATION PROTECTION (PIPE) LF 1161 51.95 $2,263.95 014 ADJUST STORM WATER MANHOLE EA 4 51,300.00 55.200.00 D15 REMOVE CONCRETE FLUME SY 6 586.00 $516,00 D16 REMOVE CONCRETE HEADWALL EA 5 51,300.00 56,500.00 017 REMOVE 12' RCP LF 25 534.00 5850.00 D18 REMOVE 15" RCP LF 105 521.00 52,205.00 D19 REMOVE 18" RCP LF 587 528.00 516,436,00 020 REMOVE 24" RCP LF 406 522.00 58,932.00 021 REMOVE GRATE INLET EA 2 $860.00 51,720.00 D22 REMOVE MANHOLE EA 1 51,700.00 51,700.00 023 REMOVE 6'X2' RCB LF 102 592.00 59,384.00 D24 TRENCH EXCAVATION PROTECTION (MANHOLE, INLET) EA 10 $370.00 53,700.00 D25 ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS L5 1 525,000.00 525,000.00 Sub Total: $392,507.85 CIVCAST Report Created On: 11/16/2016 3:15:56 PM PART E - WATER IMPROVEMENTS (ITEMS El THRU E21) No. Description Unit Qty Unit Price Ext Price El 6" C900 PVC (DR 18) WATER LINE LF 55 5130.00 $7,150.00 E2 8" C900 PVC (DR 18) WATER LINE LF 1958 567.00 5131,186.00 E3 8" DIP WATERLINE LF 65 5130.00 $8,450.00 E4 FIRE HYDRANT (ASSEMBLY) (TYPE 1) EA 7 $4,000.00 528,000.00 E5 8" X 8" MJ TEE EA 1 5420,00 5420.00 E6 8" X 6" MJ TEE EA 2 $350.00 5700.00 E7 8" GATE VALVE wfBOX COMPLETE EA 6 51,100.00 56,600.00 E8 6" GATE VALVE wfBOX COMPLETE EA 1 5820.00 5820.00 E9 8" MJ 45 DEG BEND EA 3 $250.00 5750.00 E10 GROUT FILL (CUT AND ABANDON) EXIST. 6" WATER LINE LF 1331 $10.75 514,308.25 Ell REMOVE FIRE HYDRANT EA 5 5470.00 $2,350.00 E12 WATER SERVICE CONNECTION EA 13 51,700.00 522,100.00 r.. E13 TIE-IN CONNECTION - LARGE (24* WATERLINE) EA 1 57,900.00 57,900.00 E14 TIE-IN CONNECTION - SMALL (6", 8" WATERLINE) EA 3 52,500.00 57,500.00 E15 TRENCH EXCAVATION PROTECTION (PIPE) LF 1958 52.30 54,503.40 E16 REMOVE EXIST. 6" WATER LINE LF 2061 519.25 539,674.25 E17 CAP & FLUB EX. 8" WATER LINE EA 1 5700.00 $700.00 E18 ADJUST EXIST. WATER VALVE EA 10 51,400.00 514,000.00 E19 24" X 8" TAPPING SLEEVE & VALVE W!COVER EA 1 512,000.00 512,000.00 E20 8" X 6" REDUCER EA 1 5150.00 5150.00 E21 ALLOWANCE FOR UNANTICIPATED WATER IMPROVEMENTS LS 1 $25,000.00 525,000.00 Sub Total: $334,261.90 PART F - WASTEWATER IMPROVEMENTS (ITEM Fl ) No. Description Unit Qty Unit Price Ext Price F1 ADJUST WASTEWATER MANHOLE EA 9 $1,400.00 $12,600.00 Sub Total: 512,600,00 CIVCAST Report Created On: 11116/2016 3:15:56 PM PART G - IT IMPROVEMENTS (ITEMS 01 THRU G2) No. Description Unit Qty Unit Price Ext Price 01 2" PVC (SCH 80) ELECTRICAL CONDUIT WIPULL STRING LF 13$6 $16.25 $22,522.50 02 24" X 36" 18" PULL BOX (IIANDHQLE) EA 4 $2,900.00 $11,600.00 Sub Total: $34,122.50 PART H - GAS IMPROVEMENTS (ITEMS H1 THRU H2) No. Description Unit Qty Unit Price Ext Price Hi BACKFILL AND COMPACT TRENCH LF 925 $20.00 $18,500.00 H2 ADJUST GAS VALVES EA 6 $890.00 $5.340.00 Sub Total: $23,840.00 BID BOND KNOW ALL MEN BY THESE PRESENTS, that we BERRY CONTRACTING,LP DBA BAY LTD. as Principal, hereinafter called the Principal, and CONTINENTAL CASUALTY COMPANY a corporation duly organized under the laws of the State of ILLINOIS as Surety, hereinafter called the Surety, are held and firmly bound unto CITY OF CORPUS CHRISTI as Obligee, hereinafter called the Obligee, in the sum of FIVE PERCENT OF THE GREATEST AMOUNT BID Dollars ($ 5% G.A.B. For the payment of which sum well and truly to be made, the saic Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal hassubmitteda bid for TULOSO ROAD- LEOPARD ST TO IH -37 PROJECT NO. E12094 FY - BOND 2012 - REBID NOW, THEREFORE, if the Obligee shall accept the bid of the Principal and the Principal shall enter into a Contract with the Obligee in accordance with the terms of such bid, and give such bond or bonds as may be specified in the bidding or Contract Documentswith good and sufficient surety for the faithful performance of such Contract and for the prompt payment of labor and material furnished in the prosecution thereof, or in the event of the failure of the Principal to enter such Contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the Work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect. Signed and sealed this 16TH fitness) (Witness) day of NOVEMBER 2016 BERRY CONTRACTING, LP DBA BAY LTD. (Principal) (Seal) CONTINENTAL CASUALTY COMPANY By: MARY Et! Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. (Surety) (Seal) (Title) MOORE, ATTY IN FACT The language in this document conforms exactly to the language used in AIA Document A310- Bld Bond - February 1970 Edition. G -108041-A 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 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 256 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 THC 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 an 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 Hoard 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." J. MOHR At At NOTARYDU9CC SOUTH DAKOTAt 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 Addldson, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorneys) -in -Fact with full power and authority hereby conferred to sign, seal and execute tar 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 26th day of October, 2016. Continental Casualty Company National Fire Insurance Company of Hartford American Cas .: lty Company of Reading, Pennsylvania !. Paul T. Bruflat Vice President State of South Dakota, County of Minnehaha, as: On this 26th day of October, 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 16TH day of NOVEMBER , 2016 casulo. { N511R r`rak Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania 9 gra Form F6853-4/2012 D. Bult Assistant Secretary 00 52 23 AGREEMENT This Agreement, for the Project awarded on December 20, 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: TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project No. E12094 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: Maverick Engineering, Inc. 400 Mann St. , Suite 200 Corpus Christi, TX 78401 2.02 The Owner's Authorized Representative for this Project is: Wayne Otto, P.E. — Acting Construction Engineer City of Corpus Christi — Engineering Services 4917 Holly Rd., #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 240 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 270 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 0135 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Agreement TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 005223-1 Rev 06-22-2016 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 $400 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 $400 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 $ 2,181,527.42 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 TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 005223-2 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government. Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 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 TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 005223-3 Rev 06-22-2016 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 TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 005223-4 Rev 06-22-2016 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. b. N/A 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES One original 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 TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 005223-5 Rev 06-22-2016 ATTEST DigRally signed. by Rebecca Huerta DN: cn=Rebecca Huerla, 0. au, emeikrebeccah@cc[exas.ccm, X118 Date: 2017.01.17 14:18:51 -0600' Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Aimee Alcom-Reed 2017.01.12 11:49:50 -06'00' Janet L. Kellogg Assistant City Attorney ATTEST (IF CORPORATION) (Seal Below) Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer CITY OF CORPUS CHRISTI Digitally signed by Jeff Edm nda ON: an=Jeb Edmonds, a, ou.=Engeieerirg, Dn aikieRreye mx , a=us ate: 2017.01.16 08:11:12 -0000' J.H. Edmonds, P.E. Director of Engineering Services M2016-166 BY COUNCIL 12/20/16 RH/ML AUTHORIZED Digitally signed by RHIML Date: 2017.01.17 11:43:32 -06'00' CONTRACTOR Berry Contracting, LP dba Bay, Ltd. By: Title: Jon Lentz ❑ givkrd{nedby Jon Lane O : mJm06 LearBe ry a.m.,. LP dm Ery Ltd, act l=lentrpgtayhdar, cats 06te: 2017.01.10159422.0600' Estimating Manager 1414 Valero Way Address Corpus Christi, Texas 78409 City State 361/693-2100 Phone lentzj@bayltd.com Zip 361-289-2304 Fax EMail END OF SECTION Agreement TULOSO ROAD— LEOPARD ST. TO IH 37 (BOND 2012) REBID City Project Number E12094 005223-6 Rev 06-22-2016 Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos. 1- 4 and 6 if there are interested parties. Complete Nos. 1, 2, 3, 5, and 6 if there are no interested parties. OFFICE USE ONLY CERTIFICATION OF FILING Certificate Number: 2017-154325 Date Filed: 01/13/2017 Date Acknowledged: 9-7'4° �pp� 2017.01.13 15:13:53 -06'00' 1 Name of business entity filing form, and the city, state and country of the business entity's place of business. Bay Ltd. Corpus Christi, TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi Engineering Services 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a description of the services, goods, or other property to be provided under the contract. E12094 Tuloso Road from IH-37 to Leopard St (Bond 2012) REBID Total Base Bid $2,181,527.42 4 Name of Interested Party City, State, Country (place of business) Nature of interest (check applicable) Controlling Intermediary Lentz, Jon Corpus Christi, TX United States X 5 Check only if there is NO Interested Party. ❑ 6 AFFIDAVIT +00011NI1bp44i ,����.' Qp► R. /�,.,��,, !swear, or affirm, under penalty of perjury, that the above disclosure is true and correct. 4›. •PRY Pb .1: ico _ o `fir e. Q. . 1 1 s J s i s % '4� ;• 1 Signa ure of author d agent of contracting business entity Ve***ttP1068e 4641 AFFIX NOTARY /NI% A 11` M'4wnww ~ ------1 r 'j� T Sworn to and subscribed before me, by the said Jt I ,�1 1 L €Y 2 , this the ` - day of NQ n a t l� , 20 11 , to certify which, witness my hand and seal of office. J levoi� Natar% Pu61ic ' . 73eIdJ. Signature of officer administering oath Printed name of officer administering oath Title of officer i>.dministering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.277 ACORN® `G CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DDIYYYY) 1/5/2017 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.PHONE dba Swantner & Gordon Insurance Agency, LLC PO Box 870 CONTACT Diann Eisenhauer NAME: 361-883-1711 FAX 361-844-0101 No,Fitt). (A/C. N°)= HAA ADDRESS:deisenhauer@higginbotham.net Corpus Christi TX 78403 INSURER(S) AFFORDING COVERAGE NAIC 0 INSURER A :ACE American Insurance Company 22667 INSURED BERRYI3 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 : EACH OCCURRENCE INSURER E : PREM SES EaAGE TOENT occurre� nce) INSURER F : COVERAGES CERTIFICATE NUMBER: 1012829568 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 NSR LTR TYPE OF INSURANCE ADDL INSD SUBR WVD POLICY NUMBER POUCY EFF IMDDIYYYY) POUCY EXPM/ (MM/DDIYYYYI LIMITS A x COMMERCIAL GENERAL UABIUTY HDOG27853602 5/20/2016 5/20/2017 EACH OCCURRENCE 52,000,000 PREM SES EaAGE TOENT occurre� nce) 5100,000 CLAIMS -MADE X OCCUR X CG0001 04/13 MED EXP (Any one person) $10,000 PERSONAL 8 ADV INJURY $2,000,000 GE 'L AGGREGATE POLICY OTHER: X LIMIT APPLIES ECT X PER: LOC GENERAL AGGREGATE 510,000,000 PRODUCTS - COMP/OP AGG 55,000,000 $ A AUTOMOBILE X X LIABIUTY ANY AUTO AALLOO{SNNED HIRED AUTOS MCS -90 - _ SCHEDULED NON -OWNED AUTOS ISAH09042374 5/20/2016 5/20/2017 COMBINED SINGLE LIMIT E 52,000,000 BODILY INJURY (Per person) S BODILY INJURY (Per accident) $ PROPERTY DAMAGE (Per accident) $ $ B X UMBRELLA UAB EXCESS UAB X OCCUR CLAIMS -MADE G28119641001 5/20/2016 5/20/2017 EACH OCCURRENCE 525,000,000 AGGREGATE $25,000,000 $ DED X RETENT ON 5250,000 A WORKERS COMPENSATION AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE OFFICER/MEMBER EXCLUDED? (Mandatory In NH) If yes, describe under DESCRIPTION OF OPERATIONS below YN N N / A WLRC48605199 5/20/2016 5/20/2017 X STA UTE ETH E.L. EACH ACCIDENT 52,000,000 E.L. DISEASE - EA EMPLOYEE $2,000,000 E.L. DISEASE - POLICY LIMIT 52,000,000 C Contractors Pollution CPL742031903 5/20/2016 5/20/2017 Cond/Agg $25,000,000 DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space Is required) See Attached... CERTIFICATE HOLDER CANCELLATION 1 City of Corpus Christi P. 0. Box 9277 Corpus Christi TX 78469 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 (2014/01) © 1988-2014 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD AcG EP AGENCY CUSTOMER ID: BERRY13 LOC #: ADDITIONAL REMARKS SCHEDULE Page 1 of 2 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. CG2038 04/13 Additional Insured -Owners, Lessees or Contractors -Automatic Status for Other Parties When Required in Written Contract. 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". This policy will apply primary of other insurance and such other insurance will not contribute if you have agreed in writing in a contract or agreement - Amendment of Condition J - Other Insurance Form XS -33290 (04/11) 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 WC000201B (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). ACORD 101 (2008/01) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD ACORD AGENCY CUSTOMER ID: BERRYI3 LOC #: ADDITIONAL REMARKS SCHEDULE Page 2 Of 2 AGENCY Higginbotham Insurance Agency, Inc. NAMED INSURED Berry Contracting, dba Bay, Ltd. P.O. Box 4858 Corpus Christi TX LP 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 Project: E12094 Tuloso Road - Leopard St. to IH -27 (Bond 2012) REBID ACORD 101 (2008!01) Co 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HD0G27853602 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: CG 20 10 10 01 (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. © ISO Properties, Inc., 2000 Page 1 of 1 ❑ POLICY NUMBER: HDOG27853602 Berry GP, Inc/Bay, Ltd. COMMERCIAL GENERAL LIABILITY CG 20 3710 01 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED - OWNERS, LESSEES OR CONTRACTORS -- COMPLETED OPERATIONS This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART SCHEDULE Name of Person or Organization: Any person or organization whom you have agreed to include as an additional insured under a written contract, provided such contract was executed prior to the date of loss. Location And Description of Completed Operations: All locations where you perform work for such additional insured pursuant to any such written contract. Additional Premium: (If no entry appears above, information required to complete this endorsement will be shown in the Declarations as applicable to this endorsement.) Section 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 © ISO Properties, Inc., 2000 Page 1 of 1 0 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 0 NONCONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured Berry GP Inc. and owned subsidiaries per Broad Form Named Insured Bay, Ltd Endorsement #LD -2X58 Endorsement Number Policy Symbol HDO Polley 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 The remainder of u o information le to be completed only when 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 IV.4.a: If other insurance Is available to an Insured we cover under any of the endorsements listed or described above (the "Additional Insured") for a loss we cover under thls policy, this Insurance will apply to such Toss on a primary basis and we will not seek contribution from the other Insurance available to the Additional Insured. LD -20287 (06/06) Authorized Agent Page 1 of 1 CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Insured and owned subsidiaries per Broad Form Named Berry GP, Inc. Bay, Ltdd. Insured Endorsement #LD2X58 Endorsement 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 The rernatnder of the lnformetlon Is to be completed only when this endorsement is issued subsequent to the preparation of the poky. 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 I), 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 Projects"): 1. A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit is equal to $5,000,000 2. The Construction Project General Aggregate Limit Is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily injury" or "property damage" included In the "products - completed operations hazard", and for medical expenses under COVERAGE C, which damages and medical expenses can be attributed only to "Your Protects", 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 O!so reduce and erode the General Aggregate Limit shown In the Declarations. • 4. The limlts'shown In the.Declatatibns for Each Occurrence, Flre Damage and Medical Expense continue to ap- • ply: However, such limits will be subject to the Construction Project General Aggregate Limit, as well as the General Aggregate Limit shown in the Declarations. 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 : j. 0 is Office, Inc., 1996 Page 1 of 2 C. When coverage .for liability arising out of the "products -completed operations hazard" Is provided, any payments for damages because of "bodily injury" or "property damage" Included in the "products -completed operations hazard" will reduce the Products -Completed Operations Aggregate Limit, and not reduce the General Aggregate Limit nor the Construction Project General Aggregate Limit. D. If any one or more of "Your Protects" 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 sante construction project. E. The provisions of Limits Of Insurance (SECTION III ) not otherwise modified by this endorsement shall continue to apply as stipulated. Authorized Agent LD -21732 (01107) 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 Bay, Ltd. Endorsement 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 Insert the policy number, The remainder of the Informat;on Is to be completed only when this endorsement is Issued subsequent to the preparation of the policy, THiS ENDORSEMENT CHANGES THE POLICY, PLEASE READ iT CAREFULLY. A. Uwe cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be in addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Policy. B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organIzation(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy, C. We are not responsible for verifying any information in any Schedule, nor are we responsible for any incorrect Information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, 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 end conditions of this Policy remain unchanged. ALL -32688 (01111) Authorized Representative Page 1 of 1 ADDITIONAL INSURED — DESIGNATED PERSONS OR ORGANIZATIONS Named Insured and owned subsidiaries per Schedule of Named Berry GP Inc. 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) Ir{ t14iSHiMI4iNgininformation is to be completed only when this endorsement Is Issued subsequent to the prepare on of the pc icy. 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) T Endorsement Number Policy $ymb�ol ISA Policy Number 1409042374 Policy Period 05/20/16tp 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. Authorized Representative DA -13115a (06/14) 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 Effective Date of Endorsement 05/20/2016 Issued By (Name of Insurance Company) ACE American insurance Company nsert 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. A. If we cancel this Policy prior to Its expiration date by notice to you or the first Named insured for any reason other than nonpayment of premium, we will endeavor, as set out In this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the "Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. . B. The notice referenced in this endorsement as provided by your representative is intended only to be a courtesy notification to the person(s) or organization(s) named In the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy. C. We are not responsible for verifying any Information in any Schedule, nor are we responsible for any incorrect information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, 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. ALL -32686 (01111) Page 9 of 1 Workers' Compensation and Employars' Llablltty Polio Named Insured and subsidiaries as per Schedule of BERRY GP, INC. Named Insureds -Endorsement #WC999999A P.O. BOX 4858 CORPUS CHRISTI TX 78469.4858 (10/06) Endorsement Number Policy Number Symbol: WLR Number: C48605199 Policy Period 05/20/2016m 05/20/2017 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. WAIVER OF OUR RICHT 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. 031 WC 00 03 13 (11/05) Ptd. U.S.A. Copyright 1982-83, National Council on Compensation Authorized Agent Workers' Compensation and Employers' Liability Policy Named Insured Berry GP Inc. and subsidiaries per Schedule of Named Insured -Endorsement #WC999999A (10/06) Endorsement Number Policy Number Symbol:WLR Number: C48605199 Policy Period 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 furnish this waiver. 2. Operations: 3. Premium: The premium charge for this endorsement shall be 2% percent of the premium developed on payroll in connection with work performed for the above person(s) or organization(s) arising out of the operations described. 4. Advance Premium: WC 42 03 04B (06/14) © Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. Workers' Compensation and Employers' Liability Policy Named Insured and subsidiaries per Schedule of Named BERRY GP, INC. Insured -Endorsement #WC999999A (10/06) P.O. BOX 4858 CORPUS CHRISTI TX 784694858 Endorsement Number Polley Number C48605199 Symbol: WLR Number: 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 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. NOTICE TO OTHERS ENDORSEMENT— SCHEDULE NOTICE BY INSURED'S REPRESENTATIVE A. if we cancel this Policy prior to its expiration date by notice to you or the first Named Insured for any reason other than nonpayment of premium, we will endeavor, as set out in this endorsement, to send written notice of cancellation, to the persons or organizations listed in the schedule that you or your representative create or maintain (the Schedule") by allowing your representative to send such notice to such persons or organizations. This notice will be In addition to our notice to you or the first Named insured, and any other party whom we are required to notify by statute and In accordance with the cancellation provisions of the Policy. B. The notice referenced In this endorsement as provided by your representative is Intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule In the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s). The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will Impose no obligation or liability of any kind upon us, our agents or representatives, will not extend any Policy cancellation date and will not negate any cancellation of the Policy, • C. We are not responsible for verifying any Information In any Schedule, nor are we responsible for any incorrect information that you or your representative may use, D. We will only be responsible for sending such notice to your representative, 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. WC 990369(01111) 945 Authorized Representative Page 1 of 1 00 6116 PAYMENT BOND BOND NO. 929592856 Contractor as Principal Name: Berry Contracting, LP dba Bay. Ltd. Mailing address (principal place of business): 1414 Valero Wav Corpus Christi, TX 78409 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E12094 Tuloso Road — Leopard St. to IH -37 (Bond 20121 REBID Award Date of the Contract: December 20. 2016 Contract Price: $2,181.527.42 Bond Date of Bond: JANUARY 6, 2017 (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 LL 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 E12094 Tuloso Rd — Leopard to IH37 (Bond 2012) REBID 00 6116 -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 Chapter2269 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. Contract as Principal Signature. p. "'�i Surety Signature � �` e ��' "` Name: 70 n L ..e. * z Name: �����' MA LLEN MOORS Title: 5 .. ,.,,-% 4-% i, M (, , Title: ATTORNEY IN FACT Email Address: LQ„ �20* (6'.'30.(_1—. , Com Email Address: memoore@higginbotham.net (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form 00 61 16 - 2 7-8-2014 E12094 Tuloso Rd — Leopard to IH37 (Bond 2012) REBID 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 Addldson, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorneys) -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 Cas lty 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 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 JANUARY , 2017 Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford~ American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secre • 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 25`h day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING, PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the 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 Claire Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government Code and Section 53.202(6) of the Texas Property Code any notice of claim to the named surety under this bond(s) should be sent to: CNA Surety 333 South Wabash Chicago, IL 60804 Telephone: {312) 822-5000 You may aiso.write to CNA Suzy at P.O. Box 1088, Hon, Texas 77251-1088. You may contact the Texas Department of Insurance to obtain informatim on companies, coverages, rights or campla3nts at 1-8O0-252-3439 You may also 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 claim you should contact the company first If the .disputa is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents, 00 6113 PERFORMANCE BOND BOND NO, 929592856 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: E12094 Tuloso Road — Leopard St. to IH -37 (Bond 2012 REBID Award Date of the Contract: December 21, 2016 Contract Price: $2,181,527.42 Bond Date of Bond: JANUARY 6, 2017 (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 LL Address: 500. N. SHORELINE BLVD., SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Email Add ress:memooreAhigginbotham. 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 E12094 Tuloso Rd — Leopard to IH37 (Bond 2012) REBID 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 as Signature: Name: Title: Principal Surety Signature: Name: Title: Email Address (Attach Power 1.1.,,, >,/ T50.., L -e. n k z MA Y ELLEN MOORE S-\-`, .vr ilA1 i , ATTORNEY IN FACT Email Address: 3Y^ til L 4n a.-. 2,z, o Y1....47 A , C-CarN memoore@higginbotham net • of Attorney and place surety seal below) END OF SECTION Performance Bond E12094Tuloso Rd— Leopard to IH37 (Bond 2012) REBID 006113-2 7-8-2014 POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Steve Addkison, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorneys) -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 Cass 1ty 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 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 JANUARY , 2017 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 like nature; and Whereas, from time to time, the signature of the Authorized Officers, in addition to being provided in original, hard copy format, may be provided via facsimile or otherwise in an electronic format (collectively, "Electronic Signatures"); Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April, 2012: "Whereas, the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers (the "Authorized Officers") to execute various policies, bonds, undertakings and other obligatory instruments of lice 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 60804 Telephone: (312) 822-5000 You may also.write to CNA Surety at P.O. Box 1088, Houston, Texas 77251-10$8. You may contact the Teo= Department of Insurance to obtain information on companies, rights or complaints at coverages, 1-800-2524439 You may atsa write the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 787149104, or fax 512-475-1771. PREMIUM OF CLAIM DISPUTES: Should you have a disputa concerning your premium or about a claim you should contact the company first. If the dispute is not resolved you may contact the Texas Department of Insurance. ATTACH THIS NOTICE TO YOUR POLICY: This notice Is for information only and does not became a part or condition of the attached documents.