Loading...
HomeMy WebLinkAboutC2017-015 - 1/31/2017 - Approved 2017-015 1/31/17 M2017-018 Bay, Ltd. 00 52 23 AGREEMENT This Agreement,for the Project awarded on January 31,2017, 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: Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays Project No. E16261 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV,Inc. 801 Navigation Blvd.,Suite 300 Corpus Christi,TX 78408 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.,Bldg.#5 Corpus Christi,TX 78413 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 395 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 Agreement 00 52 23-1 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No.E16261 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 10f1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties. CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. 2017-152275 Bay Ltd. Corpus Christi,TX United States Date Filed: 2 Name of governmental entity or state agency that is a party to the contract for which the form is 01/10/2017 being filed. City of Corpus Christi Engineering Services Date Acknowledged: Aimee Alcorn-Reed 2017.02.16 16:11:24-06'00' 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, E16261 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ)Street Overlays 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Lentz,Jon Corpus Christi,TX United States X 5 Check only if there is NO Interested Party. ❑ ,NII/III/Ifklry�l 6 AFFIDAVIT ��. �,,..••• % ( ��, I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. .p , s ° 5ignatu of authorized agent of contracting busine s entity r o AFFIX NOTARY�S'P sP AAA #niun111�` VE Sworn to and subscribed before me,by the said J—o n Levi +z— this the ' O r day of Jimer 20 1 1 ,to certify which,witness my hand and seal of office. ?144, . 14,� MIqdk TZ. t-611M4 Signature of officer administering oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics Commission vwvw.ethics.state.tx.us Version V1.0.277 CONTRACT DOCUMENTS FOR CONSTRUCTION OF STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) FISCAL YEAR 2017 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) STREET OVERLAYS PROJECT NUMBER E16261 OF DENNIS L. MILLER j 51503 ,IoFs, <rCE0S ISSCNAL IlkNN City of Corpus Christi ILNV engineers architects surveyors November 2016 TBPE FIRM NO. F-366 Record Drawing Number STR 932 000100 TABLE OF CONTENTS Division/ Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev 01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016)(PART 1&PART 2) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest(Rev 01-13-2016) 00 30 06 Non-Collusion Certification 00 45 16 Statement of Experience(Rev 06-22-2016) 00 52 23 Agreement(Rev 06-22-2016) 00 61 13 Performance Bond (Rev 01-13-2016) 00 61 16 Payment Bond (Rev 01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements(Rev 06-22-2016) 00 72 02 Wage Rate Requirements (Rev06-12-2015) 00 72 03 Minority/ MBE/ DBE Participation Policy(Revo1-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 11 00 Summary of Work(Rev 01-13-2016) 01 23 10 Alternates and Allowances 01 2900 Application for Payment Procedures (Rev03-11-2015) 01 2901 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev 01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 01 33 00 Document Management 01 3301 Submittal Register(Rev 7/3/2014) 01 33 02 Shop Drawings 01 33 03 Record Data 01 33 04 Construction Progress Schedule 01 33 05 Video and Photographic Documentation Table of Contents 000100- 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 Division/ Title Section 01 35 00 Special Procedures 01 40 00 Quality Management 01 50 00 Temporary Facilities and Controls 01 57 00 Temporary Controls 01 70 00 Execution and Closeout Requirements Part S Standard Specifications Division 02 SITEWORK 022 EARTHWORK 022040 Street Excavation 022420 Silt Fence 025 ROADWAY 025202 Scarifying and Reshaping Base Course 025205 Pavement Repair, Curb, Gutter, Sidewalk& Driveway Replacement 025610 Concrete Curb &Gutter 025612 Concrete Sidewalks & Driveways 025614 Concrete Curb Ramps 028 SITE IMPROVEMENTS 028020 Seeding 028040 Sodding Division 03 CONCRETE 030 CONCRETE, GROUT 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Division 05 METALS 050 METALS 055420 Frames, Grates, Rings, and Covers Part T Technical Specifications Item 204 Sprinkling Table of Contents 000100-2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 Division/ Title Section Item 210 Rolling Item 216 Proof Rolling Item 247 Flexible Base Item 251 Reworking Base Courses Item 260 Lime Treatment (Road-Mixed) Item 275 Cement Treatment(Road-Mixed) Item 300 Asphalts, Oils, and Emulsions Item 310 Prime Coat Item 316 Seal Coat Item 320 Equipment for Asphalt Concrete Pavement Item 341 Dense-Graded Hot-Mix Asphalt Item 354 Planing and Texturing Pavement Item 502 Barricades, Signs, and Traffic Handling Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Item 662 Work Zone Pavement Markings Item 666 Retroreflectorized Pavement Markings Item 668 Prefabricated Pavement Markings Item 672 Raised Pavement Markings Item 677 Eliminating Existing Pavement Markings and Markers Item 678 Pavement Surface Preparation for Markings Item 712 Cleaning and Sealing Joints and Cracks (Asphalt Concrete) END OF SECTION Table of Contents 000100-3 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS ARTICLE 1— DEFINED TERMS 1.01 Terms used in this Invitation to Bid and Instructions to Bidders have the meanings indicated in the General Conditions and Supplementary Conditions. ARTICLE 2—GENERAL NOTICE 2.01 The City of Corpus Christi,Texas (Owner) is requesting Bids for the construction of the following Project: Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays City Proiect No. E16261 A. This project is part of the Citywide Street Preventative Maintenance Program Fiscal Year 2017 program that provides for the implementation of the citywide SPMP, consisting of hot-mix asphalt overlays and seal coats for selected arterial, collector and local (residential) streets. THIS CONTRACT IS FOR STREET OVERLAYS ONLY. Up to five(5)delivery orders will be issued for each of two (2) designated areas. Two Base Bid Schedules, included in this single bid invitation, are for two (2) designated areas within the city limits as follows: Base Bid Part 1 (West) and Base Bid Part 2 (East). This project is an IDIQ construction contract to perform street overlay improvements throughout the City, including minor utility manhole ring & cover and valve cover adjustments. The Work will be issued in individual work orders called "Delivery Orders" that provide specific scope and requirements. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders,the recommendation of the City's Design Engineer,Construction Management& Inspection Team,approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City-approved economic adjustment to apply to a renewal period if, based upon published cost-of-construction indices acceptable to the City. B. This single bid provides two base bids with work across two (2) areas of the City— Base Bid Part 1 (West) and Base Bid Part 2 (East). The City intends to award Base Bid Part 1 (West),to the lowest responsible bidder and award the Base Bid Part 2 (East)to the lowest responsible bidder. If the same bidder submits the lowest bid from multiple parts, the bidder must demonstrate sufficient capacity and resources to perform all parts simultaneously in accordance with the Contract Documents. This includes sufficient crews and equipment for each Part to be considered for award. The City will determine satisfactory capacity, and if, the award of multiple parts to one contractor is in the best interest of the City. If the contractor only qualifies for one part, the award of the lowest of the multiple bid will be awarded, and the other parts awarded to the next lowest bidder. Invitation to Bid and Instructions to Bidders 002113- 1 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is$10,000,000.00 ($5,000,000.00 x 2 Base Bids). The Project is to be substantially complete and ready for operation within 365 days. The Project is to be complete and eligible for Final Payment 30 days after the date for Substantial Completion. 2.03 Advertisement and bidding information for the Project can be found at the following website: www.CivCastUSA.com 2.04 Contract Documents may be downloaded or viewed free of charge at this website. This website will be updated periodically with Addenda, lists of interested parties, reports, or other information relevant to submitting a Bid for the Project. ARTICLE 3— DELIVERY AND OPENING OF BIDS 3.01 Bids must be received no later than Wednesday, December 7, 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— Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays Project No. E16261 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. 3.05 Bids will be publicly opened and read aloud at Wednesday, December 7,2016 at 2:00 P.M., at the following location: City Hall Building— City of Corpus Christi Invitation to Bid and Instructions to Bidders 002113-2 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 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. ARTICLE 4—PRE-BID CONFERENCE 4.01 A non-mandatory pre-bid conference for the Project will be held on Wednesday. November 30. 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, Corpus Christi,Texas 78401 ARTICLE 5—COPIES 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. Invitation to Bid and Instructions to Bidders 002113-3 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 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 premised upon completion of Work required by the Contract Documents,Addenda, and the related supplemental data, that the Bidder has given the OAR written notice of all conflicts, errors, ambiguities, and discrepancies that the Bidder has discovered in the Contract Documents,Addenda, and the related supplemental data and the written resolutions provided by the OAR are acceptable to the Bidder, and that the Contract Documents, Addenda, and the related supplemental data are generally sufficient to indicate and convey understanding of all terms and conditions for completion of Work. ARTICLE 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. Invitation to Bid and Instructions to Bidders 002113-4 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 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 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. Invitation to Bid and Instructions to Bidders 002113-5 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 ARTICLE 10—CONFIDENTIALITY OF BID INFORMATION 10.01 In accordance with Texas Government Code 552.110, trade secrets and confidential information in Bids are not open for public inspection. Bids will be opened in a manner that avoids disclosure of confidential information to competing Bidders and keeps the Bids from the public during considerations. All Bids are open for public inspection after the Contract is awarded, but trade secrets and confidential information in Bids are not typically open for public inspection. The Owner will protect this information to the extent allowed by Laws and Regulations. Clearly indicate which specific documents are considered to be trade secrets or confidential information by stamping or watermarking all such documents with the word "confidential" prominently on each page or sheet or on the cover of bound documents. Place "confidential" stamps or watermarks so that they do not obscure any of the required information on the document, either in the original or in a way that would obscure any of the required information in a photocopy of the document. Photocopies of"confidential" documents will be made only for the convenience of the selection committee and will be destroyed after the Effective Date of the Contract. Original confidential documents will be returned to the Bidder after the Effective Date of the Contract if the Bidder indicates that the information is to be returned with the Bid, and arrangements for its return are provided by the Bidder. ARTICLE 11—MODIFICATION OR WITHDRAWAL OF BID 11.01 A Bid may be withdrawn by a Bidder, provided an authorized individual of the Bidder submits a written request to withdraw the Bid prior to the time set for opening the Bids. 11.02 A Bidder may withdraw its Bid within 24 hours after Bids are opened if the Bidder files a signed written notice with the Owner and promptly, but no later than 3 days,thereafter demonstrates to the reasonable satisfaction of the Owner that there was a material and substantial mistake in the preparation of its Bid. The Bid Security will be returned if it is clearly demonstrated to the Owner that there was a material and substantial mistake in its Bid. A Bidder that requests to withdraw its Bid under these conditions may be disqualified from responding to a reissued invitation to Bid for the Work to be furnished under these Contract Documents. 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 45 16 STATEMENT OF EXPERIENCE within 5 days of the date Bids are due to demonstrate that the Bidder meets the minimum requirements to complete the Work. ARTICLE 14—EVALUATION OF BIDS 14.01 The Owner will consider the amount bid, the Bidder's responsibilities, the Bidder's safety record, the Bidder's indebtedness to Owner, the Bidder's capacity to perform the work and/or whether the Bidder has met the minimum specific project experience requirements. Invitation to Bid and Instructions to Bidders 002113-6 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 14.02 Owner may conduct such investigations as it deems necessary to establish the responsibility of the Bidder and any Subcontractors, individuals, or entities proposed to furnish parts of the Work in accordance with the Contract Documents. 14.03 Submission of a Bid indicates the Bidder's acceptance of the evaluation technique and methodology as well as the Bidder's recognition that some subjective judgments must be made by the Owner during the evaluation. Each Bidder agrees to waive any claim it has or may have against the OPT and their respective employees, arising out of or in connection with the administration, evaluation, or recommendation of any Bid. ARTICLE 15—AWARD OF CONTRACT 15.01 The Bidder selected for award of the Contract will be the lowest responsible Bidder that submits a responsive bid. Owner reserves the right to reject any and all Bids, including without limitation, non-conforming, non-responsive or conditional Bids. The Owner reserves the right to adopt the most advantageous 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. 15.02 More than one Bid for the same Work from an individual or entity under the same or different names will not be considered. Reasonable grounds for believing that any Bidder has an interest in more than one Bid for the Work shall be cause for disqualification of that Bidder and the rejection of all Bids in which that Bidder has an interest. ARTICLE 16—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. 16.02 Minority participation goal for this Project has been established to be 45%. 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 18.01 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 Invitation to Bid and Instructions to Bidders 002113-7 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 Owner within 14 days.The Contract will be signed by the City Manager or his/her designee after award and the Bidder's submission of required documentation and signed counterparts. The Contract will not be binding upon Owner until it has been executed by both parties. Owner will process the Contract expeditiously. However, Owner will not be liable for any delays prior to the award or execution of Contract. ARTICLE 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 sales 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. ARTICLE 21—BIDDER's CERTIFICATION OF NO LOBBYING 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 Code and file Form CIQ with the City of Corpus Christi City Secretary's Office, if required. For more information on Form CIQ and to determine if you need to file a Form CIQ, please review the information on the City Secretary's website at http://www.cctexas.com/government/city-secretary/conflict- disclosure/index. ARTICLE 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. Invitation to Bid and Instructions to Bidders 002113-8 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 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 8. C. More than one Bid for same Work from an individual, firm, partnership or corporation. D. Evidence of collusion among Bidders. E. Sworn testimony or discovery in pending litigation with Owner which discloses misconduct or willful refusal by bidder to comply with subject contract or instructions of Owner. F. Failure to have an authorized agent of the Bidder attend the mandatory Pre-Bid Conference, if applicable. G. Bids received from a Bidder who has been debarred or suspended by Owner. H. Bids received from a Bidder when Bidder or principals are currently debarred or suspended by Federal, State or City governmental agencies. 24.02 The following may be cause to reject a Bid or cause to deem a Bid non-responsive or irregular. The City reserves the right to waive any irregularities and any or all formalities: A. Poor performance in execution of work under a previous City of Corpus Christi contract. B. Failure to achieve reasonable progress on an existing City of Corpus Christi contract. 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 form, additions, qualifications or conditions not called for by Owner, or incomplete Bids may be rejected. In any case of ambiguity or lack of clarity in the Bid, OWNER reserves right to determine most advantageous Bid or to reject the Bid. F. Failure to acknowledge receipt of Addenda. G. Failure to submit post-Bid information specified in Section 00 45 16 STATEMENT OF EXPERIENCE within the allotted time(s). H. Failure to timely execute Contract after award. I. Previous environmental violations resulting in fines or citations by a governmental entity (i.e. U.S. Environmental Protection Agency,Texas Commission on Environmental Quality, etc.). J. Bidder's Safety Experience. Invitation to Bid and Instructions to Bidders 002113-9 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 K. Failure of Bidder to demonstrate, through submission of the Statement of Experience,the experience required as specified in Section 00 45 16 STATEMENT OF EXPERIENCE, if that Section is included in the bidding documents. L. Evidence of Bidder's lack of sufficient resources, workforce, equipment or supervision, if required by inclusion of appropriate requirements in Section 00 45 16 STATEMENT OF EXPERIENCE. M. Evidence of poor performance on previous Projects as documented in Owner's project performance evaluations. N. Unbalanced Unit Price Bid: "Unbalanced Bid" means a Bid, which includes a Bid that is based on unit prices which are significantly less than cost for some Bid items and significantly more than cost for others. This may be evidenced by submission of unit price Bid items where the cost are significantly higher/lower than the cost of the same Bid items submitted by other Bidders on the project. O. Evidence of Bidder's lack of capacity to perform the Work. Evidence of Bidder's lack of capacity. Evidence of capacity to perform 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 Invitation to Bid and Instructions to Bidders 002113- 10 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1—BID RECIPIENT In accordance with the Drawings, Specifications, and Contract Documents,this Bid Proposal is submitted by (type or print name of company) on: Wednesday. December 7, 2016 at 2:00 P.M.for Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays, Project No. E16261 1.01 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below)to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi,Texas 78401 Attention: City Secretary Bid -Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays Project No. E16261 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package,the project name and number and that bid documents are enclosed. ARTICLE 2— BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Bid Acknowledgement Form 003000- 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 Addendum No. Addendum Date Signature Acknowledging Receipt ARTICLE 3—BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods,techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are Bid Acknowledgement Form 003000-2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 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 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4—BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5—EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record,the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder.The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non-conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. Bid Acknowledgement Form 003000-3 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6—TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 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 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7—ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. 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 lie exclusively in Nueces County,Texas for any legal action. ARTICLE 10—SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. Bid Acknowledgement Form 003000-4 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form 003000-5 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 ARTICLE 11—BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: (typed or printed full legal name of Bidder) By: (individual's signature) Name: (typed or printed) Title: (typed or printed) Attest: (individual's signature) State of Residency: Federal Tax Id. No. Address for giving notices: Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form 003000-6 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 00 30 01 BID FORM Project Citywide Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Name: Street Overlays Project E16261 Number: Owner: City of Corpus Christi Bidder: OAR: TBD Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid Part 1 (West) PART A-GENERAL ACTIVITIES(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Traffic Control and SWPPP, Residential Streets, set-up, maintenance and EA 50 removal A3 Traffic Control and SWPPP, Collector Streets; set-up; maintenance and EA 20 removal A4 Traffic Control and SWPPP,Arterial Streets;set-up,maintenance and removal EA 15 A5 Ozone Days Day 5 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness A6 (W)(8")(Solid) LF 15,000 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness A7 (W)(4")(Solid) LF 30,000 A8 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness LF 60,000 (W)(4")(Broken) Pavement Marking, Reflectorized Thermoplastic,Type 1,90 Mill Thickness(Y) A9 (4")(Solid) LF 30,000 Pavement Marking,Reflectorized Thermoplastic,Type 1,90 Mill Thickness(Y) A10 (4")(Broken) LF 60,000 All Raised Pavement Markers(Reflectorized),Type IC,IIAA,or IIC-R,as applicable EA 1,500 Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Al2 Asphalt Required,125 Mill EA 20 A13 Pavement Markings(White 24""Stop Bar"Markings) LF 575 A14 Pavement Markings(Crosswalk Markings),(total width of crosswalk) LF 1,750 A15 Pavement Markings White"ONLY" LF 30 A16 Pavement Markings White Turn Arrow Markings(Right,Left,Straight) LF 60 A17 Curb Painting(Yellow No-Parking Zone) LF 500 A18 Curb Painting(Red Fire Zone) LF 500 Computerized Profilograph Services to include street surface evaluations with A19 calibrated vehicle and equipment and approved reports. HR 115 Landscape Improvements,including 4"clean top soil,sod,excavation,backfill, A20 compaction,with established growth. SY 36 A21 Door Hangers,delivered to the business and residences(two each) LS 1 A22 Type 1 Self-Supported Temporary Sediment Control Fence, maintained and LF 1,000 removed A23 Temporary Erosion Control Log,maintained and removed EA 50 A24 Street Sweeping,per curb mile MILE 40 A25 Allowance for Unanticipated General Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART A-GENERAL ACTIVITIES(ITEMS Al THRU A25) Bid Form-Base Bid Part 1-West Page 1 of 4 Citywide Street Preventative Maintenance Program(SPMP)IDIQ Street Overlays City Project No.E16261 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY PART B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Subgrade Repair Up to 2" Depth (Cold/Hot) HMAC Complete in place with SY/IN 7,500 excavation/removal placement,compaction,etc. B2 Subgrade Repair Up to 4-6"Depth(Cement Stabilization)Complete in place SY 7,500 with excavation/removal placement,compaction,etc. Cement Stabilized Base with 4%Cement existing Limestone Base 3-6 inches. B3 Complete in Place with all grading,mixing,compaction,etc. SY 7,500 TX5-475 Triaxial Geogrid, Complete in place with material and proper B4 placement. SY 1,250 B5 HMAC Saw Cutting 2"Depth,Complete in place LF 2,000 B6 HMAC Saw Cutting Additional 1"Depth,Complete in place LF 300 B7 Base Repair, Upper 2" Depth (Limestone), excavation/removal, placement, SY 2,500 compaction,etc. Base Repair, Additional 1" Depth (Limestone), excavation/removal, B8 placement,compaction,etc. SY 10,000 Patching/Small Area Surface Restoration - HMAC, Type "D" per Square B9 Yard/Inch, small equipment placement, removal of existing, placement of SY/IN 2,000 new,compaction,curing,hauling,etc. B10 Crack Seal with all surface preparation and application LF 2,500 Asphalt Material,AC-15P For Seal Coat per Single Course typically applied at a rate ranging from 0.3 to 0.35 Gal/SY,(one to five miles haul distance from B11 an approved site within City Limits), all surface preparation, application, Gal 20,232 curing,rolling/compaction,etc. B12 HMAC-Tack Coat Gal. 1,740 B13 HMAC-Type"D"Level-Up Course(3"Depth Maximum) Ton 200 Emulsion Cationic Grade(HFRS-2P) typically applied at a rate ranging from B14 0.35 to 0.40 Gal/SY, (one to five miles haul distance from an approved site Gal 23,655 within City Limits),per applied rates and requirements Trap Rock(Basalt) Grade 5 Type E per specified gradation,decanted and la B15 abrasion, applied at approximately 150 SY/CY, (one to five miles haul Ton 665 distance from approved site within City MSA),haul,rolled,compacted,etc. Asphalt Material,AC-15P For Seal Coat per Single Course typically applied at a rate ranging from 0.35 to 0.40 Gal/SY,(over five miles haul distance from B16 an approved site within City Limits), all surface preparation, application, Gal 20,232 curing,rolling,compaction,etc. Emulsion Cationic Grade(HFRS-2P) typically applied at a rate ranging from B17 0.35 to 0.40 Gal/SY, (over five miles haul distance from an approved site Gal 23,655 within City Limits),per applied rates and requirements Trap Rock(Basalt) Grade 5 Type E per specified gradation,decanted and la B18 abrasion,applied at approximately 150 SY/CY,(over five miles haul distance Ton 665 from approved site within City Limits),haul,rolled,compacted,etc. Planing(Milling)(1'to 1-1/4')Complete in place with all preparation milling 619 operations,hauling,etc. SY 22,500 Planing(Milling)Additional(1')Complete in place with all preparation milling 620 operations,hauling,etc. SY 22,500 B21 Proof Rolling with equipment,operator,etc. Hour 50 Surface Treatment-HMAC,Type"D"per square yard/inch(one to five miles B22 haul distance from an approved site within city limits)complete in place with SY/IN 36,500 Tack Coat(SS-1H).Placement,compaction,curing,hauling,etc. Bid Form-Base Bid Part 1-West Page 2 of 4 Citywide Street Preventative Maintenance Program(SPMP)IDIQ Street Overlays City Project No.E16261 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Surface Treatment-HMAC,Type"D"per square yard/inch(over five miles B23 haul distance from an approved site within city limits)complete in place with SY/IN 36,500 Tack Coat(SS-1H).Placement,compaction,curing,hauling,etc. B24 Allowance for Unanticipated Street Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS (ITEMS B1 THRU B24) PART C-CONCRETE ACTIVITIES(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removal and Replacement of Multiple Small Segments of Concrete Curb & C1 Gutter, demo, disposal, forms, rebar, concrete, compaction, curing, finish, LF 100 etc. Removal and Replacement of 6"Concrete Driveway Approaches,with demo, C2 disposal,forms,rebar,concrete,compaction,curing,finish,etc. SF 300 Replacement of Stamped 6" Concrete Driveway Approaches, with demo, C3 disposal,forms,rebar,concrete,curing,compaction,finish,etc. SF 100 Replacement of "Washed" 6" Concrete Driveway Approaches, demo, C4 disposal,forms,rebar,concrete,compaction,curing,finish,etc. SF 100 C5 Temporary Driveway Access;set-up,maintenance and removal EACH 5 Removal of and Replacement of 4"Concrete Sidewalk&Bike Paths,with all C6 demo,hauling,disposal,etc. SF 100 C7 Allowance for Unanticipated Concrete Improvements LS 1 $ 5,000.00 $ 51000.00 C8 Allowance for Unanticipated ADA Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART C-CONCRETE ACTIVITIES(ITEMS C1 THRU C8) Bid Form-Base Bid Part 1-West Page 3 of 4 Citywide Street Preventative Maintenance Program(SPMP)IDIQStreet Overlays City Project No.E16261 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY PART D-MINOR UTILITY IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel D1 Inflow Inhibitor and with Concrete Collar,with demo,disposal, forms, rebar, EACH 25 concrete,curing,compaction,finish,etc. Stormwater Manhole Ring&Cover Adjustment, Including New Manhole Ring D2 and Cover Assembly with New Concrete Collar, with demo, disposal, forms, EACH 25 rebar,concrete,curing,compaction,finish,etc. Water Valve Cover Adjustment with Concrete Collar, with demo, disposal, D3 forms,rebar,concrete,compaction,finish,etc. EACH 25 D4 Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete EACH 25 curing,compaction,finish,etc. Replacement of Concrete Collars with High Early Strength Concrete (in D5 addition to unit price)with activity D1,D2,D3&D4 above SF 550 Allowance for Unanticipated Wastewater, Water and Stormwater D6 Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART D-MINOR UTILITY IMPROVEMENTS(ITEMS D1 THRU D6) BID SUMMARY SUBTOTAL PART A-GENERAL ACTIVITIES(ITEMS Al THRU A25) SUBTOTAL PART B-STREET IMPROVEMENTS(ITEMS B1 THRU B24) SUBTOTAL PART C-CONCRETE ACTIVITIES(ITEMS C1 THRU C8) SUBTOTAL PART D-MINOR UTILITY IMPROVEMENTS(ITEMS D1 THRU D6) TOTAL PROJECT BASE BID PART 1(WEST)(PARTS A THRU D) Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form-Base Bid Part 1-West Page 4 of 4 Citywide Street Preventative Maintenance Program(SPMP)IDIQ Street Overlays City Project No.E16261 Rev 10-28-2016 00 30 01 BID FORM Project Citywide Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Name: Street Overlays Project E16261 Number: Owner: JCity of Corpus Christi Bidder: OAR: TBD Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Base Bid Part 2 (East) PART A-GENERAL ACTIVITIES(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Traffic Control and SWPPP, Residential Streets, set-up, maintenance and EA 50 removal A3 Traffic Control and SWPPP, Collector Streets; set-up; maintenance and EA 20 removal A4 Traffic Control and SWPPP,Arterial Streets;set-up,maintenance and removal EA 15 A5 Ozone Days Day 5 A6 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness LF 15,000 (W)(8")(Solid) A7 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness LF 30,000 (W)(4")(Solid) A8 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness LF 60,000 (W)(4")(Broken) A9 Pavement Marking,Reflectorized Thermoplastic,Type 1,90 Mill Thickness(Y) LF 30,000 (4")(Solid) Pavement Marking,Reflectorized Thermoplastic,Type 1,90 Mill Thickness(Y) A10 (4")(Broken) LF 60,000 All Raised Pavement Markers(Reflectorized),Type IC,IIAA,or IIC-R,as applicable EA 1,500 Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Al2 EA 20 Asphalt Required,125 Mill A13 Pavement Markings(White 24""Stop Bar"Markings) LF 575 A14 Pavement Markings(Crosswalk Markings),(total width of crosswalk) LF 1,750 A15 Pavement Markings White"ONLY" LF 30 A16 Pavement Markings White Turn Arrow Markings(Right,Left,Straight) LF 60 A17 Curb Painting(Yellow No-Parking Zone) LF 500 A18 Curb Painting(Red Fire Zone) LF 500 Computerized Profilograph Services to include street surface evaluations with A19 HR 115 calibrated vehicle and equipment and approved reports. Landscape Improvements, including 4" clean top soil, sod, excavation, A20 SY 36 backfill,compaction,with established growth. A21 Door Hangers,delivered to the business and residences(two each) LS 1 A22 Type 1 Self-Supported Temporary Sediment Control Fence, maintained and LF 1,000 removed A23 Temporary Erosion Control Log,maintained and removed EA 50 A24 Street Sweeping,per curb mile MILE 40 A25 Allowance for Unanticipated General Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART A-GENERAL ACTIVITIES(ITEMS Al THRU A25) Bid Form-Base Bid Part 2-East Page 1 of 4 Citywide Street Preventative Maintenance Program(SPMP)IDIQStreet Overlays City Project No.E16261 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY PART B-STREET IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Subgrade Repair Up to 2" Depth (Cold/Hot) HMAC Complete in place with B1 excavation/removal placement,compaction,etc. SY/IN 7,500 B2 Subgrade Repair Up to 4-6"Depth(Cement Stabilization)Complete in place SY 7,500 with excavation/removal placement,compaction,etc. Cement Stabilized Base with 4%Cement existing Limestone Base 3-6 inches. B3 Complete in Place with all grading,mixing,compaction,etc. SY 7,500 B4 TX5-475 Triaxial Geogrid SY 1,250 B5 HMAC Saw Cutting 2"Depth,Complete in place LF 2,000 B6 HMAC Saw Cutting Additional 1"Depth,Complete in place LF 300 B7 Base Repair, Upper 2" Depth (Limestone), excavation/removal, placement, SY 2,500 compaction,etc. Base Repair, Additional 1" Depth (Limestone), excavation/removal, B8 placement,compaction,etc. SY 10,000 Patching/Small Area Surface Restoration - HMAC, Type "D" per Square B9 Yard/Inch, small equipment placement, removal of existing, placement of SY/IN 2,000 new,compaction,curing,hauling,etc. B10 Crack Seal with all surface preparation and application LF 2,500 Asphalt Material,AC-15P For Seal Coat per Single Course typically applied at a 1311 rate ranging from 0.3 to 0.35 Gal/SY,(one to five miles haul distance from an Gal 20,232 approved site within City Limits),all surface preparation, application,curing, rolling/compaction,etc. B12 HMAC-Tack Coat Gal. 1,740 B13 HMAC-Type"D"Level-Up Course(3"Depth Maximum) Ton 200 Emulsion Cationic Grade (HFRS-2P) typically applied at a rate ranging from B14 0.35 to 0.40 Gal/SY, (one to five miles haul distance from an approved site Gal 23,655 within City Limits),per applied rates and requirements Trap Rock(Basalt) Grade 5 Type E per specified gradation,decanted and la B15 abrasion,applied at approximately 150 SY/CY,(one to five miles haul distance Ton 665 from approved site within City MSA),haul,rolled,compacted,etc. Asphalt Material,AC-15P For Seal Coat per Single Course typically applied at a B16 rate ranging from 0.35 to 0.40 Gal/SY,(over five miles haul distance from an Gal 20,232 approved site within City Limits), all surface preparation,application, curing, rolling,compaction,etc. Emulsion Cationic Grade (HFRS-2P) typically applied at a rate ranging from B17 0.35 to 0.40 Gal/SY, (over five miles haul distance from an approved site Gal 23,655 within City Limits),per applied rates and requirements Trap Rock (Basalt)Grade 5 Type E per specified gradation,decanted and la B18 abrasion, applied at approximately 150 SY/CY, (over five miles haul distance Ton 665 from approved site within City Limits),haul,rolled,compacted,etc. Planing(Milling)(1'to 1-1/4')Complete in place with all preparation milling B19 SY 22,500 operations,hauling,etc. Planing(Milling)Additional(1')Complete in place with all preparation milling B20 SY 22,500 operations,hauling,etc. 821 Proof Rolling with equipment,operator,etc. Hour 50 Surface Treatment-HMAC,Type"D"per square yard/inch(one to five miles B22 haul distance from an approved site within city limits)complete in place with SY/IN 36,500 Tack Coat(SS-1H).Placement,compaction,curing,hauling,etc. Bid Form-Base Bid Part 2-East Page 2 of 4 Citywide Street Preventative Maintenance Program(SPMP)IDIQ Street Overlays City Project No.E16261 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY Surface Treatment-HMAC,Type"D"per square yard/inch(over five miles B23 haul distance from an approved site within city limits)complete in place with SY/1 N 36,500 Tack Coat(SS-1H).Placement,compaction,curing,hauling,etc. 624 Allowance for Unanticipated Street Improvements LS 1 $ 15,000.00 $ 15,000.00 SUBTOTAL PART B-STREET IMPROVEMENTS (ITEMS Bl THRU B24) PART C-CONCRETE ACTIVITIES(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Removal and Replacement of Multiple Small Segments of Concrete Curb & C1 LF 100 Gutter,demo,disposal,forms,rebar,concrete,compaction,curing,finish,etc. Removal and Replacement of 6"Concrete Driveway Approaches,with demo, C2 SF 300 disposal,forms,rebar,concrete,compaction,curing,finish,etc. Replacement of Stamped 6" Concrete Driveway Approaches, with demo, C3 SF 100 disposal,forms,rebar,concrete,curing,compaction,finish,etc. C4 Replacement of"Washed"6"Concrete Driveway Approaches,demo,disposal, SF 100 forms,rebar,concrete,compaction,curing,finish,etc. C5 Temporary Driveway Access;set-up,maintenance and removal EACH 5 Removal of and Replacement of 4"Concrete Sidewalk& Bike Paths,with all C6 SF 100 demo,hauling,disposal,etc. C7 Allowance for Unanticipated Concrete Improvements LS 1 $ 5,000.00 $ 5,000.00 C8 Allowance for Unanticipated ADA Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART C-CONCRETE ACTIVITIES(ITEMS C1 THRU C7) Bid Form-Base Bid Part 2-East Page 3 of 4 Citywide Street Preventative Maintenance Program(SPM P)IDIQStreet Overlays City Project No.E16261 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED UNIT PRICE EXTENDED AMOUNT QUANTITY PART D-MINOR UTILITY IMPROVEMENTS(per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel D1 EACH 25 Inflow Inhibitor and with Concrete Collar,with demo, disposal,forms, rebar, concrete,curing,compaction,finish,etc. Stormwater Manhole Ring&Cover Adjustment, Including New Manhole Ring D2 and Cover Assembly with New Concrete Collar, with demo, disposal, forms, EACH 25 rebar,concrete,curing,compaction,finish,etc. D3 Water Valve Cover Adjustment with Concrete Collar, with demo, disposal, EACH 25 forms,rebar,concrete,compaction,finish,etc. D4 Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete EACH 25 curing,compaction,finish,etc. Replacement of Concrete Collars with High Early Strength Concrete (in D5 SF 550 addition to unit price)with activity D1,D2,D3&D4 above Allowance for Unanticipated Wastewater, Water and Stormwater D6 Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART D-MINOR UTILITY IMPROVEMENTS(ITEMS D1 THRU D6) BID SUMMARY SUBTOTAL PART A-GENERAL ACTIVITIES(ITEMS Al THRU A25) SUBTOTAL PART B-STREET IMPROVEMENTS(ITEMS 61 THRU B24) SUBTOTAL PART C-CONCRETE ACTIVITIES(ITEMS C1 THRU C8) SUBTOTAL PART D-MINOR UTILITY IMPROVEMENTS(ITEMS D1 THRU D6) TOTAL PROJECT BASE BID PART 2(EAST)(PARTS A THRU D) Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form-Base Bid Part 2-East Page 4 of 4 Citywide Street Preventative Maintenance Program(SPMP)IDIQStreet Overlays City Project No.E16261 Rev 10-28-2016 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCTT7— PURCHASING DIVISION City off CITY OF CORPUS CHRISTI City DISCLOSURE OF INTEREST c�tr City of Corpus Christi Ordinance 17112,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P.O.BOX: STREET ADDRESS: CITY: ZIP: - FIRM IS: 1. Corporation 82. Partnership B 3. Sole Owner ❑ 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each "employee" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Job Title and City Department(if known) 2. State the names of each "official" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Title 3. State the names of each"board member" of the City of Corpus Christi having an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a "consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3%or more of the ownership in the above named"firm." Name Consultant City of Corpus Christi 003005-1 Disclosure of Interest Rev 01-13-2015 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official,employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (-rrnc or Print) Signature of Certifying Date: Person: DEFINITIONS a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi,Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis,but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial,and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company,joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest" Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi 003005-2 Disclosure of Interest Rev 01-13-2016 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: Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1—REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2—EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be Statement of Experience 004516- 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 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 Statement of Experience 004516-2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Notice of Enforcement received from the TCEQ shall include those classified as major violations and moderate violations under the TCEQ's regulations for documentation of Compliance History, 30 Texas Administrative Code, Chapter 60.2 (c) (1) and (2). 3. "Environmental Protection Agency" includes, but is not limited to the Texas Commission on Environmental Quality (the"TCE(X"), 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) cases in which final orders have been entered by the Occupational Safety and Health Review Commission (the "OSHRC") 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 DBE PARTICIPATION IN THE PROJECT. LIST ALL WORK TO BE PERFORMED BY QUALIFIED MINORITY, MBE AND DBE-PROPOSED SUBCONTRACTORS OR SUPPLIERS IN TABLE 5. 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 8-1/2 x 11 or 11 x 17 paper. D. Submit color PDF documents if color is used in the printed version of the documents. Statement of Experience 004516-3 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 1—Organization Information Organization doing business as: Business Address of Principal Office Telephone No. I Website Form of Business (check one) ❑ Corporation ❑ Partnership ❑ Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: ❑ General ❑ Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience 004516-4 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 1—Organization Information Organization doing business as: Previous History with City of Corpus Christi List the 5 most recent projects that have been completed with the City of Corpus Christi. Project Name Year 1 2 3 4 5 Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year EMR Year EMR Year EMR Previous Bidding and Construction Experience Has Bidder or a predecessor organization been disqualified as a bidder within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been released from a bid or proposal in the past 10 years? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization ever defaulted on a project or failed to complete any work awarded to it? List Projects below and provide full details in a separate attachment if yes. Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the last 10 years? List Projects below and provide full details in a separate attachment if yes. Have liens or claims for outstanding unpaid invoices been filed against the Bidder for services or materials on any projects begun within the preceding 3 years? Specify the name and address of the party holding the lien or making the claim, the amount and basis for the lien or claim, and an explanation of why the lien has not been released or that the claim has not been paid if yes. Statement of Experience 004516-5 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 2—Project Information Organization doing business as: Proposed Project Organization Provide a brief description of the organizational structure proposed for this project indicating the names and functional roles of proposed key personnel and alternates. Provide resumes for Project Manager,Superintendent, Safety Manager and Quality Control Manager. Position Primary Alternate Project Manager Superintendent Safety Manager Quality Control Manager Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self-performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work(based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Estimated Percentage Work of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25%or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience 004516-6 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 3—Projects Awarded during the Last 5 Years Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-7 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-8 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 3—Projects Awarded during the Last 5 Years—Not including City of Corpus Christi Projects Organization doing business as: Proiect Information Project Description Name Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Proiect Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Final Contract #Contract # Days Contract Price Price Days Late Issues/Claims/ Litigation: Statement of Experience 004516-9 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 4—Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Bidder's Safety Record and Experience 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 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 received any Citations for violations of environmental protection laws or regulations 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 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. The Owner will consider the following information as additional support to make a determination as to the responsibility of the Bidder.The Bidder must answer the following questions and provide evidence that it meets minimum OSHA construction safety standards and has a lost time injury rate that does not exceed the limits established below: 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. 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 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 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 ❑ Yes ❑ No ❑ N/A G. Material Handling ❑ 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 ° Yes ❑ No System ("NAICS") Category 23 for each of the past five (5)years? Provide the 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 Bidder's 6 NCCI workers' compensation experience rating sheets for the past five (5)years in a ❑ Yes ❑ No 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 magnitude ❑ Yes ❑ No of the issues in a separate attachment if yes. Statement of Experience 004516- 11 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 Table 5—Demonstrated Minority, MBE, DBE Participation Organization doing business as Project Subcontractors and Suppliers Provide a list of anticipated Minority, MBE, DBE Subcontractors or Suppliers contracts that will be used to demonstrate compliance with the Owner's Minority/ MBE/ DBE Participation Policy Name Work to be Provided Estimated % of Contract Price Statement of Experience 004516- 12 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 06-22-16 IDIC.-Street Overlays, Project No. E16261 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. 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 Street Preventative Maintenance Program(SPMP) Fiscal Year 2017 Rev 06-22-16 IDIQ-Street Overlays, Project No. E16261 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and (Contractor). Owner and Contractor agree as follows: ARTICLE 1—WORK 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays Project No. E16261 ARTICLE 2—DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi,TX 78408 2.02 The Owner's Authorized Representative for this Project is: Name of Owner's Authorized Representative Office Address City, State,Zip Code ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 395 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 Agreement 005223- 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 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$500.00 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$500.00 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 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 5.02.13, 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. Agreement 005223-3 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 D. The Contractor has carefully studied the following Site-related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations,tests, studies, or data are necessary for the performance of the Work at the Contract Price,within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations,tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement 005223-4 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8—ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice,the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9—CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 0100 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10—CONTRACT DOCUMENT SIGNATURES 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 005223-5 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 ATTEST CITY OF CORPUS CHRISTI Rebecca Huerta J.H. Edmonds, P.E. City Secretary Director of Engineering Services 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 EMail END OF SECTION Agreement 005223-6 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 06-22-2016 IDIQ-Street Overlays Project No. E16261 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): Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Telephone (for notice of claim): Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 ReV01-13-2016 IDIQ-Street Overlays Project No. E16261 Surety and Contractor,intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors,successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature: Name: Name: Title: Title: Email Address: Email Address: (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113- 2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Surety Name: Name: Mailing address (principal place of business): Mailing address (principal place of business): Physical address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 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): Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Telephone (for notice of claim): Indefinite Delivery Indefinite Quantity(IDIQ) Street Overlays Project No. E16261 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 following toll-free number:1-800-252-3439 be deemed an original. Payment Bond Form 006116- 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev.01-13-2016 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev.01-13-2016 IDIQ-Street Overlays Project No. E16261 00 72 00 GENERAL CONDITIONS Table of Contents Page Article 1—Definitions and Terminology .......................................................................................................6 1.01 Defined Terms...............................................................................................................................6 1.02 Terminology................................................................................................................................11 Article 2—Preliminary Matters...................................................................................................................12 2.01 Delivery of Bonds and Evidence of Insurance.............................................................................12 2.02 Copies of Documents..................................................................................................................13 2.03 Before Starting Construction ......................................................................................................13 2.04 Preconstruction Conference; Designation of Authorized Representatives................................13 Article 3—Contract Documents: Intent, Requirements, Reuse.................................................................13 3.01 Intent...........................................................................................................................................13 3.02 Reference Standards...................................................................................................................15 3.03 Reporting and Resolving Discrepancies......................................................................................15 3.04 Interpretation of the Contract Documents.................................................................................16 3.05 Reuse of Documents...................................................................................................................16 Article 4—Commencement and Progress of the Work..............................................................................16 4.01 Commencement of Contract Times; Notice to Proceed.............................................................16 4.02 Starting the Work........................................................................................................................16 4.03 Progress Schedule.......................................................................................................................17 4.04 Delays in Contractor's Progress..................................................................................................17 Article 5 —Availability of Lands; Subsurface and Physical Conditions; Hazardous Environmental Conditions...................................................................................................................................................18 5.01 Availability of Lands ....................................................................................................................18 5.02 Use of Site and Other Areas........................................................................................................18 5.03 Subsurface and Physical Conditions............................................................................................19 5.04 Differing Subsurface or Physical Conditions...............................................................................19 5.05 Underground Facilities................................................................................................................21 5.06 Hazardous Environmental Conditions at Site .............................................................................22 Article 6—Bonds and Insurance .................................................................................................................24 6.01 Performance, Payment, and Other Bonds..................................................................................24 6.02 Licensed Sureties ........................................................................................................................24 General Conditions 00 72 00- 1 Corpus Christi Standards- Regular Projects 03-23-2015 6.03 Insu ra nce.....................................................................................................................................25 Article 7—Contractor's Responsibilities.....................................................................................................25 7.01 Supervision and Superintendence..............................................................................................25 7.02 Labor; Working Hours.................................................................................................................25 7.03 Services, Materials, and Equipment ...........................................................................................26 7.04 Concerning Subcontractors, Suppliers, and Others....................................................................26 7.05 Patent Fees and Royalties...........................................................................................................27 7.06 Permits........................................................................................................................................28 7.07 Taxes...........................................................................................................................................28 7.08 Laws and Regulations..................................................................................................................28 7.09 Safety and Protection .................................................................................................................29 7.10 Safety Representative.................................................................................................................30 7.11 Hazard Communication Programs..............................................................................................30 7.12 Emergencies................................................................................................................................30 7.13 Contractor's General Warranty and Guarantee.........................................................................30 7.14 Indemnification...........................................................................................................................31 7.15 Delegation of Professional Design Services................................................................................32 Article 8—Other Work at the Site...............................................................................................................33 8.01 Other Work.................................................................................................................................33 8.02 Coordination ...............................................................................................................................34 8.03 Legal Relationships......................................................................................................................34 Article 9 —Owner's and OPT's Responsibilities...........................................................................................35 9.01 Communications to Contractor ..................................................................................................35 9.02 Replacement of Owner's Project Team Members......................................................................35 9.03 Furnish Data................................................................................................................................35 9.04 Pay When Due.............................................................................................................................35 9.05 Lands and Easements; Reports and Tests...................................................................................35 9.06 Insurance.....................................................................................................................................35 9.07 Modifications..............................................................................................................................35 9.08 Inspections,Tests, and Approvals...............................................................................................35 9.09 Limitations on OPT's Responsibilities .........................................................................................35 9.10 Undisclosed Hazardous Environmental Condition......................................................................36 9.11 Compliance with Safety Program................................................................................................36 General Conditions 007200- 2 Corpus Christi Standards- Regular Projects 03-23-2015 Article 10—OAR's and Designer's Status During Construction ..................................................................36 10.01 Owner's Representative..........................................................................................................36 10.02 Visits to Site.............................................................................................................................36 10.03 Resident Project Representatives...........................................................................................36 10.04 Rejecting Defective Work........................................................................................................36 10.05 Shop Drawings, Modifications and Payments.........................................................................36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work...................37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities.....................................37 Article 11—Amending the Contract Documents; Changes in the Work ....................................................37 11.01 Amending and Supplementing the Contract Documents.......................................................37 11.02 Owner-Authorized Changes in the Work................................................................................38 11.03 Unauthorized Changes in the Work........................................................................................38 11.04 Change of Contract Price ........................................................................................................39 11.05 Change of Contract Times.......................................................................................................40 11.06 Change Proposals....................................................................................................................40 11.07 Execution of Change Orders ...................................................................................................40 11.08 Notice to Surety......................................................................................................................41 Article12—Claims.......................................................................................................................................42 12.01 Claims......................................................................................................................................42 12.02 Claims Process.........................................................................................................................42 Article 13—Cost of the Work; Allowances; Unit Price Work......................................................................43 13.01 Cost of the Work.....................................................................................................................43 13.02 Allowances..............................................................................................................................46 13.03 Unit Price Work.......................................................................................................................46 13.04 Contingencies..........................................................................................................................47 Article 14—Tests and Inspections; Correction, Removal, or Acceptance of Defective Work....................47 14.01 Access to Work........................................................................................................................47 14.02 Tests, Inspections, and Approvals...........................................................................................47 14.03 Defective Work .......................................................................................................................48 14.04 Acceptance of Defective Work................................................................................................49 14.05 Uncovering Work....................................................................................................................49 14.06 Owner May Stop the Work.....................................................................................................49 14.07 Owner May Correct Defective Work.......................................................................................50 General Conditions 007200- 3 Corpus Christi Standards- Regular Projects 03-23-2015 Article 15—Payments to Contractor; Set-Offs; Completion; Correction Period........................................50 15.01 Progress Payments..................................................................................................................50 15.02 Contractor's Warranty of Title................................................................................................52 15.03 Substantial Completion...........................................................................................................52 15.04 Partial Utilization.....................................................................................................................53 15.05 Final Inspection.......................................................................................................................53 15.06 Final Payment..........................................................................................................................53 15.07 Waiver of Claims.....................................................................................................................54 15.08 Correction Period....................................................................................................................54 Article 16—Suspension of Work and Termination.....................................................................................55 16.01 Owner May Suspend Work.....................................................................................................55 16.02 Owner May Terminate for Cause............................................................................................55 16.03 Owner May Terminate For Convenience................................................................................56 Article 17— Final Resolution of Disputes....................................................................................................57 17.01 Methods and Procedures........................................................................................................57 Article18—Miscellaneous..........................................................................................................................57 18.01 Computation of Times.............................................................................................................57 18.02 Owner's Right to Audit Contractor's Records.........................................................................57 18.03 Independent Contractor.........................................................................................................58 18.04 Cumulative Remedies .............................................................................................................58 18.05 Limitation of Damages............................................................................................................58 18.06 No Waiver ...............................................................................................................................58 18.07 Severability..............................................................................................................................58 18.08 Survival of Obligations............................................................................................................59 18.09 No Third Party Beneficiaries ...................................................................................................59 18.10 Assignment of Contract...........................................................................................................59 18.11 No Waiver of Sovereign Immunity..........................................................................................59 18.12 Controlling Law.......................................................................................................................59 18.13 Conditions Precedent to Right to Sue.....................................................................................59 18.14 Waiver of Trial by Jury.............................................................................................................59 18.15 Attorney Fees..........................................................................................................................59 18.16 Compliance with Laws.............................................................................................................59 18.17 Enforcement............................................................................................................................60 General Conditions 007200-4 Corpus Christi Standards- Regular Projects 03-23-2015 18.18 Subject to Appropriation.........................................................................................................60 18.19 Contract Sum...........................................................................................................................60 18.20 Contractor's Guarantee as Additional Remedy ......................................................................60 General Conditions 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 letters in the Contract Documents may include references to identified articles and paragraphs, and the titles of other documents or forms. 1. Addenda - Documents issued prior to the receipt of Bids which clarify or modify the Bidding Requirements or the proposed Contract Documents. 2. Agreement -The document executed between Owner and Contractor covering the Work. 3. Alternative Dispute Resolution -The process by which a disputed Claim may be settled as an alternative to litigation, if Owner and Contractor cannot reach an agreement between themselves. 4. Application for Payment-The forms used by Contractor to request payments from Owner and the supporting documentation required by the Contract Documents. 5. Award Date—The date the City Council of the City of Corpus Christi (City) authorizes the City Manager or designee to execute the Contract on behalf of the City. 6. Bid -The documents submitted by a Bidder to establish the proposed Contract Price and Contract Times and provide other information and certifications as required by the Bidding Requirements. 7. Bidding Documents -The Bidding Requirements,the proposed Contract Documents, and Addenda. 8. Bidder-An individual or entity that submits a Bid to Owner. 9. Bidding Requirements -The Invitation for Bids, Instructions to Bidders, Bid Security, Bid Form and attachments, and required certifications. 10. Bid Security-The financial security in the form of a bid bond provided by Bidder at the time the Bid is submitted and held by Owner until the Agreement is executed and the evidence of insurance and Bonds required by the Contract Documents are provided. A cashier's check, certified check, money order or bank draft from any State or National Bank will also be acceptable. 11. Bonds- Performance Bond, Payment Bond, Maintenance Bond, and other Surety instruments executed by Surety. When in singular form, refers to individual instrument. 12. Change Order-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which modifies the Work, Contract Price, Contract Times, or terms and conditions of the Contract. General Conditions 007200-6 Corpus Christi Standards- Regular Projects 03-23-2015 13. Change Proposal -A document submitted by Contractor in accordance with the requirements of the Contract Documents: a. Requesting an adjustment in Contract Price or Contract Times; b. Contesting an initial decision concerning the requirements of the Contract Documents or the acceptability of Work under the Contract Documents; C. Challenging a set-off against payment due; or d. Seeking a Modification with respect to the terms of the Contract. 14. City Engineer-The Corpus Christi City Engineer and/or his designated representative as identified at the preconstruction conference or in the Notice to Proceed. 15. Claim -A demand or assertion by Owner or Contractor submitted in accordance with the requirements of the Contract Documents. A demand for money or services by an entity other than the Owner or Contractor is not a Claim. 16. Constituent of Concern -Asbestos, petroleum, radioactive materials, polychlorinated biphenyls (PCBs), hazardous wastes, and substances, products,wastes, or other materials that are or become listed, regulated, or addressed pursuant to: a. The Comprehensive Environmental Response, Compensation and Liability Act, 42 U.S.C. §§9601 et seq. ("CERCLA"); b. The Hazardous Materials Transportation Act, 49 U.S.C. §§5501 et seq.; C. The Resource Conservation and Recovery Act, 42 U.S.C. §§6901 et seq. ("RCRA"); d. The Toxic Substances Control Act, 15 U.S.C. §§2601 et seq.; e. The Clean Water Act, 33 U.S.C. §§1251 et seq.; f. The Clean Air Act,42 U.S.C. §§7401 et seq.; or g. Any other Laws or Regulations regulating, relating to, or imposing liability or standards of conduct concerning hazardous, toxic, or dangerous waste, substance, or material. 17. Contract -The entire integrated set of documents concerning the Work and describing the relationship between the Owner and Contractor. 18. Contract Amendment-A document issued on or after the Effective Date of the Contract and signed by Owner and Contractor which: a. Authorizes new phases of the Work and establishes the Contract Price, Contract Times, or terms and conditions of the Contract for the new phase of Work; or b. Modifies the terms and conditions of the Contract, but does not make changes in the Work. 19. Contract Documents -Those items designated as Contract Documents in the Agreement. 20. Contract Price -The monetary amount stated in the Agreement and as adjusted by Modifications, and increases or decreases in unit price quantities, if any, that Owner has agreed to pay Contractor for completion of the Work in accordance with the Contract Documents. General Conditions 007200-7 Corpus Christi Standards- Regular Projects 03-23-2015 21. Contract Times-The number of days or the dates by which Contractor must: a. Achieve specified Milestones; b. Achieve Substantial Completion; and C. Complete the Work. 22. Contractor-The individual or entity with which Owner has contracted for performance of the Work. 23. Contractor's Team -Contractor and Subcontractors, Suppliers, individuals, or entities directly or indirectly employed or retained by them to perform part of the Work or anyone for whose acts they may be liable. 24. Cost of the Work-The sum of costs incurred for the proper performance of the Work as allowed by Article 13. 25. Defective -When applied to Work, refers to Work that is unsatisfactory,faulty, or deficient in that it: a. Does not conform to the Contract Documents; b. Does not meet the requirements of applicable inspections, reference standards, tests, or approvals referred to in the Contract Documents; or C. Has been damaged or stolen prior to OAR's recommendation of final payment unless responsibility for the protection of the Work has been assumed by Owner at Substantial Completion in accordance with Paragraphs 15.03 or 15.04. 26. Designer-The individuals or entity named as Designer in the Agreement and the subconsultants, individuals, or entities directly or indirectly employed or retained by Designer to provide design or other technical services to the Owner. Designer has responsibility for engineering or architectural design and technical issues related to the Contract Documents. Designers are Licensed Professional Engineers or Registered Architects qualified to practice their profession in the State of Texas. 27. Drawings -The part of the Contract that graphically shows the scope, extent, and character of the Work. Shop Drawings and other Contractor documents are not Drawings. 28. Effective Date of the Contract-The date indicated in the Agreement on which the City Manager or designee has signed the Contract. 29. Field Order-A document issued by OAR or Designer requiring changes in the Work that do not change the Contract Price or the Contract Times. 30. Hazardous Environmental Condition -The presence of Constituents of Concern at the Site in quantities or circumstances that may present a danger to persons or property exposed to Constituents of Concern. The presence of Constituents of Concern at the Site necessary for the execution of the Work or to be incorporated in the Work is not a Hazardous Environmental Condition provided these Constituents of Concern are controlled and contained pursuant to industry practices, Laws and Regulations, and the requirements of the Contract. General Conditions 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 in the Agreement and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide construction management services to the Owner. The OAR may be an employee of the Owner. 40. Owner's Indemnitees- Each member of the OPT and their officers, directors, members, partners, employees, agents, consultants, and subcontractors. 41. Owner's Project Team or OPT-The Owner, Owner's Authorized Representative, Resident Project Representative, Designer, and the consultants, subconsultants, individuals, or entities directly or indirectly employed or retained by them to provide services to the Owner. 42. Partial Occupancy or Use - Use by Owner of a substantially completed part of the Work for the purpose for which it is intended (or a related purpose) prior to Substantial Completion of all the Work. General Conditions 007200-9 Corpus Christi Standards- Regular Projects 03-23-2015 43. Progress Schedule - A schedule prepared and maintained by Contractor, describing the sequence and duration of the activities comprising the Contractor's plan to accomplish the Work within the Contract Times. 44. Project - The total undertaking to be accomplished for Owner under the Contract Documents. 45. Resident Project Representative or RPR - The authorized representative of OPT assigned to assist OAR at the Site. As used herein, the term Resident Project Representative includes assistants and field staff of the OAR. 46. Samples - Physical examples of materials, equipment, or workmanship representing some portion of the Work that are used to establish the standards for that portion of the Work. 47. Schedule of Documents - A schedule of required documents, prepared, and maintained by Contractor. 48. Schedule of Values - A schedule, prepared and maintained by Contractor, allocating portions of the Contract Price to various portions of the Work and used as the basis for Contractor's Applications for Payment. 49. Selected Bidder -The Bidder to which Owner intends to award the Contract. 50. Shop Drawings - All drawings, diagrams, illustrations, schedules, and other data or information that are specifically prepared or assembled and submitted by Contractor to illustrate some portion of the Work. Shop Drawings, whether approved or not, are not Drawings and are not Contract Documents. 51. Site - Lands or areas indicated in the Contract Documents as being furnished by Owner upon which the Work is to be performed. The Site includes rights-of-way, easements, and other lands furnished by Owner which are designated for use by the Contractor. 52. Specifications - The part of the Contract that describes the requirements for materials, equipment, systems, standards, and workmanship as applied to the Work, and certain administrative requirements and procedural matters applicable to the Work. 53. Subcontractor - An individual or entity having a direct contract with Contractor or with other Subcontractors or Suppliers for the performance of a part of the Work. 54. Substantial Completion - The point where the Work or a specified part of the Work is sufficiently complete to be used for its intended purpose in accordance with the Contract Documents. 55. Supplementary Conditions - The part of the Contract that amends or supplements the General Conditions. 56. Supplier - A manufacturer, fabricator, supplier, distributor, materialman, or vendor having a direct contract with Contractor or with Subcontractors or other Suppliers to furnish materials or equipment to be incorporated in the Work. 57. Technical Data - Those items expressly identified as Technical Data in the Supplementary Conditions with respect to either: a. Subsurface conditions at the Site; General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 10 03-23-2015 b. Physical conditions relating to existing surface or subsurface structures at the Site, except Underground Facilities; or c. Hazardous Environmental Conditions at the Site. 58. Underground Facilities - All underground pipelines, conduits, ducts, cables, wires, manholes, vaults, tanks, tunnels, other similar facilities or appurtenances, and encasements containing these facilities which are used to convey electricity, gases, steam, liquid petroleum products, telephone or other communications, fiber optic transmissions, cable television, water, wastewater, storm water, other liquids or chemicals, or traffic or other control systems. 59. Unit Price Work - Work to be paid for on the basis of unit prices. 60. Work - The construction of the Project or its component parts as required by the Contract Documents. 61. Work Change Directive - A directive issued to Contractor on or after the Effective Date of the Contract ordering an addition, deletion, or revision in the Work. The Work Change Directive serves as a memorandum of understanding regarding the directive until a Change Order can be issued. 1.02 Terminology A. The words and terms discussed in this Paragraph 1.02 are not defined, but when used in the Bidding Requirements or Contract Documents, have the indicated meaning. B. It is understood that the cost for performing Work is included in the Contract Price and no additional compensation is to be paid by Owner unless specifically stated otherwise in the Contract Documents. Expressions including or similar to "at no additional cost to Owner," "at Contractor's expense," or similar words mean that the Contractor is to perform or provide specified operation of Work without an increase in the Contract Price. C. The terms "day" or "calendar day" mean a calendar day of 24 hours measured from midnight to the next midnight. D. The meaning and intent of certain terms or adjectives are described as follows: 1. The terms "as allowed," "as approved," "as ordered," "as directed," or similar terms in the Contract Documents indicate an exercise of professional judgment by the OPT. 2. Adjectives including or similar to "reasonable," "suitable," "acceptable," "proper," "satisfactory," or similar adjectives are used to describe a determination of OPT regarding the Work. 3. Any exercise of professional judgment by the OPT will be made solely to evaluate the Work for general compliance with the Contract Documents unless there is a specific statement in the Contract Documents indicating otherwise. 4. The use of these or similar terms or adjectives does not assign a duty or give OPT authority to supervise or direct the performance of the Work, or assign a duty or give authority to the OPT to undertake responsibilities contrary to the provisions of Articles 9 or 10 or other provisions of the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 11 03-23-2015 E. The use of the words "furnish," "install," "perform," and "provide" have the following meanings when used in connection with services, materials, or equipment: 1. Furnish means to supply and deliver the specified services, materials, or equipment to the Site or other specified location ready for use or installation. 2. Install means to complete construction or assembly of the specified services, materials, or equipment so they are ready for their intended use. 3. Perform or provide means to furnish and install specified services, materials, or equipment, complete and ready for their intended use. 4. Perform or provide the specified services, materials, or equipment complete and ready for intended use if the Contract Documents require specific services, materials, or equipment, but do not expressly use the words "furnish," "install," "perform," or "provide." F. Contract Documents are written in modified brief style: 1. Requirements apply to all Work of the same kind, class, and type even though the word "all" is not stated. 2. Simple imperative sentence structure is used which places a verb as the first word in the sentence. It is understood that the words "furnish," "install," "perform," "provide," or similar words include the meaning of the phrase "The Contractor shall..." before these words. 3. Unless specifically stated that action is to be taken by the OPT or others, it is understood that the action described is a requirement of the Contractor. G. Words or phrases that have a well-known technical or construction industry or trade meaning are used in the Contract Documents in accordance with this recognized meaning unless stated otherwise in the Contract Documents. H. Written documents are required where reference is made to notices, reports, approvals, consents, documents, statements, instructions, opinions or other types of communications required by the Contract Documents. Approval and consent documents must be received by Contractor prior to the action or decision for which approval or consent is given. These may be made in printed or electronic format through the OPT's project management information system or other electronic media as required by the Contract Documents or approved by the OAR. I. Giving notice as required by the Contract Documents may be by printed or electronic media using a method that requires acknowledgment of the receipt of that notice. ARTICLE 2 — PRELIMINARY MATTERS 2.01 Delivery of Bonds and Evidence of Insurance A. Provide required Bonds with the executed Agreement. B. Provide evidence of insurance required by the Contract Documents with the executed Agreement. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 12 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 Corpus Christi Standards - Regular Projects 00 72 00 - 13 03-23-2015 d. Contractor has taken all of this information into consideration in developing the Contract Price offered and that the Contract Price offered provides full compensation for providing the Work in accordance with the Contract Documents. 3. Organization of the Contract Documents is not intended to control or lessen the responsibility of the Contractor when dividing Work among Subcontractors or Suppliers, or to establish the extent of Work to be performed by trades, Subcontractors, or Suppliers. Specifications or details do not need to be indicated or specified in each Specification or Drawing. Items shown in the Contract Documents are applicable regardless of their location in the Contract Documents. 4. Standard paragraph titles and other identifications of subject matter in the Specifications are intended to aid in locating and recognizing various requirements of the Specifications. Titles do not define, limit, or otherwise restrict Specification text. 5. Provide the labor, documentation, services, materials, or equipment that may be inferred from the Contract Documents or from prevailing custom or trade usage as being required to produce the indicated result, whether specifically called for in the Contract Documents or not. Include these related costs in the offered Contract Price. B. Provide equipment that is functionally complete as described in the Contract Documents. The Drawings and Specifications do not indicate or describe all of the Work required to complete the installation of products purchased by the Owner or Contractor. Additional details required for the correct installation of selected products are to be provided by the Contractor and coordinated with the Designer through the OAR. C. Comply with the most stringent requirements where compliance with two or more standards is specified and they establish different or conflicting requirements for the Work, unless the Contract Documents indicate otherwise. D. Provide materials and equipment comparable in quality to similar materials and equipment incorporated in the Project or as required to meet the minimum requirements of the application if the materials and equipment are shown in the Drawings but are not included in the Specifications. E. The Project Record Copy of the Contract Documents governs if there is a discrepancy between the Project Record Copy of the Contract Documents and subsequent electronic or digital versions of the Contract Documents, including printed copies derived from these electronic or digital versions. F. The Contract supersedes all prior written or oral negotiations, representations, and agreements. The Contract Documents comprise the entire Agreement between Owner and Contractor. The Contract Documents may be modified only by a Modification. G. Request clarification from OAR for a decision before proceeding if Contractor is not clear on the meaning of the Contract Documents. OAR is to issue clarifications and interpretations of the Contract Documents in accordance with the Contract Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 14 03-23-2015 3.02 Reference Standards A. Standard Specifications, Codes, Laws and Regulations: 1. Reference in the Contract Documents to standard specifications, manuals, reference standards, or codes of technical societies, organizations, or associations, or to Laws or Regulations, whether specific or implied, are those in effect at the time Contractor's Bid is submitted or when Contractor negotiates the Contract Price unless specifically stated otherwise in the Contract Documents. 2. No provision of referenced standard specifications, manuals, reference standards, codes, or instructions of a Supplier changes the duties or responsibilities of OPT or Contractor from those described in the Contract Documents or assigns a duty to or gives authority to the OPT to supervise or direct the performance of the Work or undertake responsibilities inconsistent with the Contract Documents. 3. The provisions of the Contract Documents take precedence over standard specifications, manuals, reference standards, codes, or instructions of a Supplier unless specifically stated otherwise in the Contract Documents. B. Comply with applicable construction industry standards, whether referenced or not. 1. Standards referenced in the Contract Documents govern over standards not referenced but recognized as applicable in the construction industry. 2. Comply with the requirements of the Contract Documents if they produce a higher quality of Work than the applicable construction industry standards. 3. Designer determines whether a code or standard is applicable, which of several are applicable, or if the Contract Documents produce a higher quality of Work. C. Make copies of reference standards available if requested by OAR. 3.03 Reporting and Resolving Discrepancies A. Reporting Discrepancies: 1. Carefully study the Drawings and verify pertinent figures and dimensions with respect to actual field measurements before undertaking the Work. Immediately report conflicts, errors, ambiguities, or discrepancies that Contractor discovers or has actual knowledge of to the OAR. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the Contract Documents issued pursuant to Paragraph 11.01. 2. Immediately notify the OAR of conflicts, errors, ambiguities, or discrepancies in the Contract Documents or discrepancies between the Contract Documents and: a. Applicable Laws or Regulations; b. Actual field conditions; c. Standard specifications, manuals, reference standards, or codes; or d. Instructions of Suppliers. 3. Do not proceed with affected Work until the conflict, error, ambiguity, or discrepancy is resolved by a clarification or interpretation from the OAR or by a Modification to the General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 15 03-23-2015 Contract Documents issued pursuant to Paragraph 11.01, except in an emergency as required by Paragraph 7.12. 4. Contractor is liable to the OPT for failure to report conflicts, errors, ambiguities, or discrepancies in the Contract Documents of which Contractor has actual knowledge. 5. Contractor is deemed to have included the most expensive item, system, procedure, etc. in the Contract Price if a conflict, error, ambiguity, or discrepancy in components of the Contract Documents was known, but not reported prior to submitting the Bid or when Contractor negotiates the Contract Price. 3.04 Interpretation of the Contract Documents A. Submit questions concerning the non-technical or contractual / administrative requirements of the Contract Documents to the OAR immediately after those questions arise. OAR is to provide an interpretation of the Contract Documents regarding these questions and will coordinate the response of the OPT to Contractor. B. Submit questions regarding the design of the Project described in the Contract Documents to the OAR immediately after those questions arise. OAR is to request an interpretation of the Contract Documents from the Designer. Designer is to respond to these questions by providing an interpretation of the Contract Documents. OAR will coordinate the response of the OPT to Contractor. C. OPT may initiate a Modification to the Contract Documents through the OAR if a response to the question indicates that a change in the Contract Documents is required. Contractor may appeal Designer's or OAR's interpretation by submitting a Change Proposal. 3.05 Reuse of Documents A. Contractor's Team has no rights to the Contract Documents and may not use the Contract Documents, or copies or electronic media editions of the Contract Documents, other than for the construction of this Project. This provision survives final payment or termination of the Contract. B. Contractor is allowed to retain a copy of the Contract Documents for record purposes, unless specifically prohibited by the Owner for security reasons. Surrender paper and digital copies of the Contract Documents and other related documents and remove these documents from computer equipment or storage devices as a condition of final payment if the Owner so directs. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK 4.01 Commencement of Contract Times; Notice to Proceed A. The Contract Times commence to run on the date indicated in the Notice to Proceed. 4.02 Starting the Work A. Begin performing the Work on the date indicated in the Notice to Proceed. Do not begin Work prior to having the insurance required in Article 6 in force or before the date indicated in the Notice to Proceed. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 16 03-23-2015 4.03 Progress Schedule A. Construct the Work in accordance with the Progress Schedule established in accordance with the Contract Documents. 1. Adjust the Progress Schedule as required to accurately reflect actual progress on the Work. 2. Submit proposed adjustments in the Progress Schedule that change the Contract Times in accordance with the requirements of Article 11. B. Continue performing Work and adhere to the Progress Schedule during disputes or disagreements with Owner. Do not delay or postpone Work pending resolution of disputes or disagreements, or during an appeal process, except as permitted by Paragraph 16.04, or as Owner and Contractor may otherwise agree. 4.04 Delays in Contractor's Progress A. Contractor is entitled to an equitable adjustment in the Contract Times if OPT directly delays, disrupts, or interferes with the performance or progress of the Work. The Contractor agrees to make no Claim for damages for delay in the performance of the Contract occasioned by an act or omission to act of the OPT and agrees that the extension of time provides an equitable adjustment. B. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delays, disruptions, or interference caused by or within the control of Contractor's Team. C. No time extensions are allowed for weather conditions, other than those listed in Paragraph 4.04.D.1, for Projects using calendar days or a fixed date to establish the Contract Time. Contractor is to include the cost associated with weather related delays in the Contract Price and assumes the risks associated with delays related to weather conditions. D. Contractor is entitled to an equitable adjustment in the Contract Times if Contractor's performance or progress is delayed, disrupted, or interfered with by unanticipated causes not the fault of and beyond the control of OPT or Contractor. These unanticipated causes may include: 1. Severe and unavoidable natural catastrophes e.g. fires, floods, hurricanes, epidemics, and earthquakes; 2. Acts or failures to act of utility owners other than those performing other work at or adjacent to the Site by arrangement with the Owner, as contemplated in Article 8; and 3. Acts of war or terrorism. 4. Rain days in excess of the number of days allocated for rain as described in the Supplementary Conditions. E. Delays, disruption, and interference to the performance or progress of the Work resulting from the following are governed by Article 5: 1. The existence of a differing subsurface or physical condition; 2. An Underground Facility not shown or not indicated with reasonable accuracy by the Contract Documents; and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 17 03-23-2015 3. Hazardous Environmental Conditions. These adjustments in Contract Times are the Contractor's sole and exclusive remedy for the delays, disruption, and interference described in this paragraph. F. Article 8 governs delays, disruption, and interference to the performance or progress of the Work resulting from the performance of certain other work at or adjacent to the Site. G. Notify the OAR immediately of a potential delaying, disrupting, or interfering event. Submit a Change Proposal seeking an adjustment in Contract Price or Contract Times within 30 days of the commencement of the delaying, disrupting, or interfering event. H. Contractor is only entitled to an adjustment of the Contract Times for specific delays, disruptions, and interference to the performance or progress of the Work that can be demonstrated to directly impact the ability of the Contractor to complete the Work within the Contract Times. No adjustments in Contract Times are allowed for delays on components of the Work which were or could have been completed without impacting the Contract Times. I. Contractor is not entitled to an adjustment in Contract Price or Contract Times for delay, disruption, or interference caused by or within the control of the Owner if this delay is concurrent with a delay, disruption, or interference attributable to or within the control of the Contractor's Team. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS 5.01 Availability of Lands A. Owner is to furnish the Site and inform the Contractor of encumbrances or restrictions known to Owner related to use of the Site with which Contractor must comply in performing the Work. B. Provide for additional lands and access Contractor requires for temporary construction facilities or storage of materials and equipment, other than those identified in the Contract Documents. Provide documentation of authority to use these additional lands to OAR before using them. 5.02 Use of Site and Other Areas A. Limitation on Use of Site and Other Areas: 1. Confine construction equipment, temporary construction facilities, the storage of materials and equipment, and the operations of workers to the Site, adjacent areas that Owner or Contractor has arranged to use through construction easements or agreements, and other adjacent areas as permitted by Laws and Regulations. Assume full responsibility for damage or injuries which result from the performance of the Work or from other actions or conduct of the Contractor's Team, including: a. Damage to the Site; b. Damage to adjacent areas used for Contractor's Team's operations; c. Damage to other adjacent land or areas; and General Conditions 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 is to be issued by the OAR if Owner and Contractor agree that Contractor is entitled to an adjustment in the Contract Price or Contract Times and agree to the amount or extent of adjustments in the Contract Price or Contract Times. 5.05 Underground Facilities A. The information and data shown or indicated in the Contract Documents with respect to existing Underground Facilities at or adjacent to the Site is based on information and data furnished to OPT by the owners of these Underground Facilities or by others. OPT is not responsible for the accuracy or completeness of information or data provided by others that OPT makes available to Contractor. The Contractor is responsible for: 1. Reviewing and checking available information and data regarding existing Underground Facilities at the Site; 2. Complying with Laws and Regulations related to locating Underground Facilities before beginning Work; 3. Locating Underground Facilities shown or indicated in the Contract Documents; 4. Coordinating the Work with the owners, including Owner, of Underground Facilities during construction; and 5. The safety and protection of existing Underground Facilities at or adjacent to the Site and repairing damage resulting from the Work. B. Notify the OAR and the owner of the Underground Facility immediately if an Underground Facility is uncovered or revealed at the Site that was not shown in the Contract Documents, or was not shown with reasonable accuracy in the Contract Documents. Do not further disturb conditions or perform Work affected by this discovery, except in the event of an emergency as required by Paragraph 7.12. C. The Designer is to take the following action after receiving notice from the OAR: 1. Promptly review the Underground Facility and conclude whether the Underground Facility was not shown or indicated in the Contract Documents, or was not shown or indicated with reasonable accuracy; 2. Prepare recommendations to OPT regarding the Contractor's resumption of Work in connection with this Underground Facility; 3. Determine the extent to which a change is required in the Drawings or Specifications to document the consequences of the existence or location of the Underground Facility; and 4. Advise OAR of Designer's findings, conclusions, and recommendations and provide revised Drawings and Specifications if required. D. OAR is to issue a statement to Contractor regarding the Underground Facility in question and recommend action as appropriate after review of Designer's findings, conclusions, and recommendations. E. Contractor is entitled to an equitable adjustment in the Contract Price or Contract Times as provided in Paragraphs 11.04 and 11.05 to the extent that the existing Underground Facility at the Site that was not shown or indicated in the Contract Documents, or was not shown General Conditions 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 Date Observed New Year's Day January 1 Memorial Day Last Monday in May Independence Day July 4 Labor Day First Monday in September Thanksgiving Day Fourth Thursday in November Friday after Thanksgiving Friday after Thanksgiving Christmas Day December 25 General Conditions 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.B 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions 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, LOSS OR EXPENSE IS ALLEGED TO BE CAUSED IN PART BY AN OWNER'S INDEMNITEE HEREUNDER, SUBJECT TO THE OWNER'S DEFENSES AND LIABILITY LIMITS UNDER THE TEXAS TORT CLAIMS ACT. HOWEVER, NOTHING HEREIN SHALL BE CONSTRUED TO REQUIRE CONTRACTOR TO INDEMNIFY AN OWNER'S INDEMNITEE AGAINST A CLAIM, LOSS, DAMAGE OR EXPENSE CAUSED BY THE (I) NEGLIGENCE OR FAULT, (II) BREACH OR VIOLATION OF A STATUTE, ORDINANCE, GOVERNMENTAL REGULATION, STANDARD OR RULE, OR (III) THE BREACH OF CONTRACT BY AN OWNER'S INDEMNITEE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES EACH OF OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF AN OWNER'S INDEMNITEE. B. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS, ARISING OUT OF OR RELATING TO: (i) THE FAILURE TO CONTROL, CONTAIN, OR REMOVE A CONSTITUENT OF CONCERN BROUGHT TO THE SITE BY CONTRACTOR'S TEAM OR A HAZARDOUS ENVIRONMENTAL CONDITION CREATED BY CONTRACTOR'S TEAM, (II) CONTRACTOR'S TEAM'S ACTION OR INACTION RELATED TO DAMAGES, DELAYS, DISRUPTIONS, OR INTERFERENCE WITH THE WORK OF OWNER'S EMPLOYEES, OTHER CONTRACTORS, OR UTILITY OWNERS PERFORMING OTHER WORK AT OR ADJACENT TO THE SITE, OR (III) THE CORRECTION OF DEFECTIVE WORK. NOTHING IN THIS PARAGRAPH OBLIGATES THE CONTRACTOR TO INDEMNIFY THE OWNER'S INDEMNITEES FROM THE CONSEQUENCES OF THE OWNER'S AND OWNER'S INDEMNITEES OWN NEGLIGENCE. PROVIDED FURTHER HOWEVER, AND IN ADDITION TO THE ABOVE, CONTRACTOR INDEMNIFIES THE OWNER'S INDEMNITEES AGAINST CLAIMS FOR THE BODILY INJURY OR DEATH OF AN EMPLOYEE OF THE CONTRACTOR'S TEAM OF ANY TIER EVEN IF CAUSED BY THE SOLE OR CONCURRENT NEGLIGENCE OF OWNER'S INDEMNITEES. C. TO THE FULLEST EXTENT PERMITTED BY LAW, CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST INDEMNIFIED COSTS RESULTING FROM INFRINGEMENT ON PATENT RIGHTS OR COPYRIGHTS BY CONTRACTOR'S TEAM TO THE FULLEST EXTENT PERMITTED BY LAW. D. The indemnification obligations under this paragraph are not limited by the amount or type of damages, compensation, or benefits payable by or for members of the Contractor's Team or other individuals or entities under workers' compensation acts, disability benefit acts, or other employee benefit acts in claims against Owner's Indemnitees by an employee or the survivor or personal representative of employee of Contractor's Team. General Conditions 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 loss. The notice must include the following: 1. A description of the indemnification event in reasonable detail; 2. The basis on which indemnification may be due; and 3. The anticipated amount of the indemnified loss. This notice does not stop or prevent Owner's Indemnitees from later asserting a different basis for indemnification or a different amount of indemnified loss than that indicated in the initial notice. Owner's Indemnitees do not waive any rights to indemnification except to the extent that Contractor is prejudiced, suffers loss, or incurs expense because of the delay if Owner does not provide this notice within the 10 -day period. G. Defense of Indemnification Claims: 1. Assume the defense of the claim with counsel chosen by the Contractor and pay related costs, unless Owner decides otherwise. Contractor's counsel must be acceptable to Owner. Control the defense and any negotiations to settle the claim. Advise Owner's Indemnitees as to its defense of the claim within 10 days after being notified of the indemnification request. Owner's Indemnitees may assume and control the defense If Contractor does not assume the defense. Pay all defense expenses of the Owner's Indemnitees as an indemnified loss. 2. Owner's Indemnitees may retain separate counsel to participate in, but not control, the defense and any settlement negotiations if Contractor defends the claim. Contractor may not settle the claim without the consent or agreement of Owner. Contractor may settle the claim with Owner's consent and agreement unless it: a. Would result in injunctive relief or other equitable remedies or otherwise require Owner's Indemnitees to comply with restrictions or limitations that adversely affect Owner's Indemnitees; b. Would require Owner's Indemnitees to pay amounts that Contractor does not fund in full; or c. Would not result in Owner and Owner's Indemnitees' full and complete release from all liability to the plaintiffs or claimants who are parties to or otherwise bound by the settlement. 7.15 Delegation of Professional Design Services A. Contractor is not required to provide professional design services unless these services are specifically required by the Contract Documents for a portion of the Work or unless these services are required to carry out Contractor's responsibilities for construction means, methods, techniques, sequences, and procedures. Contractor is not required to provide professional services in violation of applicable Laws and Regulations. General Conditions 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 may be performed by Owner's employees or through other contractors. Utility owners may perform work on their utilities and facilities at or adjacent to the Site. Include costs associated with coordinating with entities performing other work or associated with connecting to this other work in the Contract Price if this other work is shown in the Contract Documents. B. OPT is to notify Contractor of other work prior to starting the work and provide any knowledge they have regarding the start of utility work at or adjacent to the Site to Contractor. C. Provide other contractors: 1. Proper and safe access to the Site; 2. Reasonable opportunity for the introduction and storage of materials and equipment; and 3. Reasonable opportunity to execute their work. D. Provide cutting, fitting, and patching of the Work required to properly connect or integrate with other work. Do not endanger the work of others by cutting, excavating, or otherwise altering the work of others without the consent of OAR and the others whose work will be affected. E. Inspect the work of others and immediately notify OAR if the proper execution of part of Contractor's Work depends upon work performed by others and this work has not been performed or is unsuitable for the proper execution of Contractor's Work. Contractor's General Conditions 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. B. Designer's authority related to design calculations and design drawings submitted in response to a delegation of professional design services are described in Paragraph 7.15. General Conditions 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.C.3; c. Fees are to be determined as follows where one or more tiers of subcontracts are used: 1) The Subcontractor's fee is 15 percent for costs incurred under Paragraphs 13.01.C.1 and 13.01.C.2 for the Subcontractor that actually performs the Work at whatever tier; and 2) The Contractor and Subcontractors of a tier higher than that of the Subcontractor that actually performs the Work are to be allowed a fee of 5 percent of the fee plus underlying costs incurred by the next lower tier Subcontractor; d. No fee is payable on the basis of costs itemized under Paragraphs 13.01.C.4, and 13.01.D; e. Five percent of the net decrease in the cost is to be deducted for changes which result in a net decrease in Contract Price; and General Conditions 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 must be specific and final as to prices and extensions of time, with no reservations or other provisions allowing for future additional money or time as a result of the particular changes identified and fully compensated in the Change Order. The execution of a Change Order by Contractor constitutes conclusive evidence of Contractor's agreement to the ordered changes in the Work. This Contract, as amended, forever releases any claim against Owner for additional time or compensation for matters relating to or arising out of or resulting from the Work included within or affected by the executed Change Order. This release applies to claims related to the cumulative impact of all Change Orders and to any claim related to the effect of a change on unchanged Work. C. All Change Orders require approval by either the City Council or Owner by administrative action. The approval process requires a minimum of 45 days after submission in final form with all supporting data. Receipt of Contractor's submission by Owner constitutes neither acceptance nor approval of a Bid, nor a warranty that the Bid will be authorized by City Council or administrative action. The time required for the approval process may not be considered a delay and no extensions to the Contract Times or increase in the Contract Price will be considered or granted as a result of the process. Contractor may proceed with Work if a Work Change Directive is issued. D. A Change Order is deemed to be in full force as if executed by Contractor if the Contractor refuses to execute a Change Order that is required to be executed under the terms of this Paragraph 11.07. 11.08 Notice to Surety A. Notify the surety of Modifications affecting the general scope of the Work, changes in the provisions of the Contract Documents, or changes in Contract Price or Contract Times. Adjust the amount of each Bond when Modifications change the Contract Price. General Conditions 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. If the entity receiving a Claim approves the Claim in part or denies it in part, this action is final and binding unless the other entity invokes the procedure described in Article 17 for final resolution of disputes within 30 days of this action. I. Notify the OAR if efforts to resolve the Claim are not successful, and the Claim is denied. A denial of the Claim is final and binding unless the other entity invokes the procedure described in Article 17 for the final resolution of disputes within 30 days of the denial. J. The results of the agreement or action on the Claim is to be incorporated in a Change Order by the OAR to the extent they affect the Contract Documents, the Contract Price, or the Contract Times if the Owner and Contractor reach a mutual agreement regarding a Claim. ARTICLE 13 — COST OF THE WORK; ALLOWANCES; UNIT PRICE WORK 13.01 Cost of the Work A. The Cost of the Work is the sum of costs described in this Paragraph 13.01, except those excluded in Paragraph 13.01.D, necessary for the proper performance of the Work. The provisions of this Paragraph 13.01 are used for two distinct purposes: 1. To determine Cost of the Work when Cost of the Work is a component of the Contract Price under cost-plus, time -and -materials, or other cost -based terms; or 2. To determine the value of a Change Order, Change Proposal, Claim, set-off, or other adjustment in Contract Price. B. Contractor is entitled only to those additional or incremental costs required because of the change in the Work or because of the event giving rise to the adjustment when the value of the adjustment is determined on the basis of the Cost of the Work. C. Costs included in the Cost of the Work may not exceed the prevailing costs in the proximate area of the Site for similar work unless agreed to by the Owner. Cost of the Work includes only the following items: 1. Payroll costs for Contractor's employees performing the Work, including one foreman per crew, and other required and agreed upon personnel for the time they are employed on the Work. Employees are to be paid according to wage rates for job classifications as agreed to by Owner. Where the Cost of the Work is being used under provisions of Paragraph 13.01.A.2, rates paid for this Work are to be the same as paid for Contract Work as established by certified payroll. Payroll costs may include: a. Actual costs paid for salaries and wages; b. Actual cost paid for fringe benefits, which may include: 1) Social security contributions, General Conditions 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.C.4. These administrative costs are covered by the Contractor's fee. 2. Office expenses other than Contractor's office at the Site. 3. Any part of Contractor's capital expenses, including interest on Contractor's capital employed for the Work and charges against Contractor for delinquent payments. 4. Costs due to the actions of Contractor's Team for the correction of Defective Work, disposal of materials or equipment that do not comply with Specifications, and correcting damage to property. 5. Losses, damages, and related expenses caused by damage to the Work or sustained by Contractor in connection with the performance of the Work. Contractor is entitled to recover costs if covered by insurance provided in accordance with Article 6. Such losses may include settlements made with the approval of Owner. Do not include these losses, damages, and expenses in the Cost of the Work when determining Contractor's fee. 6. Any Indemnified Cost paid with regard to Contractor's indemnification of Owner's Indemnitees. 7. Other overhead or general expense costs and the costs of items not described in Paragraphs 13.01.C. E. The Contractor's fee is determined as follows: 1. In accordance with the Agreement when the Work is performed on a cost-plus basis. 2. In accordance with Paragraph 11.04.0 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 item in the Contract Documents. Cost may include applicable taxes. Make provisions for trade discounts, rebates, and refunds and reduce the allowance costs by these amounts. 2. Contractor's costs for unloading and handling on the Site, labor, installation, overhead, profit, and other expenses contemplated for the cash allowances have been included in the Contract Price and not in the allowances; and 3. Costs for cash allowances and installation costs as described in Paragraphs 13.02.B.1 and 13.02.B.2 above are included in the Contract Price. C. OAR will issue a Change Order to adjust the Contract Price by the difference between the allowance amount and the actual amount paid by Contractor for Work covered by the allowance. The Change Order will be issued at the time costs are incurred by Contractor for Work covered by the allowance and this Work is included on the Application for Payment. 13.03 Unit Price Work A. The initial Contract Price for Unit Price Work is equal to the sum of the unit price line items in the Agreement. Each unit price line item amount is equal to the product of the unit price for each line item times the estimated quantity of each item as indicated in the Agreement. B. The estimated quantities of items of Unit Price Work are not guaranteed and are solely for the purpose of comparing Bids and determining an initial Contract Price. Payments to Contractor for Unit Price Work are to be based on actual quantities measured for Work in place. C. Each unit price is deemed to include an amount considered by Contractor to be adequate to cover Contractor's overhead and profit for each separately identified item. D. OAR is to determine the actual quantities and classifications of Unit Price Work performed by Contractor to be incorporated into each Application for Payment. OAR's decision on actual quantities is final and binding, subject to the provisions of Paragraph 13.03.E. E. Contractor may submit a Change Proposal, or Owner may file a Claim, seeking an adjustment in the Contract Price within 30 days of OAR's decision under Paragraph 13.03.D, if: 1. The total cost of a particular item of Unit Price Work amounts to 20 percent or more of the total Contract Price and the variation in the quantity of that particular item of Unit Price Work performed by the Contractor differs by more than 20 percent from the estimated quantity of an item indicated in the Agreement; 2. There is no corresponding adjustment with respect to other items of Work; and General Conditions 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 for a specific inspection or test to OPT; 2. To attain OPT's acceptance of materials or equipment to be incorporated in the Work; 3. By manufacturers of equipment furnished under the Contract Documents; 4. For testing, adjusting, and balancing of mechanical, electrical, and other equipment to be incorporated into the Work; 5. For acceptance of materials, mix designs, or equipment submitted for approval prior to Contractor's purchase thereof for incorporation in the Work; 6. For re -inspecting or retesting Defective Work, including any associated costs incurred by the testing laboratory for cancelled tests or standby time; and 7. For retesting due to failed tests. D. Provide independent inspectors, testing laboratories, or other qualified individuals or entities acceptable to OPT to provide these inspections and tests. 14.03 Defective Work A. It is Contractor's obligation to assure that the Work is not Defective. B. OPT has the authority to determine whether Work is Defective and to reject Defective Work. C. OAR is to notify Contractor of Defective Work of which OPT has actual knowledge. D. Promptly correct Defective Work. E. Take no action that would void or otherwise impair Owner's special warranties or guarantees when correcting Defective Work. F. Pay claims, costs, losses, and damages arising out of or relating to Defective Work, including: 1. Costs for correction, removal, and replacement of Defective Work; 2. Cost of the inspection and testing related to correction of Defective Work; 3. Fines levied against Owner by governmental authorities because of Defective Work; and 4. Costs of repair or replacement of work of others resulting from Defective Work. General Conditions 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 completed. This stop work order is to remain in effect until the reason for the stop work order has been eliminated. Owner's right to stop the Work does not create a duty to exercise this right for the benefit of Contractor's Team or surety. 14.07 Owner May Correct Defective Work A. Owner may remedy the following deficiencies after 7 days' notice to Contractor if: 1. Contractor fails to correct Defective Work, or to remove and replace rejected Work as required by OPT; 2. Contractor fails to perform the Work in accordance with the Contract Documents; or 3. Contractor fails to comply with other provisions of the Contract Documents. B. Owner may: 1. Exclude Contractor from the Site; 2. Take possession of the Work and suspend Contractor's services related to the Work; and 3. Incorporate stored materials and equipment in the Work. C. Allow OPT access to the Site and off Site storage areas to enable Owner to exercise the rights and remedies under this Paragraph 14.07. D. All claims, costs, losses, and damages incurred or sustained by Owner in exercising the rights and remedies under this Paragraph 14.07 are to be charged against Contractor as a set-off against payments due under Article 15. These claims, costs, losses, and damages include costs of repair and the cost of replacement of work of others destroyed or damaged by correction, removal, or replacement of Contractor's Defective Work. E. Contractor is not allowed an extension of the Contract Times because of delays in the performance of the Work attributable to the exercise of the Owner's rights and remedies under this Paragraph 14.07. ARTICLE 15 — PAYMENTS TO CONTRACTOR; SET -OFFS; COMPLETION; CORRECTION PERIOD 15.01 Progress Payments A. Progress payments are to be submitted to the OAR on the Application for Payment form provided by the OAR following procedures in the Contract Documents. 1. Progress payments for lump sum Work are to be paid on the basis of the earned value to date at the amounts shown in the Schedule of Values submitted as required by Paragraph 2.03. Final payment will be for the total lump sum amount. 2. Progress payments for Unit Price Work are based on the number of units completed as determined under the provisions of Paragraph 13.03. General Conditions 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; 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; g. i. Owner has been notified of failure to make payments to Subcontractors, Suppliers, or Employees; 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; I. 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; J• 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; 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; p• 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, or a waiver of, the provisions of applicable statutes of limitation or repose. ARTICLE 16 — SUSPENSION OF WORK AND TERMINATION 16.01 Owner May Suspend Work A. Owner may suspend the Work or a portion of the Work for a period of not more than 90 consecutive days, at any time and without cause, by notice to Contractor. This notice fixes the date on which Contractor is to resume Work. Contractor is entitled to adjustments in the Contract Price and Contract Times directly attributable to this suspension only if efforts are made to mitigate the cost impacts of the suspension. Meet with the Owner within 10 days of the notice of suspension to discuss specific strategies to reduce or eliminate the cost of delays. Submit a Change Proposal seeking an adjustment no later than 30 days after the date fixed for resumption of Work. 16.02 Owner May Terminate for Cause A. The occurrence of one or more of the following events constitutes a default by Contractor and justifies termination for cause: 1. Contractor's persistent failure to perform the Work in accordance with the Contract Documents, including failure to supply sufficient skilled workers or suitable materials or equipment; 2. Failure to adhere to the Progress Schedule; 3. Failure of the Contractor to provide a satisfactory replacement Bond or insurance in the event either is lost or canceled; 4. Failure of Contractor to maintain financial solvency to adequately complete the Project as indicated by one or more of the following: a. A petition of bankruptcy is filed by or against Contractor, b. Contractor is adjudged as bankrupt or insolvent, c. Contractor or surety makes a general assignment for the benefit of creditors, d. A receiver is appointed for the benefit of Contractor's creditors, or e. A receiver is appointed on account of Contractor's insolvency; 5. Contractor's disregard of Laws or Regulations of public bodies having jurisdiction; or 6. Contractor's repeated disregard of the authority of OPT. B. Contractor and surety must provide adequate assurance of future performance in accordance with the Contract Documents that is satisfactory to Owner if Contractor is believed to be in financial distress due to the existence of one or more of the indicators listed in Paragraph 16.02.A.4. Owner may terminate this Contract if Contractor and surety fail to provide adequate documentation satisfactory to Owner within 10 days of OAR's request for this information. General Conditions 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 day of this period is to be omitted from the determination if it falls on a Saturday, Sunday, or a legal holiday. B. All references and conditions for a Calendar Day Contract in the Contract Documents apply for a Fixed Date Contract. A Fixed Date Contract is one in which the calendar dates for reaching Substantial Completion and/or final completion are specified in lieu of identifying the number of days involved. 18.02 Owner's Right to Audit Contractor's Records A. By execution of the Contract, Contractor grants Owner the right to audit, examine, inspect and/or copy, at Owner's election at all reasonable times during the term of this Contract and for a period of four (4) years following the completion or termination of the Work, all of Contractor's written and electronically stored records and billings relating to the performance of the Work under the Contract Documents. The audit, examination or inspection may be performed by an Owner designee, which may include its internal auditors or an outside representative engaged by Owner. Contractor agrees to retain its records for a minimum of four (4) years following termination of the Contract, unless there is an ongoing dispute under the Contract, then, such retention period must extend until final resolution of the dispute. As used in these General Conditions, "Contractor written and electronically stored records" include any and all information, materials and data of every kind and character generated as a result of the work under this Contract. Example of Contractor written and electronically stores records include, but are not limited to: accounting data and reports, billings, books, general ledgers, cost ledgers, invoices, production sheets, documents, correspondences, meeting notes, subscriptions, agreements, purchase orders, leases, contracts, commitments, arrangements, notes, daily diaries, reports, drawings, receipts, vouchers, memoranda, time sheets, payroll records, policies, procedures, Subcontractor agreements, Supplier agreements, rental equipment proposals, federal and state tax filings for any issue in question, along with any and all other agreements, sources of information and matters that may, in Owner's sole judgment, General Conditions 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 days to give notice of a claim for damages as a condition precedent to the right to sue on the Contract, subject to the contractual Claims and Alternative Dispute Resolution processes set forth herein. 18.14 Waiver of Trial by Jury A. Owner and Contractor agree that they have knowingly waived and do hereby waive the right to trial by jury and have instead agreed, in the event of any litigation arising out of or connected to this Contract, to proceed with a trial before the court, unless both parties subsequently agree otherwise in writing. 18.15 Attorney Fees A. The Parties expressly agree that, in the event of litigation, all parties waive rights to payment of attorneys' fees that otherwise might be recoverable, pursuant to the Texas Civil Practice and Remedies Code Chapter 38, Texas Local Government Code §271.153, the Prompt Payment Act, common law or any other provision for payment of attorney's fees. 18.16 Compliance with Laws A. Comply with the Americans with Disabilities Act of 1990 as amended (ADA) and Texas Architectural Barriers Act and all regulations relating to either statute. General Conditions 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 1.01 CONTRACTOR'S INSURANCE AMOUNTS A. Provide the insurance coverage for at least the following amounts unless greater amounts are required by Laws and Regulations: Type of Insurance Minimum Insurance Coverage Commercial General Liability including 1. Commercial Form 2. Premises — Completed Operations 3. Explosions and Collapse Hazard 4. Underground Hazard 5. Products / Completed Operations Hazard 6. Contractual Liability 7. Broad Form Property Damage 8. Independent Contractors 9. Personal & Advertising Injury $1,000,000 Per Occurrence $2,000,000 Aggregate Business Automobile Liability - Owned, Non -Owned, Rented and Leased $1,000,000 Combined Single Limit Workers' Compensation Statutory Employer's Liability $500,000/ 500,000/ 500,000 Excess Liability/Umbrella Liability 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 X 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 X Not Required Installation Floater Required if installing city -owned equipment Equal to Contract Price • Required X Not Required Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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. I. Owner does not represent that the insurance coverage and limits established in this Contract are adequate to protect Contractor or Contractor's interests. J. The required insurance and insurance limits do not limit the Contractor's liability under the indemnities granted to Owner's Indemnitees in the Contract Documents. K. Provide for an endorsement that the "other insurance" clause shall not apply to the OPT where the OPT is an additional insured shown on the policy. Contractor's insurance is primary and non-contributory with respect to any insurance or self-insurance carried by the OPT for liability arising out of operations under this Contract. L. Include the Owner and list the other members of the OPT and any other individuals or entities identified in the Supplementary Conditions as additional insureds on all policies with the exception of the workers' compensation policy and Contractor's professional liability policy. 1.03 CONTRACTOR'S INSURANCE A. Purchase and maintain workers' compensation and employer's liability insurance for: 1. Claims under workers' compensation, disability benefits, and other similar employee benefit acts. Obtain workers' compensation coverage through a licensed insurance Insurance Requirements 00 72 01- 2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev06-22-2016 IDIQ-Street Overlays Project No. E16261 company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 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; Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007201-3 Rev 06-22-2016 d) Coverage for testing and startup; e) Any loss to property while in transit; f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and 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. Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007201-4 Rev 06-22-2016 G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. 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 Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007201-5 Rev 06-22-2016 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 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. Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007201-6 Rev 06-22-2016 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 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. Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007201-7 Rev 06-22-2016 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. 3. No requirements of this Contract may be interpreted as requiring the issuance of a certificate of insurance on a certificate of insurance form that has not first been filed with and approved by the Texas Department of Insurance. B. Include the name of the Project in the description of operations box on the certificate of insurance. 2.03 INSURANCE POLICIES A. 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- Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007201-8 Rev 06-22-2016 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 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. Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007201-9 Rev 06-22-2016 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; 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 Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 00 72 01-10 Rev 06-22-2016 Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 00 72 01-11 Rev 06-22-2016 00 72 02 WAGE RATE REQUIREMENTS ARTICLE 1— PREVAILING WAGE RATE REQUIREMENTS 1.01 PAYMENT OF PREVAILING WAGE RATES A. Contractor and any Subcontractors employed on this Project shall pay not less than the rates established by the Owner as required by Texas Government Code Chapter 2258. B. Contractor is required to pay Davis -Bacon Wage Rates. 1.02 RECORDS A. In accordance with Tex. Gov't Code §2258.024, the Contractor and its Subcontractors, if any, shall keep a record showing: 1. The name and occupation of each worker employed by the Contractor or Subcontractor in the construction of the Work; and 2. The actual per diem wages paid to each worker. B. The record shall be open at all reasonable hours to inspection by the officers and agents of the Owner. 1.03 LIABILITY; PENALTY; CRIMINAL OFFENSE A. Tex. Gov't Code §2258.003 — Liability: An officer, agent, or employee of the Owner is not liable in a civil action for any act or omission implementing or enforcing Chapter 2258 unless the action was made in bad faith. B. Tex. Gov't Code §2258.053(b) — Penalty: Any Contractor or Subcontractor who violates the requirements of Chapter 2258, shall pay to the Owner, on whose behalf the Contract is made, $60 for each worker employed or each calendar day or part of the day that the worker is paid less than the wage rates stipulated in the Contract. C. Tex. Gov't Code §2258.058 — Criminal Offense: 1. An officer, agent, or representative of the Owner commits an offense if the person willfully violates or does not comply with a provision of Chapter 2258. 2. Any Contractor or Subcontractor, or an agent or representative of the Contractor or Subcontractor, commits an offense if the person violates Tex. Gov't Code §2258.024. 3. An offense is punishable by: a. A fine not to exceed $500; b. Confinement in jail for a term not to exceed 6 months; or c. Both a fine and confinement. 1.04 PREVAILING WAGE RATES A. The minimum rates for various labor classifications as established by the Owner are shown below: Wage Rate Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No 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). 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 Patricio Counties in Texas. HIGHWAY CONSTRUCTION PROJECTS (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). Note: 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Wage Rate Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007202-2 REV 06-12-2015 Modification Number Publication Date 0 01/08/2016 SUTX2011-010 08/08/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 Fringes 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), Wage Rate Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007202-3 REV 06-12-2015 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 Wage Rate Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007202-4 REV 06-12-2015 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 Wage Rate Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007202-5 REV 06-12-2015 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 END OF SECTION Wage Rate Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007202-6 REV 06-12-2015 00 72 03 MINORITY / MBE / DBE PARTICIPATION POLICY ARTICLE 1— PARTICIPATION POLICY 1.01 POLICY A. It is the policy of the City of Corpus Christi that maximum opportunity is afforded minorities, women, and Minority Business Enterprises (MBE) to participate in the performance of contracts awarded by the City of Corpus Christi in support of Equal Employment Opportunity goals and objectives of the Affirmative Action Policy Statement of the City dated October 1989, and any amendments thereto. In accordance with such policy, the City has established goals, as stated herein, both for minority and female participation by trade and for Minority Business Enterprise. 1.02 DEFINITIONS A. Prime Contractor: Any person, firm, partnership, corporation, association, or joint venture as herein provided which has been awarded a City contract. B. Subcontractor: Any named person, firm, partnership, corporation, association, or joint venture as herein identified as providing work, labor, services, supplies, equipment, materials, or any combination of the foregoing under contract with a prime contractor on a City contract. C. Minority Business Enterprise: A business enterprise that is owned and controlled by one or more minority person(s). Minority person(s) must collectively own, operate and/or actively manage, and share in payments from such an enterprise in the manner hereinafter set forth: 1. Owned: a. For a sole proprietorship to be deemed a minority business enterprise, it must be owned by a minority person. b. For an enterprise doing business as a partnership, at least 51 percent of the assets or interest in the partnership property must be owned by one or more minority person(s). c. For an enterprise doing business as a corporation, at least 51 percent of the assets or interest in the corporate shares must be owned by one or more minority person(s). 2. Controlled: a. The primary power, direct or indirect, to manage a business enterprise rests with a minority person(s). 3. Share in Payments: a. Minority partners, proprietors, or stockholders of the business enterprise, must be entitled to receive 51 percent or more of the total profits, bonuses, dividends, interest payments, commissions, consulting fees, rents, procurement, and subcontract payments, and any other monetary distribution paid by the business enterprise. Minority / MBE / DBE Participation Policy 00 72 03 - 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 D. Minority: Minority persons include Blacks, Mexican -Americans and other persons of Hispanic origin, American Indians, Alaskan Natives, and Asians or Pacific Islanders. For the purposes of this policy, women are also considered as minorities. E. Female Owned Business Enterprise: A sole proprietorship that is owned and controlled by a woman, a partnership at least 51 percent of whose assets or partnership interests are owned by one or more women, or a corporation at least 51 percent of whose assets or interests in the corporate shares are owned by one or more women. F. Joint Venture: A joint venture means an association of two or more persons, partnerships, corporations, or any combination thereof, founded to carry on a single business activity which is limited in scope and direction. The degree to which a joint venture may satisfy the stated MBE goal cannot exceed the proportionate interest of the MBE as a member of the joint venture in the Work to be performed by the joint venture. For example, a joint venture which is to perform 50 percent of the Work itself and in which a minority joint venture partner has a 50 percent interest, shall be deemed equivalent to having minority participation in 25 percent of the Work. Minority members of the joint venture must have financial, managerial, or technical skills in the Work to be performed by the joint venture. 1.03 GOALS A. The goals for participation by minorities and Minority Business Enterprises expressed in percentage terms for the Contractor's aggregate work force on all construction Work for the Contract award shall be as specified in SECTION 00 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007203-2 Rev 01-13-2016 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 LNV, Inc. ARTICLE 4 — COMMENCEMENT AND PROGRESS OF THE WORK SC -4.04 DELAYS IN CONTRACTOR'S PROGRESS A. The allocation for delays in the Contractor's progress for rain days as set forth in General Conditions Paragraph 4.04.D are to be determined as follows: 1. Include rain days in developing the schedule for construction. Schedule construction so that the Work will be completed within the Contract Times assuming that these rain days will occur. Incorporate residual impacts following rain days such as limited access to and within the Site, inability to work due to wet or muddy Site conditions, delays in delivery of equipment and materials, and other impacts related to rain days when developing the schedule for construction. Include all costs associated with these rain days and residual impacts in the Contract Price. 2. A rain day is defined as any day in which the amount of rain measured by the National Weather Services at the Power Street Stormwater Pump Station is 0.50 inch or greater. Records indicate the following average number of rain days for each month: Month Day Month Days January 3 July 3 February 3 August 4 March 2 September 7 April 3 October 4 May 4 November 3 June 4 December 3 Supplementary Conditions Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 007300-1 11-25-2013 3. A total of 50 rain days have been set for this Project. An extension of time due to rain days will be considered only after 50 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. Delete Paragraph 5.03 entirely and insert the following: "5.03 Subsurface and Physical Conditions A. No reports of explorations or tests of subsurface conditions at or contiguous to the Site, or drawings of physical conditions relating to existing surface or subsurface structures at the Site, are known to Owner." SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. Delete Paragraph 5.06 entirely and insert the following: "5.06 Hazardous Environmental Conditions at Site A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner." SC -7.04 CONCERNING SUBCONTRACTORS, SUPPLIERS, AND OTHERS A. Add the following sentence to the end of Paragraph 7.04.A: "The Contractor must perform at least 50 percent of the Work, measured as a percentage of the Contract Price, using its own employees." END OF SECTION Supplementary Conditions Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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: This project is part of the Citywide Street Preventative Maintenance Program Fiscal Year 2017 program that provides for the implementation of the citywide SPMP, consisting of hot -mix asphalt overlays and seal coats for selected arterial, collector and local (residential) streets. THIS CONTRACT IS FOR STREET OVERLAYS ONLY. Up to five (5) delivery orders will be issued for each of two (2) designated areas. Two Base Bid Schedules, included in this single bid invitation, are for two (2) designated areas within the city limits as follows: Base Bid Part 1 (West) and Base Bid Part 2 (East). This project is an IDIQ construction contract to perform street overlay improvements throughout the City, including minor utility manhole ring & cover and valve cover adjustments. The Work will be issued in individual work orders called "Delivery Orders" that provide specific scope and requirements. The City intends to award this contract for an initial one-year/12-month period, with the option to administratively renew for two (2) additional one-year/12-month periods. The City's Department of Engineering Services will determine whether to exercise an option to renew based on the Contractor's successful performance of the work on all Delivery Orders, the recommendation of the City's Design Engineer, Construction Management & Inspection Team, approval by the City's Director of Engineering Services, and the concurrence of the Contractor. The contract allows for a City -approved economic adjustment to apply to a renewal period if, based upon published cost -of -construction indices acceptable to the City. B. The single bid provides two base bids with work across two (2) areas of the City — Base Bid Part 1 (West) and Base Bid Part 2 (East). The City intends to award Base Bid Part 1 (West), to the lowest responsible bidder and award the Base Bid Part 2 (East) to the lowest responsible bidder. If the same bidder submits the lowest bid from multiple parts, the bidder must demonstrate sufficient capacity and resources to perform all parts simultaneously in accordance with the Contract Documents. This includes sufficient crews and equipment for each Part to be considered for award. The City will determine satisfactory capacity, and if, the award of multiple parts to one contractor is in the best Summary of Work Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 01 1100 - 1 Rev 01-13-2016 interest of the City. If the contractor only qualifies for one part, the award of the lowest of the multiple bid will be awarded, and the other parts awarded to the next lowest bidder. 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. 1.04 WORK BY OWNER A. The Owner plans to perform the following items of work which are not included in this Contract, but may impact the construction scheduling and completion: 1. None. B. Completion of the Work described in this Contract may impact the construction of the items listed above. 1. Coordinate construction activities through the OAR. 2. Pay claims for damages which result from the late completion of the Project or any specified Milestones. C. Owner will provide normal operation and maintenance of the existing facilities during construction, unless otherwise stated. 1.05 CONSTRUCTION OF UTILITIES A. Pay for temporary power, including but not limited to construction cost, meter connection fees, and permits. 1.06 USE PRIOR TO FINAL COMPLETION A. Owner has the right to use or operate any portion of the Project that is ready for use after notifying the Contractor of its intent to do so. B. The execution of Bonds is understood to indicate the consent of the surety to these provisions for use of the Project. C. Provide an endorsement from the insurance carrier permitting use of Project during the remaining period of construction. D. Conduct operations to insure the least inconvenience to the Owner and general public. Summary of Work Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 011100-2 Rev 01-13-2016 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 011100-3 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. Specified allowance amount is included in the Contract Price to cover costs for possible unanticipated work that may arise during construction of the improvements. This reserve amount is to be included in all bids for this project. This amount may become available for payments to the Contractor, at the City's discretion, in the event that the unforeseen conditions or conflicts are encountered during construction. There is no guarantee that any of this fund will be used during the course of this project. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. Alternates and Allowances Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012310-1 11-25-2013 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES 1. None 1.04 DESCRIPTION OF ALLOWANCES — BASE BID PART 1 (WEST) A. Allowance A - Unanticipated General Improvements: 1. The sum of $5,000 to be used for the purchase of Unanticipated General Improvements. B. Allowance B - Unanticipated Street Improvements: 1. The sum of $15,000 to be used for the purchase of Unanticipated Street Improvements. C. Allowance C - Unanticipated Concrete Improvements: Alternates and Allowances Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012310-2 11-25-2013 1. The sum of $5,000 to be used for the purchase of Unanticipated Concrete Improvements. D. Allowance D - Unanticipated Wastewater, Water and Stormwater Improvements: 1. The sum of $5,000 to be used for the purchase of Unanticipated Wastewater, Water and Stormwater Improvements. E. Allowance E — ADA Improvements: 1. The sum of $5,000 to be used for ADA Improvements. 1.05 DESCRIPTION OF ALLOWANCES BASE BID PART 2 (EAST) A. Allowance A - Unanticipated General Improvements: 1. The sum of $5,000 to be used for the purchase of Unanticipated General Improvements. B. Allowance B - Unanticipated Street Improvements: 1. The sum of $15,000 to be used for the purchase of Unanticipated Street Improvements. C. Allowance C - Unanticipated Concrete Improvements: 1. The sum of $5,000 to be used for the purchase of Unanticipated Concrete Improvements. D. Allowance D - Unanticipated Wastewater, Water and Stormwater Improvements: 1. The sum of $5,000 to be used for the purchase of Unanticipated Wastewater, Water and Stormwater Improvements. E. Allowance E — ADA Improvements: 1. The sum of $5,000 to be used for ADA Improvements. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012310-3 11-25-2013 01 29 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 01 31 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES (NOT APPLICABLE) 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 23 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. [16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 for Payment Procedures Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS Base Bid Part 1 -West and Base Bid Part 2 -East A. Bid Item Al — 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; Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012901-1 Rev 01-13-2016 f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. B. Bid Item A5 — Ozone Days: 1. Payment will be made based on the number of declared Ozone Days activated times the bid unit cost per day, and will include all costs including but not limited to labor, materials, and equipment. 2. This item will be measured as the number of days declared by the City of Corpus Christi as ozone days where the Contractor is not allowed to conduct certain activities identified elsewhere in the Contract. C. Bid Item Al2 — Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill, with all surface preparation, application, etc.: 1. Payment for this item will be made at unit price bid for Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill for width of street at 24 feet. Street humps with greater width will be paid for at a prorated price, and will include all labor, material, equipment, and incidentals. 2. This item will be measured by each speed hump in place. D. Bid Item A19 — Computerized Profilograph Services to include street surface evaluations with calibrated vehicle and equipment and approved reports: 1. Payment will be made at the unit price bid for Computerized Profilograph Services for each hour the machine is utilized, including mobilization and demobilization and will include all costs for labor, materials, equipment, and incidentals, and for preparation of a written report. 2. This item will be measured by the hour the Profilograph machine is utilized. E. Bid Item A20 — Landscape Improvements, including 4" clean top soil, sod, excavation, backfill, compaction, with established growth: 1. This item will be paid by the unit bid price for Landscape Improvements and will include compensation for all labor, materials, equipment, and incidentals. 2. This item will be measured by the square yard. F. Bid Item A21 — Door Hangers, delivered to the business and residences (two each): 1. This item will be paid by the unit price for Door Hangers and will include compensation for all labor, materials, equipment, and incidentals. 2. This item will be measured by the lump sum. G. Bid Item A24 — Street Sweeping, per curb mile: 1. This item will be paid by the unit price for Street Sweeping and will include compensation for all labor, materials, equipment, and incidentals. 2. This item will be measured by the curb mile. H. Bid Item A25 — Allowance for Unanticipated General Improvements: Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012901-2 Rev 01-13-2016 1. Allowances for Unanticipated General Improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer, and will include all labor materials, equipment, and any other costs associated with such directive. 2. This item will be measures by lump sum according to the directive of the Engineer. I. Bid Item B7 — Base Repair, Upper 2" Depth (Limestone) with excavation/removal, placement, compaction, etc.: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Base Repair, Upper 2" Depth (Limestone). This price is full compensation for furnishing and disposing of materials, blading, brooming, scarifying, salvaging, replacing, stockpiling, reshaping, refinishing, compacting, finishing, curing, and equipment, labor, tools, and incidentals. 2. This item will be measured by the square yard of existing base in its original position. J. Bid Item B8 — Base Repair, Additional 1" Depth (Limestone) with excavation/removal, placement, compaction, etc.: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Base Repair, Additional 1" Depth (Limestone). This price is full compensation for furnishing and disposing of materials, blading, brooming, scarifying, salvaging, replacing, stockpiling, reshaping, refinishing, compacting, finishing, curing, and equipment, labor, tools, and incidentals. 2. This item will be measured by the square yard of existing base in its original position. K. Bid Item B9 — Patching/Small Area Surface Restoration - HMAC, Type "D" per Square Yard/Inch with small equipment placement, removal of existing, placement of new, compaction, curing, hauling, etc.: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Patching/Small Area Surface Restoration — HMAC Type "D". The price bid for repair is full compensation for furnishing materials, unless otherwise shown on the plans, application of the tack coat, removal and disposal of debris and excess materials, leveling off or weighting the load for measurement, and equipment, labor, tools, and incidentals. 2. Patching/Small Area Surface Restoration-HMAC, Type "D" will be measured by the square yard/inch of surface area. The minimum quantity per callout respectively is 5 square yards. L. Bid Item B10 — Crack Seal with all surface preparation and application: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Crack Seal. This price is full compensation for routing, cleaning, and sealing joints and cracks, furnishing and placing materials, and equipment, labor, tools, and incidentals. 2. This item will be measured by the linear foot. M. Bid Item B11 — Asphalt Material, AC -15P For Seal Coat Per Single Course typically applied at a rate ranging from 0.3 to 0.35 Gal/SY, (one to five miles haul distance from an approved Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012901-3 Rev 01-13-2016 site within City Limits) with all surface preparation, application, curing, rolling/compaction, etc.. 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Asphalt Material, AC -15P For Seal Coat Per Single Course. This price is full compensation for surface preparation, cleaning and sprinkling the area to be primed; furnishing, preparing, and placing materials, including blotter material; removing existing pavement markers and excess aggregate; equipment, labor, tools and incidentals. 2. This item will be measured by the gallon. N. Bid Item B14 — Emulsion Cationic Grade (HFRS-2P) typically applied at a rate ranging from 0.35 to 0.40 Gal/SY, (one to five miles haul distance from an approved site within City Limits), per applied rates and requirements: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Emulsion Cationic Grade (HFRS-2P). This price is full compensation for surface preparation, cleaning and sprinkling the area to be primed; furnishing, preparing, and placing materials, including blotter material; removing existing pavement markers and excess aggregate; equipment, labor, tools and incidentals. 2. This item will be measured by the gallon. O. Bid Item B18 — Trap Rock Trap Rock (Basalt) Grade 5 Type E per specified gradation, decanted and la abrasion, applied at approximately 150 SY/CY, (one to five miles haul distance from approved site within City MSA), haul, rolled, compacted, etc.: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Trap Rock (Basalt) Grade 5 Type E. This price is full compensation for surface preparation, furnishing, preparing, hauling, and placing materials; rolling; cleaning up stockpiles; and equipment, labor, tools and incidentals. 2. This item will be measured by the ton. P. Bid Item B21 — Proof Rolling with equipment, operator, etc.: Q. 1. The work performed and equipment furnished in accordance with this item will be paid for at the unit price bid for Proof Rolling. This price is full compensation for furnishing and operating equipment and for labor, materials, tools, and incidentals. 2. Rolling will be measured by the hour operated on surfaces being tested. Bid Item B24—Allowance For Unanticipated Street Improvements: 1. Allowances for Unanticipated Street Improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer, and will include all labor, materials, equipment, and any other costs associated with such directive. 2. This item will be measures by lump sum according to the directive of the Engineer. Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012901-4 Rev 01-13-2016 R. Bid Item C1 — Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc.: 1. Payment will be made at the unit bid price for Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter and will be full compensation for preparing the subgrade and base; furnishing and placing all materials including reinforcing steel and expansion materials; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor tools, equipment, and incidentals necessary to complete the work. 2. Concrete Curb and Gutter will be measured by the linear foot for each type of curb. S. Bid Item C2 — Removal and Replacement of 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc.: 1. Payment will be made at the unit price bid for Removal and Replacement of 6" Concrete Driveway Approaches of all removed materials. The cost will include all materials, labor, equipment, and incidentals. 2. This item will be measured by the square foot of removed driveway approaches, including disposal. T. Bid Item C3 — Replacement of Stamped 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc.: 1. Payment will be by the unit price bid for Replacement of Stamped 6" Concrete Driveway Approaches and will be full compensation for preparing the subgrade; for furnishing and placing all material, including all reinforcing steel and expansion joint materials; and all manipulation, labor, tools, equipment, and incidentals necessary to complete the work. 2. Concrete Driveway will be measured by the square foot of surface area of completed stamped 6" concrete driveway, as indicated in the plans. U. Bid Item C4 — Replacement of "Washed" 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc.: 1. Payment will be made for at the unit bid price for Replacement of "Washed" 6" Concrete Driveway Approaches and will be full compensation for preparing the subgrade; for furnishing and placing all materials, including all reinforcing steel and expansion joint materials; and all manipulation labor, tools, equipment, and incidentals necessary to complete the work. 2. Work accepted material as prescribed for in this specification will be measured by the square foot of surface area of work completed. V. Bid item C5 —Temporary Driveway Access; set-up, maintenance and removal: 1. Payment will be made at the unit price bid for Temporary Driveway Access and will include all labor, materials, equipment, and incidentals, using appropriate materials to provide safe access. 2. This item will be measured by each. W. Bid Item C6 — Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths, with all demo, hauling, disposal, etc.: Measurement and Basis for Payment 01 29 01- 5 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 1. Payment will be made at the unit price bid for Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths and will include all labor, materials, equipment, and incidentals. 2. This item will be measured by the square foot of concrete sidewalk or by bike path. X. Bid Item C7 — Allowance for Unanticipated Concrete Improvements: 1. Allowances for Unanticipated Concrete Improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer, and will include all labor materials, equipment, and any other costs associated with such directive. 2. This item will be measures by lump sum according to the directive of the Engineer. Y. Bid Item D1— Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel Inflow Inhibitor and with Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc.: 1. Payment will be made by the unit price for each Sanitary Sewer Manhole Ring & Cover Adjustment as specified in the contract drawings, which will include all costs for labor, materials, equipment and any other cost associated with this effort. 2. Measurement will be made for each manhole adjustment as specified in the contract drawings. Z. Bid Item D2 — StormWater Manhole Ring & Cover Adjustment, Including New Manhole Ring and Cover Assembly with New Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc.: 1. Payment will be made by the unit price for each StormWater Manhole Ring & Cover Adjustment as specified in the contract drawings, which will include all costs for labor, materials, equipment, and any other costs associated with this effort. 2. Measurement will be made for each manhole adjustment as specified in the contract drawings. AA. Bid Item D3 — Water Valve Cover Adjustment with Concrete Collar, complete in place with demo, disposal, forms, rebar, concrete, compaction, finish, etc.: 1. Payment will be made by the unit price for each Water Valve Cover Adjustment with Concrete Collar as specified in the contract drawings, which will include all costs for labor, materials, equipment and any other costs associated with this effort. 2. Measurement will be made for each water valve cover adjustment, as specified in the contract drawings. BB. Bid Item D4 — Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete curing, compaction, finish, etc.: 1. Payment will be made by the unit price for each Gas Valve Cover Adjustment as specified in the contract drawings, which will include all costs for labor, materials, equipment and any other costs associated with this effort. Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012901-6 Rev 01-13-2016 2. Measurement will be made for each gas valve coveradjustment, as specified in the contract drawings. CC. Bid Item D5 — Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price), with activity D1, D2, D3 & D4 above: 1. Payment will be made by the unit price for each Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price) for manholes and valves requiring high Early Strength Concrete, as directed by the Engineer. This payment is in addition to the unit price for the adjustment of the manhole or valve as specified in the contract drawings, which will include all costs for labor materials, equipment and any other costs associates with this effort. 2. Measurement will be made for each concrete collar for manholes and vales requiring High Early Strength Concrete, as directed by the Engineer. DD. Bid Item D6 — Allowance for Unanticipated Wastewater, Water and Stormwater Improvements: 1. Allowances for unanticipated Wastewater, Water and Stormwater improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer and will include all labor, materials, equipment and any other costs associated with such directive. 2. This item will be measured by lump sum according to the directive issued by the Engineer. EE. The basis of measurement and payment for other Bid Items shall be as described in specification sections and/or the Bid Form. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 012901-7 Rev 01-13-2016 01 3100 PROJECT MANAGEMENT AND COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Furnish resources required to complete the Project with an acceptable standard of quality within the Contract Times. B. Construct Project in accordance with current safety practices. C. Manage Site to allow access to Site and control construction operations. D. Construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. E. Provide temporary controls for pollutions, management of water and management of excess earth as required in SECTION 01 57 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination 01 3100 - 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev 01-13-2016 IDIQ-Street Overlays Project No. E16261 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 01 33 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 01 33 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. [16261 013100-2 Rev 01-13-2016 G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. 1. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Coordinate Work with local utility company and others for the relocation or replacement. C. Protect buildings, utilities, street surfaces, driveways, sidewalks, curb and gutter, fences, wells, drainage structures, piping, valves, manholes, electrical conduits, and other systems or structures unless they are shown to be replaced or relocated on the Drawings. Restore damaged items to the satisfaction of the OPT and utility owner. D. Carefully support and protect all structures and/or utilities so that there will be no failure or settlement where excavation or demolition endangers adjacent structures and utilities. Do not take existing utilities out of service unless required by the Contract Documents or approved by the OAR. Notify and cooperate with the utility owner if it is necessary to move services, poles, guy wires, pipelines, or other obstructions. E. Protect existing trees and landscaping at the Site. 1. Identify trees that may be removed during construction with OPT. 2. Mark trees to be removed with paint. 3. Protect trees to remain from damage by wrapping trunks with 2 x 4 timbers around the perimeter, securely wired in place, where machinery must operate around existing trees. Protect branches and limbs from damage by equipment. 4. Protect root zone from compaction. 1.09 PRE -CONSTRUCTION EXPLORATORY EXCAVATIONS (NOT APPLICABLE) 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. Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013100-3 Rev 01-13-2016 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. C. Prepare a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the unit price for pipe construction. Pavement repairs associated with exploratory excavations will be paid for at the unit prices for pavement repair. 1.10 DISRUPTION TO SERVICES / CONTINUED OPERATIONS A. Existing facilities are to continue in service as usual during the construction unless noted otherwise. Owner or utilities must be able to operate and maintain the facilities. Keep disruptions to existing utilities, piping, process piping, or electrical services to a minimum. 1. Do not restrict access to critical valves or operators. 2. Limit operations to the minimum amount of space needed to complete the specified Work. 3. Maintain storm sewers and sanitary sewers in service at all times. Provide temporary service around the construction or otherwise construct the structure in a manner that the flow is not restricted. B. Provide a Plan of Action in accordance with SECTION 01 35 00 SPECIAL PROCEDURES if facilities must be taken out of operation. 1.11 FIELD MEASUREMENTS A. Perform complete field measurements prior to purchasing products or beginning construction for products required to fit existing conditions. B. Verify property lines, control lines, grades, and levels indicated on the Drawings. C. Check Shop Drawings and indicate the actual dimensions available where products are to be installed. D. Include field measurements in Record Drawings as required in SECTION 01 31 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013100-4 Rev 01-13-2016 B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 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. Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013100-5 Rev 01-13-2016 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 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. Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013100-6 Rev 01-13-2016 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. 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. Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. [16261 013100-7 Rev 01-13-2016 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. 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. Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. [16261 013100-8 Rev 01-13-2016 B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer 361-883-1984 Dennis L. Miller, P.E. (LNV) 361-883-1984 Traffic Engineering 361-826-3547 Police Department 361-882-2600 Water/ Wastewater/ Stormwater 361-826-1800 (361-826-1818 after hours) Gas Department 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 361-826-1610 Solid Waste & Brush 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. 361-882-5633 TxDOT Area Office 361-808-2500 Corpus Christi ISD 361-886-9005 Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. [16261 013100-9 Rev 01-13-2016 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 01 31 00 - 10 Rev 01-13-2016 01 31 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. B. The Designer will coordinate correspondence concerning: 1. Documents, including Applications for Payment. 2. Clarification and interpretation of the Contract Documents. 3. Contract Modifications. 4. Observation of Work and testing. 5. Claims. C. The OAR will normally communicate only with the Contractor. Any required communication with Subcontractors or Suppliers will only be with the direct involvement of the Contractor. D. Direct written communications to the OAR at the address indicated at the pre -construction conference. Include the following with communications as a minimum: 1. Name of the Owner. 2. Project name. 3. Contract title. 4. Project number. 5. Date. 6. A reference statement. E. Submit communications on the forms referenced in this Section or in SECTION 01 33 00 DOCUMENT MANAGEMENT. Project Coordination Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. [16261 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 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. c. List of Subcontractors and Suppliers. d. Contractor's organizational chart as it relates to this Project. e. Letter indicating the agents of authority for the Contractor and the limit of that authority with respect to the execution of legal documents, Contract Modifications, and payment requests. B. Progress Meetings: 1. Attend meetings with the OAR and Owner. a. Meet on a monthly basis or as requested by the OAR to discuss the Project. b. Meet at the Site or other location as designated by the OAR. c. Contractor's superintendent and other key personnel are to attend the meeting. Other individuals may be requested to attend to discuss specific matters. d. Notify the OAR of any specific items to be discussed a minimum of 1 week prior to the meeting. 2. Provide information as requested by the OAR or Owner concerning this Project. Prepare to discuss: a. Status of overall Project schedule. b. Contractor's detailed schedule for the next month. c. Anticipated delivery dates for equipment. d. Coordination with the Owner. e. Status of documents. f. Information or clarification of the Contract Documents. g. Claims and proposed Modifications to the Contract. Project Coordination 01 31 13 - 2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the OAR (for example, instrumentation, roofing, concrete mix design, etc.). 2. Set the time and location of the meetings when ready to proceed with the associated Work. Submit a Notification by Contractor in accordance with Paragraph 1.07 for the meeting 2 weeks before the meeting. OPT must approve of the proposed time and location. 3. Attend the meeting and require the participation of appropriate Subcontractors and Suppliers in the meeting. 4. Prepare minutes of the meeting and submit to the OPT for review. OPT will review the minutes of the meeting and notify the Contractor of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in a revised set of meeting minutes. 1.05 REQUESTS FOR INFORMATION A. Submit Request for Information (RFI) to the Designer to obtain additional information or clarification of the Contract Documents. 1. Submit a separate RFI for each item on the form provided. 2. Attach adequate information to permit a written response without further clarification. Designer will return requests that do not have adequate information to the Contractor for additional information. Contractor is responsible for all delays resulting from multiple document submittals due to inadequate information. 3. A response will be made when adequate information is provided. Response will be made on the RFI form or in attached information. B. Response to an RFI is given to provide additional information, interpretation, or clarification of the requirements of the Contract Documents, and does not modify the Contract Documents. C. Designer will initiate a Request for a Change Proposal (RCP) per SECTION 01 31 14 CHANGE MANAGEMENT if the RFI indicates that a Contract Modification is required. D. Use the Project Issues Log to document decisions made at meetings and actions to be taken in accordance with Paragraph 1.06. E. Use the Action Item Log to document assignments for actions to be taken in accordance with Paragraph 1.06. Project Coordination 01 31 13 - 3 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Change Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013114-1 11-25-2013 Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 01 33 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. Change Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013114-2 11-25-2013 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. Change Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013114-3 11-25-2013 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. 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 01 33 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013114-4 11-25-2013 01 33 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. 1. Provide documents in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of documents when preparing the Progress Schedule. Assume a 14 day review cycle for each document unless a longer period of time is indicated in the Contract Documents or agreed to by Designer and Contractor. 3. Schedule submittal of documents to provide all information for interrelated Work at one time. 4. Allow adequate time for processing documents so construction of the Project is not delayed. 1.04 DOCUMENT SUBMITTAL PROCEDURES A. Submit documents through the Designer. Send all documents in digital format for processing. 1. Provide all information requested with a completed Document Transmittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. 2. The Document Transmittal form is to be the first page in the document submitted. 3. Submit all documents in Portable Document Format (PDF). Document Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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: Prefix Description Originator AP Application for Payment Contractor CO Change Order OAR CP Change Proposal Contractor CTR Certified Test Report Contractor FO Field Order OAR NBC Notification by Contractor Contractor PD Photographic Documentation Contractor RCP Request for a Change Proposal OAR RD Record Data Contractor RFI Request for Information Contractor SD Shop Drawing Contractor Document Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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: Document Type Specification Section Application for Payment 01 29 00 Change Proposal 01 31 14 Certified Test Report 01 33 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 01 31 13 Photographic Documentation 01 33 05 Progress Schedules 01 33 04 Record Data 01 33 03 Request for Information 01 31 13 Shop Drawing 01 33 02 Schedule of Values 01 29 00 Substitutions 01 31 14 Suppliers and Subcontractors 01 31 13 and 01 33 03 Document Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013300-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013300-4 11-25-2013 01 33 01 Submittal Register Specification Section Specification Description Paragraph No. Types of Submittals Required Product Information Sample or Mockup Operations Data 01 3100 Contractor Quality Control Plan 01 3100 Field Measurements 01 3100 Street Closing 01 31 13 Claims 01 31 13 Data and Test Results of All Materials 01 31 13 List of Subcontractors 01 31 13 Pay Applications 01 31 13 Request for Change Order 01 31 13 Requests for Information 01 33 04 Progress Schedule 02 56 10 Concrete Curb & Gutter 02 56 12 Concrete Sidewalks & Driveways 02 56 14 Concrete Curb Ramps 03 00 20 Portland Cement Concrete 03 20 20 Reinforcing Steel 03 80 00 Concrete Structures 09 70 20 Exposed Aggregate Finish for Concrete Sidewalks (S-51)* Item 247 Flexible Base Item 260 Lime Treatment (Road -Mixed) Item 275 Cement Treatment (Road -Mixed) Item 300 Asphalts, Oils, and Emulsions Item 310 Prime Coat Item 316 Seal Coat Item 341 Dense -Graded Hot -Mix Asphalt Item 506 Temporary Erosion, Sedimentation, and Environmental Controls Submittal Register Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 01 33 01-1 07-03-2014 01 33 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description NONE REQUIRED B. Include Shop Drawings in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 01 33 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013302-1 11-25-2013 1. Submit Shop Drawings in accordance with the schedule so construction of the Project is not delayed. 2. Allow a reasonable time for the review of Shop Drawings when preparing the Progress Schedule. Include time for making revisions to the Shop Drawings and resubmitting the Shop Drawing for a least a second review. Assume a 14 day review cycle for each time a Shop Drawing is submitted for review unless a longer period of time is indicated in the Contract Documents. 3. Schedule document submittals to provide all information for interrelated Work at one time. 4. Allow adequate time for ordering, fabricating, delivering, and installing product so construction of the Project is not delayed. D. Complete the following before submitting a Shop Drawing or Sample: 1. Prepare Shop Drawing Review and coordinate the Shop Drawing or Sample with other Shop Drawings and Samples and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information with respect to Shop Drawings and Samples; 3. Determine and verify the suitability of materials and equipment offered with respect to the indicated application, fabrication, shipping, handling, storage, assembly, and installation pertaining to the performance of the Work; and 4. Determine and verify information relative to Contractor's responsibilities for means, methods, techniques, sequences, and procedures of construction, and safety precautions and programs incident thereto. E. Determine and verify: 1. Accurate field measurements, quantities, and dimensions are shown on the Shop Drawing; 2. Location of existing structures, utilities, and equipment related to the Shop Drawing have been shown and conflicts between the products existing structures, utilities, and equipment have been identified; 3. Conflicts that impact the installation of the products have been brought to the attention of the OPT through the Designer; 4. Shop Drawing are complete for their intended purpose; and 5. Conflicts between the Shop Drawing related to the various Subcontractors and Suppliers have been resolved. F. Review Shop Drawings prior to submitting to the Designer. Certify that all Shop Drawings have been reviewed by the Contractor and are in strict conformance with the Contract Documents as modified by Addenda, Change Order, Field Order, or Contract Amendment when submitting Shop Drawings except for deviations specifically brought to the Designer's attention on an attached Shop Drawing Deviation Request form in accordance with Paragraph 1.10. Shop Drawings 0133 02 - 2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013302-3 11-25-2013 2. Certification of Local Field Service (CLS): A certified letter stating that field service is available from a factory or supplier approved service organization located within a 300 mile radius of the Site. List names, addresses, and telephone numbers of approved service organizations on or attach it to the certificate. 3. Certification of Adequacy of Design (CAD): A certified letter from the manufacturer of the equipment stating that they have designed the equipment to be structurally stable and to withstand all imposed loads without deformation, failure, or adverse effects to the performance and operational requirements of the unit. The letter shall state that mechanical and electrical equipment is adequately sized to be fully operational for the conditions specified or normally encountered by the product's intended use. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Shop Drawing. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Shop Drawing. Submit Samples and color charts per Paragraph 1.08.A. Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013302-4 11-25-2013 f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. 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. 4. Make comments in the color orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013302-5 11-25-2013 the Shop Drawing Deviation Request form. Include explanatory comments in the Shop Drawing Deviation Request form. 5. Mark dimensions with the prefix FD to indicate field verified dimensions on the Shop Drawings. C. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. D. Designate a Shop Drawing as requiring priority treatment in the comment section of the Shop Drawing submittal form to place the review of the Shop Drawing ahead of other Shop Drawings previously delivered. Shop Drawings are typically reviewed in the order received, unless Contractor requests that a different priority be assigned. Priority Shop Drawings will be reviewed before other Shop Drawings for this Project already received but not yet reviewed. Use of this priority designation for Shop Drawings may delay the review of Shop Drawings previously submitted, pushing the processing of Shop Drawings beyond the 14 day target. Contractor is responsible for delays resulting from the use of the priority designation status on Shop Drawings. E. Complete the certification required by Paragraph 1.03. 1.08 SAMPLE AND MOCKUP SUBMITTAL PROCEDURES A. Submit color charts and Samples for every product requiring color, texture, or finish selection. 1. Submit color charts and Samples only after Shop Drawings for the products have been approved. 2. Deliver all color charts and Samples at one time. 3. Provide Samples of adequate size to clearly illustrate the functional characteristics of the product, with integrally related parts and attachment devices. 4. Indicate the full range of color, texture, and patterns. 5. Deliver color charts and Samples to the field office and store for the duration of the Project 6. Notify the Designer that color charts and Samples have been delivered for approval using the Notification by Contractor form. 7. Submit color charts and Samples not less than 30 days prior to when these products are to be ordered or released for fabrication to comply with the Project schedule. 8. Remove Samples that have been rejected. Submit new Samples following the same process as for the initial Sample until Samples are approved. 9. Dispose of Samples when related Work has been completed and approved and disposal is approved by the Designer. At Owner's option, Samples will become the property of the Owner. B. Construct mockups for comparison with the Work being performed. Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013302-6 11-25-2013 1. Construct mockups from the actual products to be used in construction per detailed Specification Sections. 2. Construct mockups of the size and in the area indicated in the Contract Documents. 3. Construct mockups complete with texture and finish to represent the finished product. 4. Notify the Designer that mockups have been constructed and are ready for approval using the Notification by Contractor form. Allow 2 weeks for OPT to approve of the mockup before beginning the Work represented by the mockup. 5. Remove mockups that have been rejected. Construct new mockups following the same process as for the initial mockup until mockup is approved. 6. Protect mockups until Work has been completed and accepted by the OPT. 7. Dispose of mockups when related Work has been completed and disposal is approved by the Designer. 1.09 REQUESTS FOR DEVIATION A. Submit requests for deviation from the Contract Documents for any product that does not fully comply with the Contract Documents. B. Submit requests for deviation using the Shop Drawing Deviation Request form provided. Identify each deviation request as a separate item. Include all requested deviations that must be approved as a group together and identify them as a single item. C. Include a description of why the deviation is required and the impact on Contract Price or Contract Times. Include the amount of any cost savings to the Owner for deviations that result in a reduction in cost. D. Submit as a Change Proposal prior to submitting the Shop Drawing if the deviation will result in a change in Contract Price or Contract Times. E. A Modification must be issued by the Designer for approval of a deviation. Approval of a requested Shop Drawing deviation by the Designer on the Shop Drawings Deviation Request form indicates approval of the requested deviation only on its technical merits as generally conforming to the Contract Documents. Deviations from the Contract Documents can only be approved by a Modification. 1.10 DESIGNER RESPONSIBILITIES A. Shop Drawings will be received by the Designer. Designer will log the documents and review per this Section for general conformance with the Contract Documents. 1. Designer's review and approval will be only to determine if the products described in the Shop Drawing or Sample will, after installation or incorporation into the Work, conform to the information given in the Contract Documents and be compatible with the design concept of the completed Project as a functioning whole as indicated by the Contract Documents. 2. Designer's review and approval will not extend to means, methods, techniques, sequences, or procedures of construction or to safety precautions or programs incident thereto. Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013302-7 11-25-2013 3. Designer's review and approval of a separate item as such will not indicate approval of the assembly in which the item functions. B. Comments will be made on items called to the attention of the Designer for review and comment. Any marks made by the Designer do not constitute a blanket review of the document submittal or relieve the Contractor from responsibility for errors or deviations from the Contract requirements. 1. Designer will respond to Contractor's markups by either making markups directly in the Shop Drawings file using the color green or by attaching a Document Review Comments form with review comments. 2. Shop Drawings that are reviewed will be returned with one or more of the following status designations: a. Approved: Shop Drawing is found to be acceptable as submitted. b. Approved as Noted: Shop Drawing is Approved so long as corrections or notations made by Designer are incorporated into the Show Drawing. c. Not Approved: Shop Drawing or products described are not acceptable. 3. Shop Drawing will also be designated for one of the following actions: a. Final distribution: Shop Drawing is acceptable without further action and has been filed as a record document. b. Shop Drawing not required: A Shop Drawing was not required by the Contract Documents. Resubmit the document per SECTION 01 33 03 RECORD DATA. c. Cancelled: This action indicates that for some reason, the Shop Drawing is to be removed from consideration and all efforts regarding the processing of that document are to cease. d. Revise and resubmit: Shop Drawing has deviations from the Contract Documents, significant errors, or is inadequate and must be revised and resubmitted for subsequent review. e. Resubmit with corrections made: Shop Drawing is "Approved as Noted," but has significant markups. Make correction and notations to provide a revised document with markup incorporated into the original document so that no markups are required. f. Returned without review due to excessive deficiencies: Document does not meet the requirement of the Specifications for presentation or content to the point where continuing to review the document would be counterproductive to the review process or clearly does not meet the requirements of the Contract Documents. Revise the Shop Drawing to comply with the requirements of this Section and resubmit. g. Actions a through c will close out the Shop Drawing review process and no further action is required as a Shop Drawing. Actions d through f require follow up action to close out the review process. 4. Drawings with a significant or substantial number of markings by the Contractor may be marked "Approved as Noted" and "Resubmit with corrections made." These Shop Drawings 0133 02 - 8 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.B that indicates that the Shop Drawing process is closed. F. Information that is submitted as a Shop Drawings that should be submitted as Record Data or other type of document, or is not required may be returned without review, or may be deleted. No further action is required and the Shop Drawing process for this document will be closed. 1.11 RESUBMISSION REQUIREMENTS A. Make all corrections or changes in the documents required by the Designer and resubmit to the Designer until approved. 1. Revise initial drawings or data and resubmit as specified for the original document. 2. Highlight or cloud in green those revisions which have been made in response to the previous reviews by the Designer. This will include changes previously highlighted or clouded in yellow to direct attention to Designer to items requiring selections or decisions by the Designer or highlighted or clouded in orange for a requested deviation from the Contract Documents. Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013302-9 11-25-2013 3. Highlight and cloud new items in yellow where selections or decisions by the Designer are required, but such selections do not constitute a deviation from the Contract Documents. Add explanatory comments to the markup to indicate the action to be taken by the Designer. 4. Highlight and cloud new items in orange that are deviation requests. Include the deviation request number on the Shop Drawing that corresponds to the deviation request on the Shop Drawing Deviation Request form. Numbering for these new items is to start with the next number following the last Shop Drawing deviation requested. Include explanatory comments in the Shop Drawing Deviation Request form. B. Pay for excessive review of Shop Drawings. 1. Excessive review of Shop Drawings is defined as any review required after the original review has been made and the first resubmittal has been checked to see that corrections have been made. 2. Review of Shop Drawings or Samples will be an additional service requiring payment by the Contractor if the Contractor submits a substitution for a product for which a Shop Drawing or Sample has previously been approved, unless the need for such change is beyond the control of Contractor. 3. Cost for additional review time will be billed to the Owner by the Designer for the actual hours required for the review of Shop Drawings by Designer and in accordance with the rates listed in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. 4. A Set-off will be included in each Application for Payment to pay cost for the additional review to the Owner on a monthly basis. The Set-off will be based on invoices submitted to Owner for these services. 5. Need for more than one resubmission or any other delay of obtaining Designer's review of Shop Drawings will not entitle the Contractor to an adjustment in Contract Price or an extension of Contract Times. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Shop Drawings Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 01 33 02 - 10 11-25-2013 01 33 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 01 31 13 Contractor's Record Drawing Redline Markups 01 33 01 Items Listed in Section 01 33 01 SUBMITTAL REGISTER B. Include Record Data in the Schedule of Documents required by SECTION 01 33 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013303-1 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Record Data Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 31 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. Record Data Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 33 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013303-5 11-25-2013 01 33 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 01 35 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: Construction Progress Schedule Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 33 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. Construction Progress Schedule Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013304-2 11-25-2013 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 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 33 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013305-1 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013305-2 11-25-2013 01 35 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Within the Contract Times, perform the specified work as required to complete the entire project(s). The Contractor will be issued multiple delivery orders with multiple streets as work progresses. The Contractor will establish its own sequence of work within each Delivery Order and submit a Progress Schedule for each Delivery Order to the OAR. The Contractor must demonstrate adequate crews, equipment and progress before starting additional streets and delivery orders. B. It is the intent of the City to have street overlay work in progress, continuously and concurrently, in all two areas of the City. Up to two (2) General Contractors may be involved, working concurrently, throughout the City for this citywide street overlay project. C. Work shall be completed within the specified time for these items: 1. Refer to SECTION 00 52 23 — AGREEMENT for Contract Times D. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. E. 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; Special Procedures Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 013500-1 11-25-2013 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; 9. Contingency plan that will be used if the original schedule cannot be met; and C. Submit plan 2 weeks prior to beginning the Work. 1.03 CRITICAL OPERATIONS (NOT USED) 1.04 OWNER ASSISTANCE (NOT USED) 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Special Procedures Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 31 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 33 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Quality Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 014000-3 11-25-2013 Documents or indicate that proposed products do not comply with the Contract Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; Quality Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 014000-4 11-25-2013 d. Description of the product being sampled or tested; 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 01 33 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with Quality Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 014000-5 11-25-2013 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 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 0140 00 - 6 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. Do not move to the next phase unless results of investigations required for the planning phase indicate that requirements have been met. J• Quality Management Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 014000-8 11-25-2013 01 50 00 TEMPORARY FACILITIES AND CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. Provide temporary facilities, including OPT's field office and the Contractor's field offices, storage sheds, and temporary utilities needed to complete the Work. B. Install and maintain temporary Project identification signs. Provide temporary on-site informational signs to identify key elements of the construction facilities. Do not allow other signs to be displayed. 1.02 QUALITY ASSURANCE A. Provide a total electrical heating and cooling system for the OPT's field office capable of maintaining the following conditions: 1. Heating: Minimum 75 degrees ID temp at 10 degrees ambient. 2. Cooling: Minimum 75 degrees ID temp at 105 degrees ambient. 3. Relative humidity: 48 to 54 percent. B. Inspect and test each service before placing temporary utilities in use. Arrange for all required inspections and tests by regulatory agencies, and obtain required certifications and permits for use. 1.03 DELIVERY AND STORAGE A. Arrange transportation, loading, and handling of temporary buildings and sheds. 1.04 JOB CONDITIONS A. Locate buildings and sheds at the Site as indicated or as approved by the OPT. B. Prepare the Site by removing trees, brush, or debris and performing demolition or grubbing needed to clear a space adequate for the structures. C. Pay for the utilities used by temporary facilities during construction. D. Provide each temporary service and facility ready for use at each location when the service or facility is first needed to avoid delay in the performance of the Work. Provide OPT's field office complete and ready for occupancy and use within 7 days of the Notice to Proceed. E. Maintain, expand as required, and modify temporary services and facilities as needed throughout the progress of the Work. F. Remove services and facilities when approved by the OAR. G. Operate temporary facilities in a safe and efficient manner. 1. Restrict loads on temporary services or facilities to within their designed or designated capacities. Temporary Facilities and Controls Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 015000-1 11-25-2013 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. 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. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS (NOT REQUIRED) 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 (NOT REQUIRED) 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 015000-2 11-25-2013 2.04 TEMPORARY HEAT (NOT REQUIRED) 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 (NOT REQUIRED) 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 Contractor shall pick up two (2) project signs from a designated location. 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 015000-3 11-25-2013 3.03 TEMPORARY LIGHTING — (NOT REQUIRED) 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 — (NOT REQUIRED) 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 — (NOT REQUIRED) 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 — (NOT REQUIRED) 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 — (NOT REQUIRED) A. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. B. Repair any damage to Work caused by placement or removal of temporary signage. C. 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 01 33 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls 01 57 00 - 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall Temporary Controls Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 015700-2 11-25-2013 erosion and sedimentation control system that will protect all undisturbed areas and soil 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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, Oso Creek, Laguna Madre, CC Ship Channel. E. Testing of groundwater quality is to be performed by the Owner, at the Owner's expense, prior to commencing discharge and shall be retested by the Owner, at the Owner's expense, a minimum of once a week. Contractor shall coordinate with the Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Owner will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.12 DISPOSAL OF CONTAMINATED GROUNDWATER — (NOT APPLICABLE) A. An allowance will be included in the Bid for the unanticipated disposal of contaminated groundwater. This allowance may not be needed but is provided in case contaminated groundwater is encountered during the course of the Project and does not meet the water quality requirements for discharge into the storm water or wastewater systems. This allowance includes all materials, tools, equipment, labor, transportation, hauling, coordination, and proper disposal of the contaminated water at an approved landfill, deep water injection well, or other site as agreed to by the Designer. Suggested disposal facilities would be US Ecology (USET) in Robstown, Texas or Texas Molecular in Corpus Christi, Texas]. B. The payment for this Work will be based on the Contractor's actual costs and will be negotiated. Payment will not include costs associated with dewatering which is paid for under Bid Items . 1.13 ISPOSAL 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 Temporary Controls Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 015700-5 11-25-2013 regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.14 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 015700-6 11-25-2013 01 70 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 DOCUMENT SUBMITTAL A. Submit certifications and releases on forms provided. 1.03 SUBSTANTIAL COMPLETION A. Notify the Designer that the Work or a designated portion of the Work is substantially complete per the General Conditions. Include a list of the items remaining to be completed or corrected before the Project will be considered to be complete. B. OPT will visit the Site to observe the Work within a reasonable time after notification is received to determine the status of the Project. C. Designer will notify the Contractor that the Work is either substantially complete or that additional Work must be performed before the Project will be considered substantially complete. 1. Designer will notify the Contractor of items that must be completed before the Project will be considered substantially complete. 2. Correct the noted deficiencies in the Work. 3. Notify the Designer when the items of Work in the Designer's notice have been completed. 4. OPT will revisit the Site and repeat the process. 5. Designer will issue a Certificate of Substantial Completion to the Contractor when the OPT considers the Project to be substantially complete. The Certificate will include a tentative list of items to be corrected before Final Payment will be recommended. 6. Review the list and notify the Designer of any objections to items on the list within 10 days after receiving the Certificate of Substantial Completion. 1.04 FINAL INSPECTION A. Notify the Designer when: 1. Work has been completed in compliance with the Contract Documents; 2. Equipment and systems have been tested per Contract Documents and are fully operational; 3. Final Operations and Maintenance Manuals have been provided to the Owner and all operator training has been completed; 4. Specified spare parts and special tools have been provided; and Execution and Closeout Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 01 70 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 01 33 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 1.07 TRANSFER OF UTILITIES A. Transfer utilities to the Owner when the Certificate of Substantial Completion has been issued and the Work has been occupied by the Owner. B. Submit final meter readings for utilities and similar data as of the date the Owner occupied the Work. 1.08 WARRANTIES, BONDS, AND SERVICES AGREEMENTS A. Provide warranties, bonds, and service agreements required by SECTION 01 33 02 SHOP DRAWINGS or by the individual Specification Sections. B. The date for the start of warranties, bonds, and service agreements is established per the General Conditions. C. Compile warranties, bonds, and service agreements and review these documents for compliance with the Contract Documents. Execution and Closeout Requirements Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 017000-3 11-25-2013 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 all 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 D698) to within 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 re -compacted and refinished and retested at the expense of the Contractor until acceptable to the City. 022040 Page 1 of 3 Rev. 10-30-2014 (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. 10-30-2014 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. All work required for disposing of waste, including hauling will not be paid for directly but shall be considered subsidiary to the various contract items. 022040 Page 3 of 3 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 -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 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 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 025202 SCARIFYING AND RESHAPING BASE COURSE 1. DESCRIPTION "Scarifying and Reshaping Base Course" shall consist of scarifying and reshaping the existing base course (with or without asphalt surface) to the line, grade and section as indicated on the drawings. 2. CONSTRUCTION METHODS The existing base and surface shall be scarified to the width and depth indicated on the drawings. Subgrade shall remain undisturbed, unless indicated otherwise on the drawings. Any asphalt surfacing shall be broken into particles no larger than 2 1/2 inches. The asphalt surfacing shall then be uniformly mixed with the existing base. Additional base material, where required to achieve the lines and grades shown on the drawings, shall also be added to and uniformly mixed with the existing scarified base material. If indicated on the drawings, geogrid shall be installed in the pavement section. The base material shall be shaped and rolled after mixing and allowed to set at least 48 hours before final compaction. Moisture content shall be maintained in the material during the 48-hour period. Material shall be sprinkled with water or aerated to optimum moisture content, and compacted in layers (10 -inch maximum loose depth) to a minimum density of 98% Modified Proctor density (AASHTO T180), at a moisture content on the wet side of optimum (+3% maximum). Use mechanical tamps in areas inaccessible to rollers. Upon completion of compaction, the surface shall be smooth and shall conform to line, grade and section as 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 re -compacting by sprinkling and rolling. Moisture content shall be maintained on the wet side of optimum (+3% maximum) until paving is complete. If required, lime shall be applied in the amount indicated on the drawings. Lime shall be applied and the treated base mixed, cured, compacted and finished in accordance with City Standard Specification Section 025210 "Lime Stabilization." 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, scarifying and reshaping base course shall not be measured and paid for separately, but shall be subsidiary to other work. 025202 Page 1 of 1 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. BACKFILL 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. 3-25-2015 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 ofa 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 -mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 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 Rev. 3-25-2015 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 2of2 Rev. 3-25-2015 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, of a section satisfactory to the Engineer, straight, free from warp, and of a 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 of a 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. 3-25-2015 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 widths 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 Form, 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 S < 1:12 Side slope of ramp (flare) S < 1:10 Cross slope 1:100 < S < 1:50 ADJOINING AREAS Landings adjacent to ramp S < 1:20 Driveways abutting tied sidewalks .. S < 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 al ignment 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 loose 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 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. LB/ACRE OF PURE LIVE SEED FOR MIXTURES COMMON NAME SCIENTIFIC NAME A B C Green Sprangletop Leptochloa Dubia 1.4 1.4 Sideoats Grama (premier) Bouteloua Curtipendula 0.6 0.6 Bermudagrass (Hulled) Cynodon Dactylon 7.0 7.4 Bermudagrass (Unhulled) Cynodon Dactylon 30.0 K -R Bluestem Andropogon Ischaemum 1.2 1.2 1.5 Buffalograss Buchloe Dactyloides 4.2 Annual Ryegrass Lolium Multiflorum 5.0 5.0 20.0 Mixture - A: Recommended for clay or tight soil planted between December 1 thru May 1. Mixture - B: Recommended for sandy soil planted between December 1 thru May 1. Mixture - C: Recommended for all soils planted between May 2 thru November 30. 028020 Page 1 of 4 Rev. 3-25-2015 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. The fiber material shall be supplied in packages of not more than 100 Ib. 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. 3-25-2015 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. Clearing — 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. Topsoiling — 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 at a 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. 3-25-2015 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 Ib./acre on slopes up to 3:1, and 2500 Ib./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, laydown/ 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. 3-25-2015 SECTION 028040 SODDING 1. DESCRIPTION This specification shall govern all work necessary for furnishing and placing sod as required to complete the project. 2. MATERIALS Fertilizer: Sod: Water: All fertilizer used shall be delivered in bags or containers with clearly marked analysis. A granulated fertil izer shall be used with an analysis of 10-20-10. These figures represent the percent of nitrogen, phosphoric acid and potash nutrients, respectively, as determined by the methods of the Association of Official Agricultural Chemists. The rate of application shall be not less than 350 pounds per acre (7.23 lb. per 100 SY). In the event that it is necessary to substitute a fertilizer with a different analysis, it shall be granulated fertilizer with a lower concentration. The total nutrients applied per unit area shall not be less that the specified amount of each nutrient. Sod shall consist of live Bermuda grass with thickly matted roots throughout the soil and with a minimum thickness of 3 inches or 0.25 foot, or live St. Augustine with thickly matted roots throughout the soil with a minimum thickness of 1 inch or 0.08 foot. The Contractor shall not use sod where grass is thinned out. Grass shall be mowed and raked to remove all weeds and long stems prior to extraction at the source. Sod and soil shall be kept moist at all times during the sodding process. Care must be taken at all times to retain native soil on the root system. Water shall be free from oils, acids, alkalis, and salts that may inhibit grass growth. Unless indicated otherwise on the drawings, water shall be provided by the City and shall be transported and applied by the Contractor. 3. CONSTRUCTION METHODS Spot Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Squares of sod with a minimum width of 3 inches shall be planted in rows on 15 -inch centers in both directions. Sod shall be placed so that it is firmly against the bottom of the hole, and the top of the sod shall not be more than 1/2 inch below finished grade. Soil shall be firmly packed against all sides of the sod. Soil shall not be allowed to cover the sod except for soil incidental to raking, provided that the quantity of soil is not enough to hinder the growth. Areas to be spot sodded shall be indicated on the drawing or as directed by the Engineer in field. After sod has been planted, the area shall be fertilized and watered. 028040 Page 1 of 2 Rev. 3-25-2015 Block Sodding: Prior to planting, the area to be sodded shall be graded and shaped. Sod blocks shall be uniformly placed over the prepared area. The sodded area shall then be fertilized and watered. After the area is sufficiently dry, the area shall be rolled or tamped to form a thoroughly compacted mat. Any voids in the mats shall be filled with additional sod and tamped. If, in the opinion of the Engineer, slopes may cause displacement, areas to be block sodded shall be indicated on the drawings or as directed by the Engineer in the field. Mulch Sodding: The sod source shall be disked in two directions cutting the sod thoroughly to a depth of not less than 4 inches or more than 10 inches, being careful to avoid having soil containing no grass roots. The disked sod may be windrowed or otherwise handled in a manner satisfactory to the Engineer. The material shall be rejected if not kept in a moist condition. Prior to placing mulch sod, the cut slopes shall be scarified by plowing furrows 4 inches to 6 inches deep along horizontal slope lines at 2 -foot vertical intervals. Excavated material from the furrows shall not protrude more than 3 inches above the original surface of the cut. Fertilizer shall be distributed uniformly over the area. The sod shall then be dumped upon the prepared area and spread uniformly to the required approximate thickness shown on the plans. Any section not true to lines and cross section shall be remedied by the addition of sod material. After the sod material has been spread and shaped, it shall be compacted with a corrugated roller of the "Cultipacker" type. All rolling of slope areas shall be on the contour. The area to be mulch sodded shall be indicated on the drawings or as directed by the Engineer in the field. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, spot sodding and block sodding shall be measured by the square yard taken in a horizontal plane. Payment shall include, but not be limited to, excavation, transporting, storing and placing of sod, and application of fertilizer and water. 028040 Page 2of2 Rev. 3-25-2015 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 III 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 60°F. Type III cement may be used in all precast prestressed concrete, except in piling when Type II cement is required for substructure concrete. Different types of cement may be used in the same structure, but all cement used in any one monolithic placement shall be of the same type and brand. Only one brand of each type will be permitted in any one structure unless otherwise authorized by the Engineer. Cement may be delivered in bulk where adequate bin storage is provided. All other cement shall be delivered in bags marked plainly with the name of the manufacturer and the type of cement. Similar information shall be provided in the bills of lading accompanying each shipment of packaged or bulk cement. Bags shall contain 94 pounds net. All bags shall be in good condition at time of delivery. All cement shall be properly protected against dampness. No caked cement will be accepted. Cement remaining in storage for a prolonged period of time may be retested and rejected if it fails to conform to any of the requirements of these specifications. 030020 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. 10-30-2014 TABLE 1 Coarse Aggregate Gradation Chart Percent Retained on Each Sieve Aggregate Grade No. Nominal Size 2-1/4 In. 2 In. 1-1/2 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 Oto 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/4 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 3/8 in. 0 0 to 5 35 to 80 90 to 100 *Numbers in parenthesis indicate conformance with ASTM C33. The aggregate shall be washed. The Loss by Decantation (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 Rev. 10-30-2014 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 Oto 5 Oto 20 15 to 50 35 to 75 70 to 90 90 to 100 97 to 100 NOTE 1: Where manufactured sand is used in lieu of natural sand, the percent retained on the No. 200 sieve shall be 94 to 100. NOTE 2: Where the sand equivalent value is greater than 85, the retainage on the No. 50 sieve may be 70 to 94 percent. Fine aggregate will be subjected to the Sand Equivalent Test (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 given 030020 Page 4 of 13 Rev. 10-30-2014 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 I 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 I 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 level. 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 MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design, using a coarse aggregate factor acceptable to the Engineer, for the class(es) of concrete specified. The mix shall be designed by a qualified concrete technician to conform with the 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 no 030020 Page 6 of 13 Rev. 10-30-2014 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. 10-30-2014 Concrete Designation Structural Concrete: (1) Thin -Walled Sections (9" or less) (2) Slabs, Caps, Columns, Piers, Wall Sections over 9", etc. Underwater or Seal Concrete Riprap, Curb, Gutter and Other Miscellaneous Concrete TABLE 3 Slump Requirements Desired Slump Max. Slump 4 inches 5 inches 3 inches 4 inches 5 inches 6 inches 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 cement 030020 Page 8 of 13 Rev. 10-30-2014 specified in Table 4, changes in the batch design will be made. TABLE 4 Classes of Concrete Minimum Class Compressive Min. Beam Maximum Coarse of Sacks Cement Strength (fc) 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 2-4-8**** 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", shall 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 be 030020 Page 10 of 13 Rev. 10-30-2014 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 and/or agitating speed (Transit -Mix Concrete), subject to the following provisions: (3) B. Equipment. (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. (1) Batching Plant. The batching plant shall be provided with adequate bins for batching all aggregates and materials required by the specifications. Bulk cement shall be weighed on a scale separate from those used for other materials and in a hopper entirely free and independent of that used for weighing the aggregates. (2) Mixers and Agitators. (a) General: Mixers shall be of an approved stationary or truck -type capable of combining the ingredients into a thoroughly mixed and uniform mass. Facilities shall be provided to permit ready access to the inside of the drum for inspection, cleaning and repair of blades. Mixers and agitators shall be subject to daily examination for changes in condition due to accumulation of hardened concrete and/or wear of blades, and any hardened concrete shall be removed before the mixer will be permitted to be used. Worn blades shall be repaired or replaced with new in 030020 Page 11 of 13 Rev. 10-30-2014 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 of revolutions 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 yard 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. 10-30-2014 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 expansion 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 with the provisions of the ASTM Designation to which reference is made, the provisions of this specification shall govern. Report of chemical analysis showing the percentages of carbon, manganese, phosphorus and sulphur will be required for all reinforcing steel when it is to be welded. 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 12 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 bent cold, true to the shapes indicated on the plans. Bending shall preferably be done in the shop. Irregularities in bending shall be cause for rejection. Unless otherwise shown on the plans, the inside diameter of bar bends, in terms of the nominal bar diameter (d), shall be as follows: Bends of 90 degrees and greater in stirrups, ties and other secondary bars that enclose another bar in the bend: Grade 60 #3, #4, #5 4d #6, #7, #8 5d All bends in main bars and in secondary bars not covered above: Grade 60 #3 thru #8 6d #9, #10 8d #11 8d #14, #18 10d Grade 75 8d 032020 Page 3 of 6 Rev. 10-30-2014 pirol or Circular Tie Tie or Stirrup 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Plan Dimon. = 3/4" T/e" Bar or Smatter --Plan. Dirnesn_ * 1%2'• 1 Bar or Larger —Pian. Darner_ * !•• !4„ H = over Er"--DimaYr.+ Zero or -ii2r H = 6" andlesa-Oirnen. + Zero or -l/4'. /C—. JH V —D T/B'. Bar or Smalier---Plan Oman. * iIZ� 1" Bar or Larger —Plan Oirnen. : 1 tt Plan Dirnerr_tl 5. STORING • [Plan Dlrww*= 1/24 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 TABLE 1 Minimum Lap Requirements Uncoated Coated Lap in inches > 40d 60d Where: d = bar diameter in inches Welding of reinforcing bars may be used only where shown on the plans or as permitted herein. All welding operations, processes, equipment, materials, workmanship and inspection shall conform to the requirements of the drawings and industry standards. All splices shall be of such dimension and character as to develop the full strength of bar being spl iced. 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 cotton 032020 Page 5 of 6 Rev. 10-30-2014 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 038000 CONCRETE STRUCTURES 1. DESCRIPTION This specification shall govern for construction of all types of structures involving the use of structural concrete, except where the requirements are waived or revised by other governing specifications. All concrete structures shall be constructed in accordance with the design requirements and details shown on the plans; in conformity with the pertinent provisions of the items contracted for; the incidental specifications referred to; and in conformity with the requirements herein. 2. MATERIALS (1) Concrete. All concrete shall conform to the provisions of City Standard Specification Section 030020 "Portland Cement Concrete". The class of concrete for each type of structure or unit shall be as specified on the plans or by pertinent governing specifications. (2) Expansion Joint Material. (a) Preformed Fiber Material. Preformed fiber expansion joint material shall be of the dimensions shown on the plans. The material shall be one of the following types, unless otherwise noted on the plans: 1. Preformed Bituminous Fiber Materials shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)". 2. Preformed Non -Bituminous Fiber Material shall meet the requirements of ASTM Designation: D1751 "Standard Specification for Preformed Expansion Joint Filler for Concrete Paving and Structural Construction (Non -extruding and Resilient Bituminous Types)", except that the requirements pertaining to bitumen content, density and water absorption shall be voided. 3. Redwood. (b) Joint Sealing Materials. Unless otherwise shown on the drawings, joint sealing material shall conform to the following requirements. The material shall adhere to the sides of the concrete joint or crack and shall form an effective seal against infiltration of water and incompressibles. The material shall not crack or break when exposed to low temperatures. 038000 Page 1 of 19 Rev. 3-25-2015 Class 1-a. (Two -Component, Synthetic Polymer, Cold -Extruded Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. This type is specifically designed for vertical or sloping joints and hence not self -leveling. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 24 hours. For performance requirements see under 2.(2)(b)2. below. 2. Class 1-b. (Two -Component, Synthetic Polymer, Cold -Pourable, Self -Leveling Type). Curing is to be by polymerization and not by evaporation of solvent or fluxing of harder particles. It shall cure sufficiently at an average temperature of 77 degrees F ± 3 degrees F in a maximum of 3 hours. Performance Requirements: Class 1-a and Class 1-b joint materials, when tested in accordance with TxDOT Test Method Tex -525-C, shall meet the above curing times and the following requirements: It shall be of such consistency that it can be mixed and poured, or mixed and extruded into joints at temperatures above 60 degrees F. Penetration, 77° F.: 150 gm. cone, 5 sec., max., cm 0.90 Bond and Extension 75%, 0° F, 5 cycles: Dry Concrete Blocks Pass Wet Concrete Blocks Pass Steel Blocks...(Primed if specified by manuf.). Pass Flow at 200° F None Water Content % by weight, max 5.0 Resilience: Original sample min. % (cured) 50 Oven aged at 158° F min. % 50 For Class 1-a Material Only: Cold Flow (10 min.) None (c) Asphalt Board. Asphalt Board shall consist of two liners of 0.016 -inch asphalt impregnated paper, filled with a mastic mixture of asphalt and vegetable fiber and/or mineral filler. Boards shall be smooth, flat and sufficiently rigid to permit installation. When tested in accordance with TxDOT Test Method Tex -524-C, the asphalt board shall not deflect from the horizontal more than one inch in three and one-half inches (1" in 3'/2"). (d) Rebonded Neoprene Filler. Rebonded neoprene filler shall consist of ground closed - cell neoprene particles, rebonded and molded into sheets of uniform thickness, of the dimensions shown on plans. Filler material shall have the following physical properties and shall meet the requirements of ASTM Designation: D 1752 "Standard Specification for Preformed Sponge Rubber and Cork Expansion Joint Fillers for Concrete Paving and Structural Construction", Type 1, where applicable: 038000 Page 2 of 19 Rev. 3-25-2015 (3) PROPERTY Color Density Recovery Compression Extrusion Tensile Strength Elongation The manufacturers shall the above requirements approval. Curing Materials. METHOD ASTM D1752, T ASTM D1752, T ASTM D1752, T ASTM D1752, T ASTM D1752, T ASTM D1752, T e l e l e l e l e l e l REQUIREMENT Black 40 lb./ft' Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. furnish the Engineer with certified test results as to compliance with and a 12 inch x 12 inch x 1 inch sample from the shipment for (a) Membrane curing materials shall comply with ASTM Designation: C 309 "Standard Specification for Liquid Membrane -Forming Compounds for Curing Concrete", Type 1 clear or translucent, or Type 2 white -pigmented. The material shall have a minimum flash -point of 80 degrees F when tested by the "Pensky-Martin Closed Cup Method". It shall be of such consistency that it can be satisfactorily applied as a fine mist through an atomizing nozzle by means of approved pressure spraying equipment at atmospheric temperatures above 40 degrees F. It shall be of such nature that it will not produce permanent discoloration of concrete surfaces nor react deleteriously with the concrete or its components. Type 1 compound shall contain a fugitive dye that will be distinctly visible not less than 4 hours nor more than 7 days after application. The compound shall produce a firm, continuous, uniform moisture impermeable film free from pinholes and shall adhere satisfactorily to the surfaces of damp concrete. It shall, when applied to the damp concrete surface at the rate of coverage specified herein, be dry to the touch in not more than 4 hours, and shall adhere in a tenacious film without running off or appreciable sagging. It shall not disintegrate, check, peel or crack during the required curing period. The compound shall not peel or pick up under traffic and shall disappear from the surface of the concrete by gradual disintegration. The compound shall be delivered to the job only in the manufacturer's original containers, which shall be clearly labeled with the manufacturer's name, the trade name of the material, and a batch number or symbol with which test samples may be correlated. The water retention test shall be in accordance with TxDOT Test Method Tex -219-F. Percentage loss shall be defined as the water lost after the application of the curing material was applied. The permissible percentage moisture loss (at the rate of coverage specified herein) shall not exceed the 038000 Page 3 of 19 Rev. 3-25-2015 following: 24 hours after application 2 percent 72 hours after application 4 percent Type 1 (Resin Base Only) curing compound will be permitted for slab concrete in bridge decks and top slabs of direct traffic culverts. (b) Mat curing of concrete is allowed where permitted by Table 1 in this specification or where otherwise approved by the Engineer. 3. EXPANSION JOINTS Joints and devices to provide for expansion and contraction shall be constructed where and as indicated herein or on the plans. All open joints and joints to be filled with expansion joint material, shall be constructed using forms adaptable to loosening or early removal. To avoid expansion or contraction damage to the adjacent concrete, these forms shall be loosened as soon as possible after final concrete set to permit free movement without requiring full form removal. Prior to placing the sealing material, the vertical facing the joint shall be cleaned of all laitance by sandblasting or by mechanical routing. Cracked or spalled edges shall be repaired. The joint shall be blown clean of all foreign material and sealed. Where preformed fiber joint material is used, it shall be anchored to the concrete on one side of the joint by light wire or nails, to prevent the material from falling out. The top one inch (1") of the joint shall be filled with joint sealing material. Finished joints shall conform to the indicated outline with the concrete sections completely separated by the specified opening or joint material. Soon after form removal and again where necessary after surface finishing, all projecting concrete shall be removed along exposed edges to secure full effectiveness of the expansion joints. 4. CONSTRUCTION JOINTS The joint formed by placing plastic concrete in direct contact with concrete that has attained its initial set shall be deemed a construction joint. The term "monolithic placement" shall be interpreted to mean at the manner and sequence of concrete placing shall not create construction joints. Construction joints shall be of the type and at the locations shown on the plans. Additional joints will not be permitted without written authorization from the Engineer, and when authorized, shall have details equivalent to those shown on the plans for joints in similar locations. Unless otherwise provided, construction joints shall be square and normal to the forms. Bulkheads shall be provided in the forms for all joints, except when horizontal. Construction joints requiring the use of joint sealing material shall be as detailed on the plans. The 038000 Page 4 of 19 Rev. 3-25-2015 material will be specified on the plans without referenced to joint type. A concrete placement terminating at a horizontal construction joint shall have the top surface roughened thoroughly as soon as practicable after initial set is attained. The surfaces at bulkheads shall be roughened as soon as the forms are removed. The hardened concrete surface shall be thoroughly cleaned of all loose material, laitance, dirt or foreign material, and saturated with water so it is moist when placing fresh concrete against it. Forms shall be drawn tight against the placing of the fresh concrete. 5. FORMS (1) General. Except where otherwise specified, forms may be of either timber or metal. Forms for round columns exposed to view shall be of steel, except that other materials will be allowed with written permission of the Engineer. Forming plans shall be submitted to the Engineer for approval as specified. Forms shall be designed for the pressure exerted by a liquid weighing 150 pounds per cubic foot. The rate of placing the concrete shall be taken into consideration in determining the depth of the equivalent liquid. For job fabricated forms, an additional live load of 50 pounds per square foot shall be allowed on horizontal surfaces. The maximum unit stresses shall not exceed 125 percent of the allowable stresses used by the Texas Department of Transportation for the design of structures. Commercially produced structural units used in formwork shall not exceed the manufacturer's maximum allowable working load for moment, shear or end reaction. The maximum working load shall include a live load of 35 pounds per square foot of horizontal form surface, and sufficient details and data shall be submitted for use in checking formwork details for approval. Forms shall be practically mortar -tight, rigidly braced and strong enough to prevent bulging between supports, and maintained to the proper line and grade during concrete placement. Forms shall be maintained in a manner that will prevent warping and shrinkage. Offset at form joints shall not exceed one -sixteenth of an inch (1/16"). Deflections due to cast -in-place slab concrete and railing shown in the dead load deflection diagram shall be taken into account in the setting of slab forms. All forms and footing areas shall be cleaned of any extraneous matter before placing concrete. Permission to place concrete will not be given until all such work is completed to the satisfaction of the Engineer. If, at any stage of the work, the forms show signs of bulging or sagging, the portion of the concrete causing such condition shall be removed immediately, if necessary, and the forms shall be reset and securely braced against further movement. 038000 Page 5 of 19 Rev. 3-25-2015 (2) Timber Forms. Lumber for forms shall be properly seasoned, of good quality, and free from imperfections which would affect its strength or impair the finished surface of the concrete. The lumber used for facing or sheathing shall be finished on at least one side and two edges and shall be sized to uniform thickness. Form lining will be required for all formed surfaces, except for the inside of culvert barrels, inlets and manholes; surfaces that are subsequently covered by backfill material or are completely enclosed; and, any surface formed by a single finished board. Lining will not be required when plywood forms are used. Form lining shall be of an approved type such as Masonite or plywood. Thin membrane sheeting, such as polyethylene sheets, shall not be used for form lining. Forms may be constructed of plywood not less than one-half inch in thickness, with no form lining required. The grain of the face plies on plywood forms shall be placed parallel to the span between the supporting studs or joists. Plywood used for forming surfaces that remain exposed shall be equal to that specified as B -B Plyform Class I or Class II Exterior, of the U. S. Department of Commerce, National Bureau of Standards and Technology, latest edition. Forms or form lumber to be reused shall be maintained clean and in good condition. Any lumber which is split, warped, bulged, marred, or has defects that will produce inferior work, shall not be used and, if condemned, shall be promptly removed from the work. Studs and joists shall be spaced so that the facing form material remains in true alignment under the imposed loads. Wales shall be spaced close enough to hold forms securely to the designated lines and scabbed at least 4 feet on each side of joints to provide continuity. A row of wales shall be placed near the bottom of each placement. Facing material shall be placed with parallel and square joints and securely fastened to supporting studs. Forms for surfaces receiving only an ordinary finish and exposed to view shall be placed with the form panels symmetrical, i.e., long dimensions set in the same direction. Horizontal joints shall be continuous. Molding specified for chamfer strips or other uses shall be made of materials of a grade that will not split when nailed and which can be maintained to a true line without warping. Wood molding shall be mill cut and dressed on all faces. Unless otherwise provided, forms shall be filleted at all sharp corners and edges with triangular chamfer strips measuring three-quarter inch (3/4") on the sides. Forms for railing and ornamental work shall be constructed to standards equivalent to first-class millwork. All moldings, panel work and bevel strips shall be straight and true with nearly mitered joints designed so the finished work is true, sharp and clean cut. 038000 Page 6 of 19 Rev. 3-25-2015 All forms shall be constructed to permit their removal without marring or damaging the concrete. The forms may be given a slight draft to permit ease of removal. Metal form ties of an approved type or a satisfactory substitute shall be used to hold forms in place and shall be of a type that permits ease of removal of the metal as hereinafter specified. All metal appliances used inside of forms for alignment purposes shall be removed to a depth of at least one-half inch (1/2") from the concrete surface. They shall be made so the metal may be removed without undue chipping or spal ling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (1/2") from the face of the concrete. Devices holding metal ties in place shall be capable of developing the strength of the tie and adjustable to allow for proper alignment. Metal and wooden spreaders which are separate from the forms shall be removed entirely as the concrete is being placed. Adequate clean-out openings shall be proved for narrow walls and other locations where access to the bottom of the forms is not readily attainable. Prior to placing concrete, the facing of all forms shall be treated with oil or other bond breaking coating of such composition that it will not discolor or otherwise injuriously affect the concrete surface. Care shall be exercised to prevent coating of the reinforcing steel. (3) Metal Forms. The foregoing requirements for timber forms regarding design, mortar -tightness, filleted corners, beveled projections, bracing, alignment, removal, reuse and wetting shall also apply to metal forms, except that these will not require lining, unless specifically noted on the plans. The thickness of form metal shall be as required to maintain the true shape without warping or bulging. All bolt and rivet heads on the facing sides shall be countersunk. Clamps, pins or other connecting devices shall be designed to hold the forms rigidly together and to allow removal without injury to the concrete. Metal forms which do not present a smooth surface or line up properly shall not be used. Metal shall be kept free from rust, grease or other foreign materials. 6. PLACING REINFORCEMENT Reinforcement in concrete structures shall be placed carefully and accurately and rigidly supported as provided in the City Standard Specification Section 032020 "Reinforcing Steel". Reinforcing steel supports shall not be welded to I -beams or girders. 7. PLACING CONCRETE -GENERAL The minimum temperature of all concrete at the time of placement shall be not less than 50 degrees F. 038000 Page 7 of 19 Rev. 3-25-2015 The consistency of the concrete as placed should allow the completion of all finishing operations without the addition of water to the surface. When conditions are such that additional moisture is needed for finishing, the required water shall be applied to the surface by fog spray only, and shall be held to a minimum amount. Fog spray for this purpose may be applied with hand operated fogging equipment. The maximum time interval between the addition of cement to the batch and the placing of concrete in the forms shall not exceed the following: Mr or Concrete Temperature Maximum Time Non -Agitated Concrete: Above 80 degrees F 15 minutes Up to 80 degrees F 30 minutes Agitated Concrete: Above 90 degrees F 45 minutes 75 degrees F to 90 degrees F 60 minutes 35 degrees F to 74 degrees F 90 minutes The use of an approved retarding agent in the concrete will permit the extension of each of the above temperature -time maximums by 30 minutes for direct traffic culverts, and one hour for all other concrete except that the maximum time shall not exceed 30 minutes for non -agitated concrete. Before starting work, the Contractor shall inform the Engineer fully of the construction methods he proposes to use, the adequacy of which shall be subject to the approval of the Engineer. The Contractor shall give the Engineer sufficient advance notice before placing concrete in any unit of the structure to permit the inspection of forms, reinforcing steel placement, and other preparations. Concrete shall not be placed in any unit prior to the completion of formwork and placement of reinforcement therein. Concrete mixing, placing and finishing shall be done during daylight hours, unless adequate provisions are made to light the entire site of all operations. Concrete placement will not be permitted when impending weather conditions will impair the quality of the finished work. If rainfall should occur after placing operations are started, the Contractor shall provide ample covering to protect the work. In case of drop in temperature, the provisions set forth in Article "Placing Concrete in Cold Weather" of this specification shall be applied. The placing of concrete shall be regulated so the pressures caused by the plastic concrete shall not exceed the loads used in form design. 038000 Page 8 of 19 Rev. 3-25-2015 The method of handling, placing and consolidation of concrete shall minimize segregation and displacement of the reinforcement, and produce a uniformly dense and compact mass. Concrete shall not have a free fall of more than 5 feet, except in the case of thin walls such as in culverts. Any hardened concrete spatter ahead of the plastic concrete shall be removed. The method and equipment used to transport concrete to the forms shall be capable of maintaining the rate of placement approved by the Engineer. Concrete may be transported by buckets, chutes, buggies, belt conveyors, pumps or other acceptable methods. When belt conveyors or pumps are used, sampling for testing will be done at the discharge end. Concrete transported by conveyors shall be protected from sun and wind, if necessary, to prevent loss of slump and workabil ity. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical downspouts. Open troughs and chutes shall extend, if necessary, down inside the forms or through holes left in them. All transporting equipment shall be kept clean and free from hardened concrete coatings. Water used for cleaning shall be discharged clear of the concrete. Each part of the forms shall be filled by depositing concrete as near its final position as possible. The coarse aggregate shall be worked back from the face and the concrete forced under and around the reinforcement bars without displacing them. Depositing large quantities at one point and running or working it along the forms will not be allowed. Concrete shall be deposited in the forms in layers of suitable depth but not more than 36 inches in thickness, unless otherwise directed by the Engineer. The sequence of successive layers or adjacent portions of concrete shall be such that they can be vibrated into a homogenous mass with the previously placed concrete without a cold joint. Not more than one hour shall elapse between adjacent or successive placements of concrete. Unauthorized construction joints shall be avoided by placing all concrete between the authorized joints in one continuous operation. An approved retarding agent shall be used to control stress cracks and/or unauthorized cold joints in mass placements where differential settlement and/or setting time may induce stress cracking. Openings in forms shall be provided, if needed, for the removal of laitance of foreign matter of any kind. All forms shall be wetted thoroughly before the concrete is placed therein. All concrete shall be well consolidated and the mortar flushed to the form surfaces by continuous working with immersion type vibrators. Vibrators which operate by attachment to forms or reinforcement will not be permitted, except on steel forms. At least one stand-by vibrator shall be 038000 Page 9 of 19 Rev. 3-25-2015 provided for emergency use in addition to those required for placement. The concrete shall be vibrated immediately after deposit. Prior to the beginning of work, a systematic spacing of the points of vibration shall be established to insure complete consolidation and thorough working of the concrete around the reinforcement, embedded fixtures, and into the corners and angles of the forms. Immersion type vibrators shall be inserted vertically, at points 18 to 30 inches apart, and slowly withdrawn. The vibrator may be inserted in a sloping or horizontal position in shallow slabs. The entire depth of each lift shall be vibrated, allowing the vibrator to penetrate several inches into the preceding lift. Concrete along construction joints shall be thoroughly consolidated by operating the vibrator along and close to but not against the joint surface. The vibration shall continue until thorough consolidation, and complete embedment of reinforcement and fixtures is produced, but not long enough to cause segregation. Vibration may be supplemented by hand spading or rodding, if necessary, to insure the flushing of mortar to the surface of all forms. Slab concrete shall be mixed in a plant located off the structure. Carting or wheeling concrete batches over completed slabs will not be permitted until they have aged at least four (4) full curing days. If carts are used, timber planking will be required for the remainder of the curing period. Carts shall be equipped with pneumatic tires. Curing operations shall not be interrupted for the purpose of wheeling concrete over finished slabs. After concrete has attained its initial set, at least one (1) curing day shall elapse before placing strain on projecting reinforcement to prevent damage to the concrete. The storing of reinforcing or structural steel on completed roadway slabs generally shall be avoided and, when permitted, shall be limited to quantities and distribution that will not induce excessive stresses. 8. PLACING CONCRETE IN COLD WEATHER (1) Cast -in -Place Concrete. Concrete may be placed when the atmospheric temperature is not less than 35 degrees F. Concrete shall not be placed in contact with any material coated with frost or having a temperature less than 32 degrees F. Aggregates shall be free from ice, frost and frozen lumps. When required, in order to produce the minimum specified concrete temperature, the aggregate and/or the water shall be heated uniformly, in accordance with the following: The water temperature shall not exceed 180 degrees F, and/or the aggregate temperature shall not exceed 150 degrees F. The heating apparatus shall heat the mass of aggregate uniformly. The temperature of the mixture of aggregates and water shall be between 50 degrees F and 85 degrees F before introduction of the cement. All concrete shall be effectively protected as follows: (a) The temperature of slab concrete of all unformed surfaces shall be maintained at 50 degrees F or above for a period of 72 hours from time of placement and above 40 degrees F for an additional 72 hours. 038000 Page 10 of 19 Rev. 3-25-2015 (b) The temperature at the surface of all concrete in piers, culverts walls, retaining walls, parapets, wingwalls, bottoms of slabs, and other similar formed concrete shall be maintained at 40 degrees F or above for a period of 72 hours from time of placement. (c) The temperature of all concrete, including the bottom slabs of culverts placed on or in the ground, shall be maintained above 32 degrees F for a period of 72 hours from time of placement. Protection shall consist of providing additional covering, insulated forms or other means, and if necessary, supplementing such covering with artificial heating. Curing as specified under Article "Curing Concrete" of this specification shall be provided during this period until all requirements for curing have been satisfied. When impending weather conditions indicate the possibility of the need for such temperature protection, all necessary heating and covering material shall be on hand ready for use before permission is granted to begin placement. Sufficient extra test specimens will be made and cured with the placement to ascertain the condition of the concrete as placed, prior to form removal and acceptance. (2) Precast Concrete. A fabricating plant for precast products which has adequate protection from cold weather in the form of permanent or portable framework and covering, which protects the concrete when placed in the forms, and is equipped with approved steam curing facilities, may place concrete under any low temperature conditions provided: (a) The framework and covering are placed and heat is provided for the concrete and the forms within one hour after the concrete is placed. This shall not be construed to be one hour after the last concrete is placed, but that no concrete shall remain unprotected longer than one hour. (b) Steam heat shall keep the air surrounding the concrete between 50 degrees F and 85 degrees F for a minimum of three hours prior to beginning the temperature rise which is required for steam curing. (c) For fabricating plants without the above facilities and for job site precast products, the requirements of the Article "Curing Concrete" of this specification shall apply. The Contractor is responsible for the protection of concrete placed under any and all weather conditions. Permission given by the Engineer for placing concrete during freezing weather will in no way relieve the Contractor of the responsibility for producing concrete equal in quality to that placed under normal conditions. Should concrete placed under such conditions prove unsatisfactory, it shall be removed and replaced at no additional cost. 038000 Page 11 of 19 Rev. 3-25-2015 9. PLACING CONCRETE IN WATER Concrete shall be deposited in water only when specified on the plans or with written permission by the Engineer. The forms or cofferdams shall be sufficiently tight to prevent any water current passing through the space in which the concrete is being deposited. Pumping will not be permitted during the concrete placing, nor until it has set for at least 36 hours. The concrete shall be placed with a tremie, closed bottom -dump bucket, or other approved method, and shall not be permitted to fall freely through the water nor shall it be disturbed after it has been placed. The concrete surface shall be kept approximately level during placement. The tremie shall consist of a water -tight tube 14 inches or less in diameter. It shall be constructed so that the bottom can be sealed and opened after it is in place and fully charged with concrete. It shall be supported so that it can be easily moved horizontally to cover all the work area and vertically to control the concrete flow. Bottom -dump buckets used for underwater placing shall have a capacity of not less than one-half cubic yard. It shall be lowered gradually and carefully until it rests upon the concrete already placed and raised very slowly during the upward travel; the intent being to maintain still water at the point of discharge and to avoid agitating the mixture. The placing operations shall be continuous until the work is complete. 10. PLACING CONCRETE IN BOX CULVERTS In general, construction joints will be permitted only where shown on the plans. Where the top slab and walls are placed monolithically in culverts more than 4 feet in clear height, an interval of not less than one (1) nor more than two (2) hours shall elapse before placing the top slab to allow for shrinkage in the wall concrete. The base slab shall be finished accurately at the proper time to provide a smooth uniform surface. Top slabs which carry direct traffic shall be finished as specified for roadway slabs in Article "Finish of Roadway Slabs". Top slabs of fill type culverts shall be given a reasonably smooth float finish. 11. PLACING CONCRETE IN FOUNDATIONS AND SUBSTRUCTURE Concrete shall not be placed in footings until the depth and character of the foundation has been inspected by the Engineer and permission has been given to proceed. Placing of concrete footings upon seal concrete courses will be permitted after the caissons or cofferdams are free from water and the seal concrete course cleaned. Any necessary pumping or bailing during the concreting operation shall be done from a suitable sump located outside the forms. All temporary wales or braces inside cofferdams or caissons shall be constructed or adjusted as the work proceeds to prevent unauthorized construction joints in footings or shafts. 038000 Page 12 of 19 Rev. 3-25-2015 When footings can be placed in a dry excavation without the use of cofferdams or caissons, forms may be omitted, if desired by the Contractor and approved by the Engineer, and the entire excavation filled with concrete to the elevation of the top of footing; in which case, measurement for payment will be based on the footing dimensions shown on the plans. 12. TREATMENT AND FINISHING OF HORIZONTAL SURFACES EXCEPT ROADWAY SLABS All unformed upper surfaces shall be struck off to grade and finished. The use of mortar topping for surfaces under this classification will not be permitted. After the concrete has been struck off, the surface shall be floated with a suitable float. Sidewalks shall be given a wood float or broom finish, or may be striped with a brush, as specified by the Engineer. Other surfaces shall be wood float finished and striped with a fine brush leaving a fine- grained texture. 13. FINISH OF ROADWAY SLABS As soon as the concrete has been placed and vibrated in a section of sufficient width to permit working, the surface shall be approximately leveled, struck off and screeded, carrying a slight excess of concrete ahead of the screed to insure filling of all low spots. The screed shall be designed rigid enough to hold true to shape and shall have sufficient adjustments to provide for the required camber. A vibrating screed may be used if heavy enough to prevent undue distortion. The screeds shall be provided with a metal edge. Longitudinal screeds shall be moved across the concrete with a saw -like motion while their ends rest on headers or templates set true to the roadway grade or on the adjacent finished slab. The surface of the concrete shall be screeded a sufficient number of times and at such intervals to produce a uniform surface, true to grade and free of voids. If necessary, the screeded surface shall be worked to smooth finish with a long handled wood or metal float of the proper size, or hand floated from bridges over the slab. When required by the Engineer, the Contractor shall perform sufficient checks with a long handled 10 -foot straightedge on the plastic concrete to insure that the final surface will be within the tolerances specified below. The check shall be made with the straightedge parallel to the centerline. Each pass thereof shall lap half of the preceding pass. All high spots shall be removed and all depressions over one -sixteenth inch (1/16") in depth shall be filled with fresh concrete and floated. The checking and floating shall be continued until the surface is true to grade and free of depressions, high spots, voids or rough spots. Rail support holes shall be filled with concrete and finished to match the top of the slab. Surface Texturing. Perform surface texturing using a either carpet drag or metal tining as indicated on the drawings. Complete final texturing before the concrete has attained its initial set. Draw the carpet drag 038000 Page 13 of 19 Rev. 3-25-2015 longitudinally along the pavement surface with the carpet contact surface area adjusted to provide a satisfactory coarsely textured surface. A metal -tine texture finish is required using a tining machine unless otherwise shown on the plans. Provide the metal -tine finish immediately after the concrete surface has set enough for consistent tining. Operate the metal -tine device to obtain grooves spaced at 1 in., approximately 3/16 in. deep, with a minimum depth of 1/8 in., and approximately 1/12 in. wide. Do not overlap a previously tined area. Use manual methods for achieving similar results on ramps and other irregular sections of pavements. Repair damage to the edge of the slab and joints immediately after texturing. Do not tine pavement that will be overlaid. Upon completion of the floating and/or straight edging and before the disappearance of the moisture sheen, the surface shall be given a broom or burlap drag finish. The grooves of these finishes shall be parallel to the structure centerl ine. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 inch with a minimum texture depth of 0.030 inch for any one test when tested in accordance with TxDOT Test Method Tex -436-A. Should the texture depth fall below that intended, the finishing procedures shall be revised to produce the desired texture. After the concrete has attained its final set, the roadway surface shall be tested with a standard 10 - foot straightedge. The straightedge shall be placed parallel to the centerline of roadway to bridge any depressions and touch high spots. Ordinates of irregularities measured from the face of the straightedge to the surface of the slab shall not exceed one-eighth of an inch (1/8"), making proper allowances for camber, vertical curvature and surface texture. Occasional variations, not exceeding three -sixteenth of an inch (3/16") will be acceptable, if in the opinion of the Engineer it will not affect the riding qualities. When directed by the Engineer, irregularities exceeding the above requirements shall be corrected. In all roadway slab finishing operations, camber for specified vertical curvature and transverse slopes shall be provided. 14. CURING CONCRETE The Contractor shall inform the Engineer fully of the methods and procedures proposed for curing; shall provide the proper equipment and material in adequate amounts; and shall have the proposed methods, equipment and material approved prior to placing concrete. Inadequate curing and/or facilities, therefore, shall be cause for the Engineer to stop all construction on the job until remedial action is taken. All concrete shall be cured for a period of four (4) curing days except as noted herein. 038000 Page 14 of 19 Rev. 3-25-2015 EXCEPTIONS TO 4 -DAY CURING Required Curing 8 curing days (Type I or III) cement 10 curing days (Type II cement) 6 curing days Description Upper Surfaces of Bridge Slabs and Top Slabs of Direct Traffic Culverts Concrete Piling (non -prestressed) When the air temperature is expected to drop below 35 degrees F, the water curing mats shall be covered with polyethylene sheeting, burlap -polyethylene blankets or other material to provide the protection required by Article "Placing Concrete in Cold Weather" of these specifications. A curing day is defined as a calendar day when the temperature, taken in the shade away from artificial heat, is above 50 degrees F for at least 19 hours (colder days if satisfactory provisions are made to maintain the temperature of all surfaces of the concrete above 40 degrees F for the entire 24 hours). The required curing period shall begin when all concrete therein has attained its initial set. The following methods are permitted for curing concrete subject to the restrictions of Table 1 and the following requirements for each method of curing. (1) Form Curing. When forms are left in contact with the concrete, other curing methods will not be required except for cold weather protection. (2) Water Curing. All exposed surfaces of the concrete shall be kept wet continuously for the required curing time. The water used for curing shall meet the requirements for concrete mixing water as specified in the specification Section 030020 "Portland Cement Concrete". Seawater will not be permitted. Water which stains or leaves an unsightly residue shall not be used. (a) Wet Mat. Cotton mats shall be used for this curing method. They shall be placed as soon as possible after the surface has sufficiently hardened to prevent damage to the concrete. (See Article, "Placing Concrete" of this specification.) Damp burlap blankets made from nine -ounce stock may be placed on the damp concrete surface for temporary protection prior to the application of the cotton mats which may be placed dry and wetted down after placement. The mats shall be weighted down adequately to provide continuous contact with all concrete surfaces where possible. The surfaces of the concrete shall be kept wet for the required curing time. Surfaces which cannot be cured by contact shall be enclosed with mats and anchored positively to the forms or to the ground so that outside air cannot enter the enclosure. Sufficient moisture shall be provided inside the enclosure to keep all surfaces of the concrete wet. (b) Water Spray. This curing method shall consist of overlapping sprays or sprinklers that keep all unformed surfaces continuously wet. (c) Ponding. This curing method requires the covering of the surfaces with a minimum of two inches (2") of clean granular material, kept wet at all times, or a minimum of one -inch 038000 Page 15 of 19 Rev. 3-25-2015 (1") depth of water. Satisfactory provisions shall be made to provide a dam to retain the water or saturated granular material. (3) Membrane Curing. This consists of curing concrete pavement, concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, islands, concrete riprap, cement -stabilized riprap, concrete structures and other concrete as indicated on the plans by impervious membrane method. Unless otherwise provided herein or shown on the plans, either Type 1-D or Type 2 membrane curing compound may be used where permitted except that Type 1-D (Resin Base Only) will be required for slab concrete in bridge decks and top slabs of direct traffic culverts. TABLE 1 REQUIRED PERMITTED MEMBRANE MEMBRANE STRUCTURE UNIT WATER FOR WATER FOR DESCRIPTION FOR INTERIM FOR INTERIM CURING CURING CURING CURING 1 Top slabs of direct traffic culverts 2 Top surface of any concrete unit upon which concrete is to be placed and bonded at a later interval (Stub walls, risers, etc.). X Other superstructure concrete (wing walls, parapet walls, etc.) 3 Concrete pavement (base), curbs, gutters, retards, sidewalks, driveways, medians, X* X* islands, concrete structures, concrete riprap, etc. 4 All substructure concrete, culverts, box sewers, inlets, X* X* manholes, retaining walls *Polyethylene sheeting, burlap -polyethylene mats or laminated mats to prevent outside air from entering will be considered equivalent to water or membrane curing for items 3 and 4. 038000 Page 16 of 19 Rev. 3-25-2015 Membrane curing shall not be applied to dry surfaces, but shall be applied just after free moisture has disappeared. Formed surfaces and surfaces which have been given a first rub shall be dampened and shall be moist at the time of application of the membrane. When membrane is used for complete curing, the film shall remain unbroken for the minimum curing period specified. Membrane which is damaged shall be corrected immediately by reapplication of membrane. Unless otherwise noted herein or on the plans, the choice of membrane type shall be at the option of the Contractor. Only one type of curing compound will be permitted on any one structure. The membrane curing compound shall be appl ied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of application of the compound. The compound shall be thoroughly agitated during its use and shall be applied by means of approved mechanical power pressure sprayers. The sprayers used to apply the membrane to concrete pavement or concrete pavement (base) shall travel at uniform speed along the forms and be mechanically driven. The equipment shall be of such design that it will insure uniform and even application of the membrane material. The sprayers shall be equipped with satisfactory atomizing nozzles. Only on small miscellaneous items will the Contractor be permitted to use hand -powered spray equipment. For all spraying equipment, the Contractor shall provide facilities to prevent the loss of the compound between the nozzle and the concrete surface during the spraying operations. The compounds shall not be applied to a dry surface. If the surface of the concrete has become dry, it shall be moistened prior to application of membrane by fogging or mist application. Sprinkling or coarse spraying will not be allowed. At locations where the coating shows discontinuities, pinholes or other defects, or if rain falls on the newly -coated surface before the film has dried sufficiently to resist damage, an additional coat of the compound shall be applied immediately at the same rate of coverage specified herein. To insure proper coverage, the Engineer shall inspect all treated areas after application of the compound for the period of time designated in the governing specification for curing, either for membrane curing or for other methods. Should the foregoing indicate that any area during the curing period is not protected, an additional coat or coats of the compound shall be applied immediately, and the rate of application of the membrane compound shall be increased until all areas are uniformly covered. When temperatures are such as to warrant protection against freezing, curing by this method shall be supplemented with an approved insulating material capable of protecting the concrete for the specified curing period. If at any time there is reason to believe that this method of curing is unsatisfactory or is detrimental 038000 Page 17 of 19 Rev. 3-25-2015 to the work, the Contractor, when notified, shall immediately cease the use of this method and shall change to curing by one of the other methods specified under this contract. 15. REMOVAL OF FORMS Except as herein provided, forms for vertical surfaces may be removed when the concrete has aged not less than one day (24 hours) when Type I and Type II cement is used, and not less than one-half day (12 hours) when Type III cement is used, provided it can be done without damage to the concrete. Forms for inside curb faces may be removed in approximately three hours provided it can be done without damage to the curb. 16. FINISHING EXPOSED SURFACES Concrete shall be finished as required in the specification Section for the respective item or as otherwise specified on the plans. An ordinary surface finish shall be applied to all concrete surfaces either as a final finish or preparatory to a higher finish. Ordinary Surface Finish shall be as follows: After form removal, all porous or honey -combed areas and spalled areas shall be corrected by chipping away all loose or broken material to sound concrete. Feather edges shall be eliminated by cutting a face perpendicular to the surface. Shallow cavities shall be repaired using adhesive grout or epoxy grout. If judged repairable by the Engineer, large defective areas shall be corrected using concrete or other material approved by the Engineer. Holes and spalls caused by removal of metal ties, etc., shall be cleaned and filled with adhesive grout or epoxy grout. Exposed parts of metal chairs on surfaces to be finished by rubbing, shall be chipped out to a depth of one-half inch (1/2") and the surface repaired. All fins, runs, drips or mortar shall be removed from surfaces which remain exposed. Form marks and chamfer edges shall be smoothed by grinding and/or dry rubbing. Grease, oil, dirt, curing compound, etc., shall be removed from surfaces requiring a higher grade of finish. Discolorations resulting from spillage or splashing of asphalt, paint or other similar material shall be removed. Repairs shall be dense, well bonded and properly cured, and when made on surfaces which remain exposed and do not require a higher finish, shall be finished to blend with the surrounding concrete. 038000 Page 18 of 19 Rev. 3-25-2015 17. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, no direct measurement or payment will be made for the work to be done or the equipment to be furnished under this specification, but it shall be considered subsidiary to the particular items required by the plans and the contract documents. 038000 Page 19 of 19 Rev. 3-25-2015 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 conform 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 blow 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 2of2 Rev 3-25-2015 204 Item 204 Sprinkling FTexas epartment ransportation 1. DESCRIPTION Apply water for dust control, earthwork, or base construction. 2. MATERIALS Furnish water free of industrial wastes and other objectionable matter. 3. EQUIPMENT Use sprinklers and spray bars equipped with positive and rapidly working cut-off valves. 4. CONSTRUCTION Apply water at a uniform rate and in the required quantity, or as directed. 5. MEASUREMENT This Item will be measured by the 1,000 gal. applied. 6. PAYMENT Unless sprinkling is specified as a pay item, the work performed and materials furnished in accordance with this Item will not be paid for directly but will be subsidiary to pertinent Items. When sprinkling is specified on the plans as a pay item, the work performed and water furnished will be paid for at the unit price bid for "Sprinkling (Base)," "Sprinkling (Earthwork)," or "Sprinkling (Dust Control)." This price is full compensation for furnishing and applying water; furnishing and operating sprinklers and measuring devices; and hauling, equipment, labor, fuel, materials, tools, and incidentals. 121 210 Item 210 Rolling FTexas epartment ransportation 1. DESCRIPTION Compact embankment, subgrade, base, surface treatments, broken concrete pavement, or asphalt pavement using rollers. Break up asphalt mats, pit run material, or base materials. 2. EQUIPMENT Use any type of roller to meet the production rates and quality requirements of the Contract unless otherwise shown on the plans or directed. Use equipment that meets the requirements of this Item when specific types of equipment are required. The Engineer may allow the use of rollers that operate in one direction only when turning does not affect the quality of work or encroach on traffic. Table 1 Roller Requirements Roller Type Materials to be Compacted Load (tons) Contact Pressure Roller Speed (mph) Steel wheel Embankment, subgrade, base, asphalt concrete >— 10 >_ 325 Ib. per inch of wheel width 2-3 Tamping Embankment, _subgrade 125-550 psi per tamping foot 2-3 Heavy tamping Embankment,>— subgrade — 550 psi per tamping foot 2-3 Vibratory Embankment, subgrade, base, asphalt concrete TypeA<6 Type B > 6 Type C as shown on the plans Per equipment specification and as approved As approved Light pneumatic Embankment, subgrade, surface treatment 4.5-9.0 >— 45 psi 2-6 Asphalt Concrete 4-12 Medium pneumatic Embankment, subgrade, base, 9 surface treatment 12-25 >_ 80 psi, as directed 2-6 Asphalt Concrete 4-12 Heavy pneumatic Embankment, subgrade, base, previously broken concrete pavement, other pavements >_ 25 <_ 150 psi 2-6 Grid Embankment, breaking up existing asphalt mats or base 5-13 — 2-3 1. Unless otherwise specified in the Contract. 122 210 2.1. Static Steel Wheel Rollers. Furnish single, double, or triple steel wheel, self-propelled power rollers weighing at least 10 tons capable of operating in a forward and backward motion. Ensure all wheels are flat. The Contractor may use vibratory rollers in the static mode when static steel wheel rollers are required. For single steel wheel rollers, pneumatic rear wheels are allowed for embankment, subgrade, and base. Provide rear wheels for triple steel wheel rollers with a minimum diameter of 48 in., a minimum width of 20 in., and a minimum compression of 325 Ib. per inch of wheel width. 2.2. Tamping Rollers. Furnish self-propelled rollers with at least one self-cleaning metal tamping drum capable of operating in a forward or backward motion with a minimum effective rolling width of 5 ft. Mount drums in a frame so that each drum moves independently of the other for rollers with more than one drum. Operate rollers in static or vibratory mode. 2.2.1. Tamping Roller (Minimum Requirement). Provide tamping feet that exert a static load of 125 to 550 psi and project at least 3 in. from the surface of the drum for all tamping rollers except for heavy tamping rollers. 2.2.2. Heavy Tamping Roller. Provide tamping rollers that have: • 2 metal tamping drums, rolls, or shells, each with a 60 -in. minimum diameter and a 5 -ft. minimum width, or • 1 rear and 2 forward drums, each with a 60 -in. minimum diameter. Arrange drums so that the rear drum compacts the space between the 2 forward drums and the minimum overall rolling width is 10 ft. Equip drums with tamping feet that: • project at least 7 in. from the drum surface, • have an area of 7 to 21 sq. in., • are self-cleaning, • exert a static load of at least 550 psi, and • are spaced at 1 tamping foot per 0.65 to 0.70 square feet of drum area. 2.3. Vibratory Rollers. Furnish self-propelled rollers with at least one drum equipped to vibrate. Select and maintain amplitude and frequency settings per manufacturer's specifications to deliver maximum compaction without material displacement or shoving, as approved. Furnish the equipment manufacturer's specifications concerning settings and controls for amplitude and frequency. Operate rollers at speeds that will produce at least 10 blows per foot unless otherwise shown on the plans or approved. Pneumatic rear wheels are allowed for embankment, subgrade, and base. Equip each vibrating drum with: • separate frequency and amplitude controls, • controls to manually start and stop vibration, and • a mechanism to continuously clean the face of the drum. For asphalt -stabilized base and asphalt concrete pavement, furnish a roller that also has the ability to: • automatically reverse the direction of the rotating eccentric weight, • stop vibration before the motion of the roller stops, and • thoroughly moisten the drum with water or approved asphalt release agent. 2.3.1. Drum (Type A). Furnish a roller with a static weight less than 6 tons and a vibratory drum. 2.3.2. Drum (Type B). Furnish a roller with a minimum static weight of 6 tons and a vibratory drum. 2.3.3. Drum (Type C). Furnish a roller as shown on the plans. 2.4. Pneumatic Tire Rollers. Pneumatic tire rollers consist of rubber tire wheels on axles mounted in a frame with either a loading platform or body suitable for ballast loading. Arrange the rear tires to cover the gaps between adjacent tires of the forward group. Furnish rollers capable of forward and backward motion. 123 210 Compact asphalt pavements and surface treatments with a roller equipped with smooth -tread tires. Compact without damaging the surface. Moisten the wheels with water or an approved asphalt release agent when necessary. Select and maintain the operating load and tire air pressure within the range of the manufacturer's charts or tabulations to attain maximum compaction throughout the lift, as approved. Furnish the manufacturer's chart or tabulations showing the contact areas and contact pressures for the full range of tire inflation pressures and for the full range of loadings for the particular tires furnished. Maintain individual tire inflation pressures within 5 psi of each other. Provide uniform compression under all tires. 2.4.1. Light Pneumatic Tire. Furnish a unit: • with at least 9 pneumatic tires, • with an effective rolling width of approximately 5 ft., • capable of providing a total uniform load of 4.5 to 9 tons, and • with tires capable of maintaining a minimum ground contact pressure of 45 psi. 2.4.2. Medium Pneumatic Tire. Furnish a unit: • with at least 7 pneumatic tires, • with an effective rolling width of approximately 7 ft., • capable of providing a total uniform load of 12 to 25 tons, and • with tires capable of maintaining a minimum ground contact pressure of 80 psi or 90 psi as directed. 2.4.3. Heavy Pneumatic Tire. Furnish a unit: • with at least 4 pneumatic -tired wheels mounted on axles carrying no more than 2 wheels, • with wheels arranged to carry approximately equal loads on uneven surfaces, • with a width between 8 and 10 ft. that can turn 1800 in the crown width, • capable of providing a total uniform load of at least 25 tons, • with tires capable of maintaining a maximum ground contact pressure of 150 psi, and • with liquid -filled tires inflated to such a level that liquid will flow from the valve stem when the stem is in the uppermost position. 2.5. Grid Rollers. Furnish rollers that have 2 cylindrical cages with a minimum diameter of 66 in. and a minimum width of 32 in. Mount cages in a rigid frame with weight boxes. Use a cage surface of cast or welded steel fabric grid with bars 1-1/2 in. wide, spaced on 5 -in. centers in each direction, that undulate approximately 1 in. between the high and low points. Furnish rollers capable of providing a total load of 5 to 13 tons and capable of being operated in a forward or backward motion. 2.6. Alternate Equipment. The Contractor may use alternate compaction equipment that produces results equivalent to the specified equipment as approved. Discontinue the use of the alternate equipment and furnish the specified equipment if the desired results are not achieved. 3. CONSTRUCTION Perform this work in accordance with the applicable Items using equipment and roller speeds specified in Table 1. Use only rubber -tired equipment to push or pull compaction equipment on base courses. Use equipment that does not damage material being rolled. 4. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. 124 216 Item 216 Proof Rolling Ar, JrTexas Department f Transportation 1. DESCRIPTION Proof -roll earthwork, base, or both to locate unstable areas. 2. EQUIPMENT 2.1. Specified Equipment. Furnish rollers that weigh at least 25 tons when loaded. The maximum acceptable load is 50 tons. Provide rollers that meet the requirements of Section 210.2.4., "Pneumatic Tire Rollers." 2.2. Alternative Equipment. The Contractor may use alternate compaction equipment that produces results equivalent to the specified equipment in the same period of time as approved. Discontinue the use of the alternative equipment and furnish the specified equipment if the desired results are not achieved. 3. CONSTRUCTION Perform proof rolling as directed. Adjust the load and tire inflation pressures within the range of the manufacturer's charts or tabulations, as directed. Make at least 2 coverages with the proof roller. Offset each trip of the roller by at most one tire width. Operate rollers at a speed between 2 and 6 mph, as directed. Correct unstable or nonuniform areas, if found, in accordance with the applicable Item. 4. MEASUREMENT Rolling will be measured by the hour operated on surfaces being tested. 5. PAYMENT The work performed and equipment furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Proof Rolling." This price is full compensation for furnishing and operating equipment and for labor, materials, tools, and incidentals. 125 247 Item 247 Flexible Base FTexas epartment ransportation 1. DESCRIPTION Construct a foundation course composed of flexible base. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer may sample and test project materials at any time before compaction throughout the duration of the project to assure specification compliance. Use Tex -100-E material definitions. 2.1. Aggregate. Furnish aggregate of the type and grade shown on the plans and meeting the requirements of Table 1. Each source must meet Table 1 requirements for liquid limit, plasticity index, and wet ball mill for the grade specified. Do not use additives, such as but not limited to lime, cement, or fly ash to modify aggregates to meet the requirements of Table 1 unless shown on the plans. Table 1 Material Requirements Property Test Method Grade 1-2 Grade 3 Grade 42 Grade 5 Sampling Tex -400-A Master gradation sieve size (cumulative % retained) Tex -110-E 2-1/2" 0 0 As shown on the plans 0 1-3/4" 0-10 0-10 0-5 7/8" 10-35 — 10-35 3/8" 30-65 — 35-65 #4 45-75 45-75 45-75 #40 65-90 50-85 70-90 Liquid Limit, % Max Tex -104-E 40 40 As shown on the plans 35 Plasticity Index, Max1 Tex -106-E 10 12 As shown on the plans 10 Plasticity index, Mini As shown on the plans As shown on the plans As shown on the plans As shown on the plans Wet ball mill, % Max Tex -116-E 40 — As shown on the plans 40 Wet ball mill, % Max increase_ passing the #40 sieve 20 As shown on the plans 20 Min compressive strength, psi Tex -117-E As shown on the plans lateral pressure 0 psi 35 — — lateral pressure 3 psi — — 90 lateral pressure 15 psi 175 — 175 1. Determine plastic index in accordance with Tex 107-E (linear shrinkage) when liquid limit is unattainable as defined in Tex -104-E. 2. Grade 4 may be further designated as Grade 4A, Grade 4B, etc. 2.1.1. Material Tolerances. The Engineer may accept material if no more than 1 of the 5 most recent gradation tests has an individual sieve outside the specified limits of the gradation. When target grading is required by the plans, no single failing test may exceed the master grading by more than 5 percentage points on sieves No. 4 and larger or 3 percentage points on sieves smaller than No. 4. 126 247 The Engineer may accept material if no more than 1 of the 5 most recent plasticity index tests is outside the specified limit. No single failing test may exceed the allowable limit by more than 2 points. 2.1.2. Material Types. Do not use fillers or binders unless approved. Furnish the type specified on the plans in accordance with the following: 2.1.2.1. Type A. Crushed stone produced and graded from oversize quarried aggregate that originates from a single, naturally occurring source. Do not use gravel or multiple sources. 2.1.2.2. Type B. Crushed or uncrushed gravel. Blending of 2 or more sources is allowed. 2.1.2.3. Type C. Crushed gravel with a minimum of 60% of the particles retained on a No. 4 sieve with 2 or more crushed faces as determined by Tex -460-A Part I. Blending of 2 or more sources is allowed. 2.1.2.4. Type D. Type A material or crushed concrete. Crushed concrete containing gravel will be considered Type D material. Crushed concrete must meet the requirements in Section 247.2.1.3.2., "Recycled Material (Including Crushed Concrete) Requirements," and be managed in a way to provide for uniform quality. The Engineer may require separate dedicated stockpiles in order to verify compliance. 2.1.2.5. 2.1.3. Type E. Caliche, iron ore or as otherwise shown on the plans. Recycled Material. Reclaimed asphalt pavement (RAP) and other recycled materials may be used when shown on the plans. Request approval to blend 2 or more sources of recycled materials. 2.1.3.1. Limits on Percentage. Do not exceed 20% RAP by weight, when RAP is allowed, unless otherwise shown on the plans. The percentage limitations for other recycled materials will be as shown on the plans. 2.1.3.2. Recycled Material (Including Crushed Concrete) Requirements. 2.1.3.2.1. Contractor -Furnished Recycled Materials. Provide recycled materials, other than RAP, that have a maximum sulfate content of 3,000 ppm when tested in accordance with Tex -145-E. When the Contractor furnishes the recycled materials, including crushed concrete, the final product will be subject to the requirements of Table 1 for the grade specified. Certify compliance with DMS -11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines," for Contractor furnished recycled materials. In addition, recycled materials must be free from reinforcing steel and other objectionable material and have at most 1.5% deleterious material when tested in accordance with Tex -413-A. For RAP, do not exceed a maximum percent loss from decantation of 5.0% when tested in accordance with Tex -406-A. Test RAP without removing the asphalt. 2.1.3.2.2. Department -Furnished Required Recycled Materials. When the Department furnishes and requires the use of recycled materials, unless otherwise shown on the plans: ■ Department -required recycled material will not be subject to the requirements in Table 1, ■ Contractor -furnished materials are subject to the requirements in Table 1 and this Item, ■ the final product, blended, will be subject to the requirements in Table 1, and ■ for final product, unblended (100% Department -furnished required recycled material), the liquid limit, plasticity index, wet ball mill, and compressive strength is waived. Crush Department -furnished RAP so that 100% passes the 2 in. sieve. The Contractor is responsible for uniformly blending to meet the percentage required. 2.1.3.2.3. Department -Furnished and Allowed Recycled Materials. When the Department furnishes and allows the use of recycled materials or allows the Contractor to furnish recycled materials, the final blended product is subject to the requirements of Table 1 and the plans. 127 247 2.1.3.3. Recycled Material Sources. Department -owned recycled material is available to the Contractor only when shown on the plans. Return unused Department -owned recycled materials to the Department stockpile location designated by the Engineer unless otherwise shown on the plans. The use of Contractor -owned recycled materials is allowed when shown on the plans. Contractor -owned surplus recycled materials remain the property of the Contractor. Remove Contractor -owned recycled materials from the project and dispose of them in accordance with federal, state, and local regulations before project acceptance. Do not intermingle Contractor -owned recycled material with Department -owned recycled material unless approved. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 2.3. Material Sources. Expose the vertical faces of all strata of material proposed for use when non-commercial sources are used. Secure and process the material by successive vertical cuts extending through all exposed strata, when directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 3.2. When ride quality measurement is required, provide a high speed or lightweight inertial profiler certified at the Texas A&M Transportation Institute. Provide equipment certification documentation. Display a current decal on the equipment indicating the certification expiration date. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. Stockpile base material temporarily at an approved location before delivery to the roadway. Build stockpiles in layers no greater than 2 ft. thick. Stockpiles must have a total height between 10 and 16 ft. unless otherwise approved. After construction and acceptance of the stockpile, loading from the stockpile for delivery is allowed. Load by making successive vertical cuts through the entire depth of the stockpile. Do not add or remove material from temporary stockpiles that require sampling and testing before delivery unless otherwise approved. Charges for additional sampling and testing required as a result of adding or removing material will be deducted from the Contractor's estimates. Haul approved flexible base in clean trucks. Deliver the required quantity to each 100 -ft. station or designated stockpile site as shown on the plans. Prepare stockpile sites as directed. When delivery is to the 100 -ft. station, manipulate in accordance with the applicable Items. 4.1. Preparation of Subgrade or Existing Base. Remove or scarify existing asphalt concrete pavement in accordance with Item 105, "Removing Treated and Untreated Base and Asphalt Pavement," when shown on the plans or as directed. Shape the subgrade or existing base to conform to the typical sections shown on the plans or as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new flexible base in the required amount per station. Manipulate and thoroughly mix the new base with existing material to provide a uniform mixture to the specified depth before shaping. 128 247 Proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying when shown on the plans or directed. Correct soft spots as directed. 4.2. Placing. Spread and shape flexible base into a uniform layer with an approved spreader the same day as delivered unless otherwise approved. Construct layers to the thickness shown on the plans. Maintain the shape of the course. Control dust by sprinkling, as directed. Correct or replace segregated areas as directed, at no additional expense to the Department. Place successive base courses and finish courses using the same construction methods required for the first course. 4.3. Compaction. Compact using density control unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least 1/2 the width of the roller unit. Begin rolling at the low side and progress toward the high side on superelevated curves. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish requirements before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. Before final acceptance, the Engineer will select the locations of tests and measure the flexible base depth in accordance with Tex -140-E. Correct areas deficient by more than 1/2 in. in thickness by scarifying, adding material as required, reshaping, recompacting, and refinishing at the Contractor's expense. 4.3.1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density Control. Compact to at least 100% of the maximum dry density determined by Tex -113-E, unless otherwise shown on the plans. Maintain moisture during compaction within ±2 percentage points of the optimum moisture content as determined by Tex -113-E. Measure the moisture content of the material in accordance with Tex -115-E or Tex -103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Do not achieve density by drying the material after compaction. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex -115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.4. Finishing. After completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades as shown on the plans or as directed. Correct grade deviations greater than 1/4 in. in 16 feet measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Correct by loosening and adding, or removing material. Reshape and re -compact in accordance with Section 247.4.3., "Compaction." 4.5. Curing. Cure the finished section until the moisture content is at least 2 percentage points below optimum or as directed before applying the next successive course or prime coat. 129 247 4.6. Ride Quality. This section applies to the final travel lanes that receive a 1 or 2 course surface treatment for the final surface, unless otherwise shown on the plans. Measure ride quality of the base course after placement of the prime coat and before placement of the surface treatment, unless otherwise approved. Use a certified profiler operator from the Department's MPL. When requested, furnish the Engineer documentation for the person certified to operate the profiler. Provide all profile measurements to the Engineer in electronic data files within 3 days after placement of the prime coat using the format specified in Tex -1001-S. The Engineer will use Department software to evaluate longitudinal profiles to determine areas requiring corrective action. Correct 0.1-mi.sections having an average international roughness index (IRI) value greater than 100.0 in. per mile to an IRI value of 100.0 in. per mile or less for each wheel path, unless otherwise shown on the plans. Re -profile and correct sections that fail to maintain ride quality until placement of the next course, as directed. Correct re -profiled sections until specification requirements are met, as approved. Perform this work at no additional expense to the Department. 5. MEASUREMENT Flexible base will be measured as follows: • Flexible Base (Complete In Place). The ton, square yard, or any cubic yard method. • Flexible Base (Roadway Delivery). The ton or any cubic yard method. • Flexible Base (Stockpile Delivery). The ton, cubic yard in vehicle, or cubic yard in stockpile. Measurement by the cubic yard in final position and square yard is a plans quantity measurement. The quantity to be paid for is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Measurement is further defined for payment as follows. 5.1. Cubic Yard in Vehicle. By the cubic yard in vehicles of uniform capacity at the point of delivery. 5.2. Cubic Yard in Stockpile. By the cubic yard in the final stockpile position by the method of average end areas. 5.3. Cubic Yard in Final Position. By the cubic yard in the completed and accepted final position. The volume of base course is computed in place by the method of average end areas between the original subgrade or existing base surfaces and the lines, grades, and slopes of the accepted base course as shown on the plans. 5.4. Square Yard. By the square yard of surface area in the completed and accepted final position. The surface area of the base course is based on the width of flexible base as shown on the plans. 5.5. Ton. By the ton of dry weight in vehicles as delivered. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex -103-E from samples taken at the time of weighing. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment" 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for the types of work shown below. No additional payment 130 247 will be made for thickness or width exceeding that shown on the typical section or provided on the plans for cubic yard in the final position or square yard measurement. Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item unless otherwise shown on the plans. When proof rolling is shown on the plans or directed, it will be paid for in accordance with Item 216, 'Proof Rolling." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade will be paid in accordance with pertinent Items or Article 4.4., "Changes in the Work." 6.1. Flexible Base (Complete In Place). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. For square yard measurement, a depth will be specified. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, spreading, blading, mixing, shaping, placing, compacting, reworking, finishing, correcting locations where thickness is deficient, curing, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 6.2. Flexible Base (Roadway Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle," "In Stockpile," or "In Final Position" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing materials, temporary stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 6.3. Flexible Base (Stockpile Delivery). Payment will be made for the type and grade specified. For cubic yard measurement, "In Vehicle" or "In Stockpile" will be specified. The unit price bid will not include processing at the roadway. This price is full compensation for furnishing and disposing of materials, preparing the stockpile area, temporary or permanent stockpiling, assistance provided in stockpile sampling and operations to level stockpiles for measurement, loading, hauling, delivery of materials to the stockpile, furnishing scales and labor for weighing and measuring, and equipment, labor, tools, and incidentals. 131 251 Item 251 Reworking Base Courses Texas Department of Transportation 1. DESCRIPTION Refinish or rework existing base material with or without asphaltic concrete pavement. Incorporate new base material when shown on the plans. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer will verify that the specification requirements are met before the sources can be used. The Engineer may sample and test project materials at any time before compaction. Use Tex -100-E for material definitions. 2.1. Flexible Base. Furnish new base material that meets the requirements of Item 247, "Flexible Base," for the type and grade shown on the plans. 2.2. Water. Furnish water free of industrial wastes and other objectionable matter. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. 3.1. Compaction Equipment. Provide rollers in accordance with Item 210, `Rolling." Provide rollers in accordance with Item 216, "Proof Rolling," when required. 3.2. Pulverization Equipment. Provide pulverization equipment that: • cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, • provides a visible indication of the depth of cut at all times, and • uniformly mixes the materials. 4. CONSTRUCTION Perform work to the width and depth shown on the typical sections for the type of work shown on the plans. Construct and shape exposed subgrade to conform to typical sections as shown on the plans or as directed. Proof roll in accordance with Item 216, "Proof Rolling," when shown on the plans. Correct soft spots as directed. Before scarifying, clean the existing base of objectionable materials by blading, brooming, or other approved methods, unless otherwise shown on the plans. Perform this work in accordance with applicable Items. 4.1. Types of Work. 4.1.1. Type A. Scarifying only. 4.1.2. Type B. Scarifying, salvaging, and re-laying. 132 251 4.1.3. Type C. Scarifying and reshaping. 4.1.4. Type D. Refinishing. 4.2. Performance of Work. 4.2.1. Scarifying. Loosen and break existing base material, with or without existing asphaltic concrete pavement. Remove asphalt concrete pavement, surface treatment, plant -mix seal, and micro -surfacing when shown on the plans and in accordance with applicable items. Prevent contamination of asphalt material during and after removal. When the existing pavement consists of only a surface treatment, do not remove before scarifying. Scarify existing material for its full width and depth unless otherwise shown on the plans. Do not disturb the underlying subgrade. Break material into particles of not more than 2-1/2 in. unless otherwise shown on the plans. 4.2.2. Salvaging. Remove the existing base material and stockpile. Windrow if allowed. Perform salvage operations without interfering with traffic, proper drainage, or the general requirements of the work. Remove scarified material using a method approved by the Engineer. Keep material free of contamination. 4.2.3. Re -Laying. Prepare subgrade as shown on the plans or as directed before relaying salvaged material. Proof roll in accordance with Item 216, "Proof Rolling," when shown on the plans. Correct soft spots as directed. Return and rework salvaged base material, with or without additional new base material, on the prepared roadbed. Place salvaged material on the prepared subgrade and sprinkle, blade, and shape the base to conform to the typical sections shown on the plans or as directed. Place new base material and uniformly mix with salvaged material when shown on the plans. Correct, or remove and replace, segregated material with satisfactory material, as directed. 4.2.4. Reshaping. Rework scarified base material with or without additional new base material. Mix and shape scarified base to conform to the typical sections shown on the plans. When shown on the plans, furnish new base material, and uniformly mix with scarified material before shaping. Do not disturb the underlying subgrade. Correct, or remove and replace, segregated material with satisfactory material as directed. 4.2.5. Refinishing. Blade existing base surface to remove irregularities. Cure before placing the pavement on the refinished base, as shown on the plans or as directed. 4.3. Compaction. Compact using ordinary compaction or density control as shown on the plans. Bring each layer to the moisture content directed. When necessary, sprinkle the material in accordance with Item 204, "Sprinkling." Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least one-half the width of the roller unit. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph, as directed. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. Continue work until specification requirements are met. Perform the work at no additional expense to the Department. 4.3.1. Ordinary Compaction. Roll with approved compaction equipment as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing approved material as required, reshaping, and recompacting. 4.3.2. Density Control. Determine the moisture content in the mixture at the beginning of and during compaction in accordance with Tex -103-E. Compact to at least 98% of the maximum density determined by Tex -113-E, unless otherwise shown on the plans. 133 251 The Engineer will determine roadway density of completed sections in accordance with Tex -115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.4. Finishing. Immediately after completing compaction, clip, skin, or tight -blade the surface with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove and dispose of loosened material at an approved location. Seal the clipped surface immediately by rolling with a pneumatic tire roller until a smooth surface is attained. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. In areas where surfacing is to be placed, correct grade deviations in excess of 1/4 in. in 16 ft. measured longitudinally for the entire width of the cross-section. Correct by loosening, adding, or removing material. Reshape and recompact in accordance with Section 251.4.3., "Compaction." 4.5. Curing. Cure the finished section until the moisture content is at least 2% below optimum or as directed before applying the next successive course or prime coat. 5. MEASUREMENT This Item will be measured by the station, square yard, cubic yard, or ton. Square yard and cubic yard in original position measurement will be established by the widths and depths shown on the plans and the lengths measured in the field. When material is measured in trucks, the weight of the material will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." Measurement is further defined for payment as follows. 5.1. Station. By the 100 -ft. station measured along the centerline of each roadbed. 5.2. Square Yard. By the square yard of existing base or pavement in its original position. When square yard measurement is used, limits of measurement will be as shown on the plans. 5.3. 5.4. Cubic Yard in Vehicle. By the cubic yard of salvaged material in vehicles as delivered at the stockpile. Cubic Yard in Stockpile. By the cubic yard of salvaged material in the final stockpile position by the method of average end areas. 5.5. Cubic Yard in Original Position. By the cubic yard in its original position measured by the method of average end areas. 5.6. Ton. By the ton of dry weight in the trucks as delivered at the stockpile. The dry weight is determined by deducting the weight of the moisture in the material at the time of weighing from the gross weight of the material. The Engineer will determine the moisture content in the material in accordance with Tex -103-E from samples taken at the time of truck weighing. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reworking Base Material" for the type, scarified depth, and compaction method shown on the plans. For cubic yard measurements, the measurement location (vehicle, stockpile, or original position) will be specified. No additional payment will be made for thickness or width exceeding that shown on the typical sections or provided on the plans for station, square yard, and cubic yard in the original position measurement. This price is full compensation for furnishing and 134 251 disposing of materials, blading, brooming, scarifying, salvaging, replacing, stockpiling, reshaping, refinishing, compacting, finishing, curing, and equipment, labor, tools, and incidentals. Furnishing and delivering new base will be paid for in accordance with Section 247.6.2., "Flexible Base (Roadway Delivery)." Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will not be paid for directly but will be subsidiary to this Item. Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, 'Proof Rolling." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be in accordance with pertinent Items or Article 4.4., "Changes in the Work." Removal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.4., "Changes in the Work." Additional restrictions for measurement and payment are as follows: • Type A. Work will be restricted to station and square yard measurement. • Type B. Work will be restricted to station, square yard, and cubic yard in the original position measurement. • Type C. Work will be restricted to station, square yard, and cubic yard in the original position measurement. • Type D. Work will be restricted to station and square yard measurement. 260 Item 260 Lime Treatment (Road -Mixed) FTexas epartment ransportation 1. DESCRIPTION Mix and compact lime, water, and subgrade or base (with or without asphaltic concrete pavement) in the roadway. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. Obtain verification from the Engineer that the specification requirements are met before using the sources. The Engineer may sample and test project materials at any time before compaction. Use Tex -100-E for material definitions. 2.1. Lime. Furnish lime that meets the requirements of DMS -6350, "Lime and Lime Slurry," and DMS -6330, "Pre - Qualification of Lime Sources." Use hydrated lime, commercial lime slurry, quicklime, or carbide lime slurry as shown on the plans. Do not use quicklime when sulfates are present in quantities greater than 3,000 ppm. When furnishing quicklime, provide it in bulk. 2.2. Subgrade. The Engineer will determine the sulfate content of the existing subgrade in accordance with Tex -145-E and organic content in accordance with Tex -148-E before lime treatment begins. Suspend operations when material to be treated has a sulfate content greater than 7,000 ppm or an organic content greater than 1.0% and proceed as directed. 2.3. Flexible Base. Unless otherwise shown on the plans, furnish base material that meets the requirements of Item 247, "Flexible Base," for the type and grade shown on the plans, before the addition of lime. 2.4. Water. Furnish water free of industrial wastes and other objectionable material. 2.5. Asphalt. When asphalt or emulsion is permitted for curing purposes, furnish materials that meet the requirements of Item 300, "Asphalts, Oils, and Emulsions," as shown on the plans or as directed. 2.6. Mix Design. The Engineer will determine the target lime content and optimum moisture content in accordance with Tex -121-E or prior experience with the project materials. The Contractor may propose a mix design developed in accordance with Tex -121-E. The Engineer will use Tex -121-E to verify the Contractor's proposed mix design before acceptance. Reimburse the Department for subsequent mix designs or partial designs necessitated by changes in the material or requests by the Contractor. Limit the amount of recycled asphalt pavement to no more than 50% of the mix unless otherwise shown on the plans or directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, 'Proof Rolling," when required. 3.1. Storage Facility. Store quicklime and dry hydrated lime in closed, weatherproof containers. 3.2. Slurry Equipment. Use slurry tanks equipped with agitation devices to slurry hydrated lime or quicklime on the project or other approved location. The Engineer may approve other slurrying methods. 136 260 3.3. Provide a pump for agitating the slurry when the distributor truck is not equipped with an agitator. Equip the distributor truck with a sampling device in accordance with Tex -600-J, Part I, when using commercial lime slurry or carbide lime slurry. 3.4. Hydrated Lime Distribution Equipment. Provide equipment to spread lime evenly across the area to be treated. Provide equipment with a rotary vane feeder to spread lime, when shown on the plans. 3.5. Pulverization Equipment. Provide pulverization equipment that: • cuts and pulverizes material uniformly to the proper depth with cutters that plane to a uniform surface over the entire width of the cut, • provides a visible indication of the depth of cut at all times, and • uniformly mixes the materials. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas, and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. 4.1. Preparation of Subgrade or Existing Base for Treatment. Before treating, remove existing asphalt pavement in accordance with Item 105, "Removing Treated and Untreated Base and Asphalt Pavement," when shown on the plans or as directed. Shape existing material in accordance with applicable bid items to conform to typical sections shown on the plans and as directed. Unless otherwise approved, proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying existing material. Correct soft spots as directed. When material is imported from a borrow source, notify the Engineer of the location of the borrow source well in advance to allow time for testing and approval to avoid delay to the project. Stockpile as directed. The Engineer will test the borrow source and determine the sulfate and organic contents. When the borrow source has a sulfate content greater than 3,000 ppm or an organic content greater than 1.0%, proceed as directed. When new base material is required to be mixed with existing base, deliver, place, and spread the new material in the required amount per station. Manipulate and thoroughly mix new base with existing material to provide a uniform mixture to the specified depth before shaping. 4.2. Pulverization. Pulverize or scarify existing material after shaping so that 100% passes a 2-1/2 in. sieve. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to plan depth. 4.3. Application of Lime. Uniformly apply lime using dry or slurry placement as shown on the plans or as directed. Add lime at the percentage determined in Section 260.2.6., "Mix Design." Apply lime only on an area where mixing can be completed during the same working day. Start lime application only when the air temperature is at least 35°F and rising or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Suspend application when the Engineer determines that weather conditions are unsuitable. Minimize dust and scattering of lime by wind. Do not apply lime when wind conditions, in the opinion of the Engineer, cause blowing lime to become dangerous to traffic or objectionable to adjacent property owners. When pebble grade quicklime is placed dry, mix the material and lime thoroughly at the time of lime application. Use of quicklime can be dangerous. Inform users of the recommended precautions for handling and storage. 137 260 4.3.1. Dry Placement. Before applying lime, bring the prepared roadway to approximately 2 percentage points above optimum moisture content. When necessary, sprinkle in accordance with Item 204, "Sprinkling." Distribute the required quantity of hydrated lime or pebble grade quicklime with approved equipment. Only hydrated lime may be distributed by bag. Do not use a motor grader to spread hydrated lime. 4.3.2. Slurry Placement. Provide slurry free of objectionable materials, at or above the minimum dry solids content, and with a uniform consistency that will allow ease of handling and uniform application. Deliver commercial lime slurry or carbide lime slurry to the jobsite, or use hydrated lime or quicklime to prepare lime slurry at the jobsite or other approved location, as specified. When dry quicklime is applied as slurry, use 80% of the amount shown on the plans. Distribute slurry uniformly by making successive passes over a measured section of roadway until the specified lime content is reached. Uniformly spread the residue from quicklime slurry over the length of the roadway being processed, unless otherwise directed. 4.4. Mixing. Begin mixing within 6 hr. of application of lime. Hydrated lime exposed to the open air for 6 hr. or more between application and mixing, or that experiences excessive loss due to washing or blowing, will not be accepted for payment. Thoroughly mix the material and lime using approved equipment. When treating subgrade, bring the moisture content above the optimum moisture content to insure adequate chemical reaction of the lime and subgrade materials. Allow the mixture to mellow for 1 to 4 days, as directed. When pebble grade quicklime is used, allow the mixture to mellow for 2 to 4 days, as directed. Sprinkle the treated materials during the mixing and mellowing operation, as directed, to achieve adequate hydration and proper moisture content. When the material to be treated has a sulfate content greater than 3,000 ppm but less than or equal to 7,000 ppm, mellow for a minimum of 7 days. Maintain in a continuously moist condition by sprinkling in accordance with Item 204, "Sprinkling." After mellowing, resume mixing until a homogeneous, friable mixture is obtained. After mixing, the Engineer may sample the mixture at roadway moisture and test in accordance with Tex -101-E, Part III, to determine compliance with the gradation requirements in Table 1. Table 1 Gradation Requirements (Minimum % Passin Sieve Size Base Subgrade 1-3/4" 100 100 3/4" 85 85 #4 — 60 4.5. Compaction. Compact the mixture using density control, unless otherwise shown on the plans. Multiple lifts are permitted when shown on the plans or approved. Bring each layer to the moisture content directed. Sprinkle the treated material in accordance with Item 204, "Sprinkling" or aerate the treated material to adjust the moisture content during compaction so that it is no more than 1.0 percentage points below optimum and 2.0 percentage points above optimum as determined by Tex -121-E. Measure the moisture content of the material in accordance with Tex -115-E or Tex -103-E during compaction daily and report the results the same day, unless otherwise shown on the plans or directed. Begin rolling longitudinally at the sides and proceed toward the center, overlapping on successive trips by at least 1/2 the width of the roller unit. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph as directed. Before final acceptance, the Engineer will select the locations of tests in each unit and measure the treated depth in accordance with Tex -140-E. Correct areas deficient by more than 1/2 in. in thickness or more than 1/2% in target lime content by adding lime as required, reshaping, recompacting, and refinishing at the Contractor's expense. Rework, recompact, and refinish material that fails to meet or that loses required moisture, density, stability, or finish before the next course is placed or the project is accepted. Continue work until specification 138 260 requirements are met. Rework in accordance with Section 260.4.6., 'Reworking a Section." Perform the work at no additional expense to the Department. 4.5.1. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and recompacting. 4.5.2. Density Control. The Engineer will determine roadway density and moisture content of completed sections in accordance with Tex -115-E. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 4.5.2.1. Subgrade. Compact to at least 95% of the maximum density determined in accordance with Tex -121-E, unless otherwise shown on the plans. 4.5.2.2. Base. Compact the bottom course to at least 95% of the maximum density determined in accordance with Tex -121-E unless otherwise shown on the plans. Compact subsequent courses treated under this Item to at least 98% of the maximum density determined in accordance with Tex -121-E, unless otherwise shown on the plans. 4.6. Reworking a Section. When a section is reworked within 72 hr. after completion of compaction, rework the section to provide the required density. When a section is reworked more than 72 hr. after completion of compaction, add additional lime at 25% of the percentage determined in Section 260.2.6., "Mix Design." Reworking includes loosening, adding material or removing unacceptable material if necessary, mixing as directed, compacting, and finishing. When density control is specified, determine a new maximum density of the reworked material in accordance with Tex -121-E, and compact to at least 95% of this density. 4.7. Finishing. Immediately after completing compaction of the final course, clip, skin, or tight -blade the surface of the lime -treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of at an approved location. Roll the clipped surface immediately with a pneumatic tire roller until a smooth surface is attained. Add small amounts of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines, and grades shown on the plans or as directed. Finish grade of constructed subgrade to within 0.1 ft. in the cross-section and 0.1 ft. in 16 ft. measured longitudinally. Correct grade deviations of constructed base greater than 1/4 in. in 16 ft. measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Remove excess material, reshape, and roll with a pneumatic -tire roller. Correct as directed if material is more than 1/4 in. low. Do not surface patch. The 72 -hr. time limit required for completion of placement, compaction, and finishing does not apply to finishing required just before applying the surface course. 4.8. Curing. Cure for the minimum number of days shown in Table 2 by sprinkling in accordance with Item 204, "Sprinkling," or by applying an asphalt material at a rate of 0.05 to 0.20 gal. per square yard as directed. Maintain moisture during curing. Upon completion of curing, maintain the moisture content in accordance with Section 132.3.5., "Maintenance of Moisture and Reworking," for subgrade and Section 247.4.5., "Curing" for bases before placing subsequent courses. Do not allow equipment on the finished course during curing except as required for sprinkling, unless otherwise approved. Apply seals or additional courses within 14 calendar days of final compaction. 139 260 Table 2 Minimum Curing Requirements before Placing Subsequent Courses' Untreated Material Curing (Days) PI 35 2 PI>35 5 1. Subject to the approval of the Engineer. Proof rolling may be required as an indicator of adequate curing. 5. MEASUREMENT 5.1. Lime. When lime is furnished in trucks, the weight of lime will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." When lime is furnished in bags, indicate the manufacturer's certified weight. Bags varying more than 5% from that weight may be rejected. The average weight of bags in any shipment, as determined by weighing 10 bags taken at random, must be at least the manufacturer's certified weight. 5.1.1. Hydrated Lime. 5.1.1.1. Dry. Lime will be measured by the ton (dry weight). 5.1.1.2. Slurry. Lime slurry will be measured by the ton (dry weight) of the hydrated lime used to prepare the slurry at the jobsite. 5.1.2. Commercial Lime Slurry. Lime slurry will be measured by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 5.1.3. Quicklime. 5.1.3.1. Dry. Lime will be measured by the ton (dry weight) of the quicklime. 5.1.3.2. Slurry. Lime slurry will be measured by the ton (dry weight) of the quicklime used to prepare the slurry multiplied by a conversion factor of 1.28 to give the quantity of equivalent hydrated lime, which will be the basis of payment. 5.1.4. Carbide Lime Slurry. Lime slurry will be measured by the ton (dry weight) as calculated from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 5.2. Lime Treatment. Lime treatment will be measured by the square yard of surface area. The dimensions for determining the surface area are established by the widths shown on the plans and the lengths measured at placement. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid in accordance with Section 260.6.1., "Lime," and Section 260.6.2., "Lime Treatment." Furnishing and delivering new base will be paid for in accordance with Section 247.6.2., "Flexible Base (Roadway Delivery)." Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will be paid for in accordance with Section 260.6.2., "Lime Treatment." Removal and disposal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.4., "Changes in the Work." 140 260 Sprinkling and rolling, except proof rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, "Proof Rolling." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be paid for in accordance with pertinent Items or Article 4.4., "Changes in the Work." Where subgrade to be treated under this Contract has sulfates greater than 7,000 ppm, work will be paid for in accordance with Article 4.4., "Changes in the Work." Asphalt used solely for curing will not be paid for directly but will be subsidiary to this Item. Asphalt placed for curing and priming will be paid for under Item 310, 'Prime Coat." 6.1. Lime. Lime will be paid for at the unit price bid for "Lime" of one of the following types: • Hydrated Lime (Dry), • Hydrated Lime (Slurry), • Commercial Lime Slurry, • Quicklime (Dry), • Quicklime (Slurry), or • Carbide Lime Slurry. This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. Lime used for reworking a section in accordance with Section 260.4.6., "Reworking a Section," will not be paid for directly but will be subsidiary to this Item. 6.2. Lime Treatment. Lime treatment will be paid for at the unit price bid for "Lime Treatment (Existing Material)," "Lime Treatment (New Base)," or "Lime Treatment (Mixing Existing Material and New Base)," for the depth specified. No payment will be made for thickness or width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, spreading, applying lime, compacting, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. 141 275 Item 275 Cement Treatment (Road -Mixed) JrTexas Department f Transportation 1. DESCRIPTION Mix and compact cement, water, and subgrade or base (with or without asphalt concrete pavement) in the roadway. 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of the proposed material sources and of changes to material sources. The Engineer will verify that the specification requirements are met before the sources can be used. The Engineer may sample and test project materials at any time before compaction. Use Tex -100-E for material definitions. 2.1. Cement. Furnish hydraulic cement that meets the requirements of DMS -4600, "Hydraulic Cement," and the Department's Hydraulic Cement Quality Monitoring Program (HCQMP). Sources not on the HCQMP will require testing and approval before use. 2.2. Subgrade. The Engineer will determine the sulfate content in accordance with Tex -145-E and organic content in accordance with Tex -148-E before cement treatment begins. Suspend operations when material to be treated has a sulfate content greater than 7,000 ppm or an organic content greater than 1.0% and proceed as directed. 2.3. Flexible Base. Unless otherwise shown on the plans, furnish base material that meets the requirements of Item 247, "Flexible Base," for the type and grade shown on the plans, before the addition of cement. 2.4. Water. Furnish water free of industrial waste and other objectionable material. 2.5. Asphalt. When permitted for curing purposes, furnish asphalt or emulsion that meets the requirements of Item 300, "Asphalts, Oils, and Emulsions," as shown on the plans or directed. 2.6. Mix Design. The Engineer will determine the target cement content and optimum moisture content to produce a stabilized mixture that meets the strength requirements shown on the plans. The mix will be designed in accordance with Tex -120-E or will be based on prior experience with the project materials. The Contractor may propose a mix design developed in accordance with Tex -120-E. Meet strength requirements when shown on the plans. The Engineer will use Tex -120-E to verify the Contractor's proposed mix design before acceptance. Reimburse the Department for subsequent mix designs or partial designs necessitated by changes in the material or requests by the Contractor. Limit the amount of recycled asphalt pavement to no more than 50% of the mix unless otherwise shown on the plans or directed. 3. EQUIPMENT Provide machinery, tools, and equipment necessary for proper execution of the work. Provide rollers in accordance with Item 210, "Rolling." Provide proof rollers in accordance with Item 216, "Proof Rolling," when required. 3.1. Cement Storage Facility. Store cement in closed, weatherproof containers. 3.2. Cement Slurry Equipment. Use slurry tanks equipped with agitation devices to slurry cement on the project or other approved location. The Engineer may approve other slurrying methods. Provide a pump for agitating 153 275 the slurry when the distributor truck is not equipped with an agitator. Equip the distributor truck with an approved sampling device. 3.3. Dry Cement Distribution Equipment. Provide equipment to spread cement evenly across the area to be treated. Provide equipment with a rotary vane feeder when shown on the plans. 3.4. Pulverization Equipment. Provide pulverization equipment that: • cuts and pulverizes material uniformly to the proper depth with cutters that will plane to a uniform surface over the entire width of the cut, • provides a visible indication of the depth of cut at all times, and • uniformly mixes the materials. 4. CONSTRUCTION Construct each layer uniformly, free of loose or segregated areas and with the required density and moisture content. Provide a smooth surface that conforms to the typical sections, lines, and grades shown on the plans or as directed. 4.1. Preparation of Subgrade or Existing Base for Treatment. Before treating, remove existing asphalt concrete pavement in accordance with pertinent Items and the plans or as directed. Shape existing material in accordance with applicable bid items to conform to the typical sections shown on the plans and as directed. When shown on the plans or directed, proof roll the roadbed in accordance with Item 216, "Proof Rolling," before pulverizing or scarifying existing material. Correct soft spots as directed. Provide the borrow source location well in advance when material is imported, to allow time for testing and approval to avoid delay to the project. Stockpile as directed. The Engineer will test the borrow source and determine the sulfate and organic contents. When the borrow source has a sulfate content greater than 3,000 ppm or an organic content greater than 1.0%, proceed as directed. When new base is required to be mixed with existing base, deliver, place, and spread the new material in the required amount per station. Manipulate and thoroughly mix new base with existing material to provide a uniform mixture to the specified depth before shaping. 4.2. Pulverization. Pulverize or scarify existing material after shaping so that 100% passes a 2-1/2 in. sieve. If the material cannot be uniformly processed to the required depth in a single pass, excavate and windrow the material to expose a secondary grade to achieve processing to plan depth. 4.3. Application of Cement. Uniformly apply cement using dry placement unless otherwise shown on the plans. Add cement at the percentage determined in Section 275.2.6., "Mix Design." Apply cement only on an area where mixing, compacting, and finishing can be completed during the same working day. Start cement application only when the air temperature is at least 35°F and rising or is at least 40°F. The temperature will be taken in the shade and away from artificial heat. Suspend application when the Engineer determines that weather conditions are unsuitable. 4.3.1. Dry Placement. Before applying cement, bring the prepared roadway to approximately optimum moisture content. When necessary, sprinkle in accordance with Item 204, "Sprinkling." Distribute the required quantity of dry cement with approved equipment. Minimize dust and scattering of cement by wind. Do not apply cement when wind conditions, in the opinion of the Engineer, cause blowing cement to become dangerous to traffic or objectionable to adjacent property owners. 4.3.2. Slurry Placement. Mix the required quantity of cement with water, as approved. Provide slurry free of objectionable materials and with a uniform consistency that can be easily applied. Agitate the slurry 154 275 continuously. Apply slurry within 2 hours of adding water and when the roadway is at a moisture content drier than optimum. Distribute slurry uniformly by making successive passes over a measured section of the roadway until the specified cement content is reached. 4.4. Mixing. Thoroughly mix the material and cement using approved equipment. Mix until a homogeneous mixture is obtained. Sprinkle the treated materials during the mixing operation, as directed, to maintain optimum mixing moisture. Spread and shape the completed mixture in a uniform layer. After mixing, the Engineer may sample the mixture at roadway moisture and test in accordance with Tex -101-E, Part III, to determine compliance with the gradation requirements in Table 1. When strength requirements are shown on the plans, the Engineer may sample the mixture to verify strength in accordance with Tex -120-E and adjust cement content to achieve the target strength for work going forward. Table 1 Gradation Requirements Minimum % Passin Sieve Size Base Subgrade 1-3/4" 100 100 3/4" 85 85 #4 — 60 4.5. Compaction. Compact the mixture in one lift using density control unless otherwise shown on the plans. Complete compaction within 2 hours after the application of water to the mixture of material and cement. Sprinkle the treated material in accordance with Item 204, "Sprinkling," or aerate the treated material to adjust the moisture content during compaction so that it is within 2.0 percentage points of optimum as determined by Tex -120-E. Measure the moisture content of the material in accordance with Tex -115-E or Tex -103-E during compaction daily and report the results the same day to the Engineer, unless otherwise shown on the plans or directed. Adjust operations as required. Begin rolling longitudinally at the sides and proceed towards the center, overlapping on successive trips by at least one-half the width of the roller unit. On superelevated curves, begin rolling at the low side and progress toward the high side. Offset alternate trips of the roller. Operate rollers at a speed between 2 and 6 mph, as directed. Before final acceptance, the Engineer will select the locations of tests in each unit and measure the treated depth in accordance with Tex -140-E. Correct areas deficient by more than 1/2 in. in thickness or more than 1/2% in target cement content by adding cement as required, reshaping, re -compacting, and refinishing at the Contractor's expense. Remove or rework areas that lose required stability, compaction, or finish, as directed. When a section is reworked more than 4 hr. after completion of compaction, add additional cement as directed. Provide additional work and material at no additional cost to the Department. 4.5.1. Ordinary Compaction. Roll with approved compaction equipment, as directed. Correct irregularities, depressions, and weak spots immediately by scarifying the areas affected, adding or removing treated material as required, reshaping, and recompacting. 4.5.2. Density Control. Achieve at least 95% of the maximum density determined in accordance with Tex -120-E when compaction is complete. The Engineer will determine roadway density and moisture content in accordance with Tex -115-E. The Engineer may verify strength in accordance with Tex -120-E and adjust cement content to achieve the target strength for work going forward. Remove material that does not meet density requirements or rework by adding the target cement content, reshaping, recompacting, and refinishing at the Contractor's expense. The Engineer may accept the section if no more than 1 of the 5 most recent density tests is below the specified density and the failing test is no more than 3 pcf below the specified density. 155 275 4.6. Finishing. Immediately after completing compaction, clip, skin, or tight -blade the surface of the cement treated material with a maintainer or subgrade trimmer to a depth of approximately 1/4 in. Remove loosened material and dispose of it at an approved location. Roll the clipped surface immediately with a pneumatic -tire roller until a smooth surface is attained. Add small increments of water as needed during rolling. Shape and maintain the course and surface in conformity with the typical sections, lines and grades shown on the plans or as directed. Finish grade of constructed subgrade to within 0.1 ft. in the cross-section and 0.1 ft. in 16 ft. measured longitudinally. Correct grade deviations of constructed base greater than 1/4 in. in 16 ft. measured longitudinally or greater than 1/4 in. over the entire width of the cross-section in areas where surfacing is to be placed. Remove excess material, reshape, and roll with a pneumatic -tire roller. Correct as directed if material is more than 1/4 in. low. Do not surface patch. 4.7. Microcracking. When shown on the plans, maintain moisture content of the finished cement treated base for a period of 24 to 48 hr. During this time, but not sooner than 24 hr., roll the finished course with a vibratory roller to induce microcracking. The vibratory roller must be in accordance with Item 210, "Rolling," with a static weight equal to or more than 12 tons and the vibratory drum must be not less than 20 in. wide. The roller must travel at a speed of 2 mph, vibrating at maximum amplitude, and make 2 to 4 passes with 100% coverage exclusive of the outside 1 ft. of the surface crown, unless otherwise directed by the Engineer. Additional passes may be required to achieve the desired crack pattern as directed. Notify the Engineer 24 hours before the microcracking begins. 4.8. Curing. Cure for at least 3 days by sprinkling in accordance with Item 204, "Sprinkling," or by applying an asphalt material at the rate of 0.05 to 0.20 gal. per square yard, as shown on the plans or directed. When a section is microcracked, cure section for an additional 2 days after microcracking. Maintain the moisture content during curing at no lower than 2 percentage points below optimum. Continue curing until placing another course. 5. MEASUREMENT 5.1. Cement. Cement will be measured by the ton (dry weight). When cement is furnished in trucks, the weight of cement will be determined on certified scales, or the Contractor must provide a set of standard platform truck scales at a location approved by the Engineer. Scales must conform to the requirements of Item 520, "Weighing and Measuring Equipment." When cement is furnished in bags, indicate the manufacturer's certified weight. Bags varying more than 5% from that weight may be rejected. The average weight of bags in any shipment, as determined by weighing 10 bags taken at random, must be at least the manufacturer's certified weight. Cement slurry will be measured by the ton (dry weight) of the cement used to prepare the slurry at the jobsite or from the minimum percent dry solids content of the slurry, multiplied by the weight of the slurry in tons delivered. 5.2. Cement Treatment. Cement treatment will be measured by the square yard of surface area. The dimensions for determining the surface areas are established by the widths shown on the plans and lengths measured at placement. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid in accordance with Section 275.5.1., "Cement," and Section 275.5.2., "Cement Treatment." 156 275 Furnishing and delivering new base will be paid for in accordance with Section 247.6.2., "Flexible Base (Roadway Delivery)." Mixing, spreading, blading, shaping, compacting, and finishing new or existing base material will be paid for under Section 275.6.2., "Cement Treatment." Removal and disposal of existing asphalt concrete pavement will be paid for in accordance with pertinent Items or Article 4.4., "Changes in the Work." Sprinkling and rolling, except proof -rolling, will not be paid for directly but will be subsidiary to this Item, unless otherwise shown on the plans. When proof -rolling is shown on the plans or directed by the Engineer, it will be paid for in accordance with Item 216, "Proof Rolling." Where subgrade is constructed under this Contract, correction of soft spots in the subgrade or existing base will be at the Contractor's expense. Where subgrade is not constructed under this Contract, correction of soft spots in the subgrade or existing base will be in accordance with pertinent Items or Article 4.4., "Changes in the Work." Where subgrade to be treated under this Contract has sulfates greater than 7,000 ppm, work will be paid for in accordance with Article 4.4., "Changes in the Work." Asphalt used solely for curing will not be paid for directly but will be subsidiary to this Item. Asphalt placed for the purpose of curing and priming will be paid for under Item 310, "Prime Coat." 6.1. Cement. Cement will be paid for at the unit price bid for "Cement." This price is full compensation for materials, delivery, equipment, labor, tools, and incidentals. 6.2. Cement Treatment. Cement treatment will be paid for at the unit price bid for "Cement Treatment (Existing Material)," "Cement Treatment (New Base)," or "Cement Treatment (Mixing Existing Material and New Base)," for the depth specified. No payment will be made for thickness or width exceeding that shown on the plans. This price is full compensation for shaping existing material, loosening, mixing, pulverizing, spreading, applying cement, compacting, microcracking, finishing, curing, curing materials, blading, shaping and maintaining shape, replacing mixture, disposing of loosened materials, processing, hauling, preparing secondary subgrade, water, equipment, labor, tools, and incidentals. 157 300 Item 300 Asphalts, Oils, and Emulsions Ar, JrTexas Department f Transportation 1. DESCRIPTION Provide asphalt cements, cutback and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphalt materials as specified on the plans. 2. MATERIALS Provide asphalt materials that meet the stated requirements when tested in accordance with the referenced Department, AASHTO, and ASTM test methods. Use asphalt containing recycled materials only if the recycled components meet the requirements of Article 6.9, 'Recycled Materials." Provide asphalt materials that have been preapproved for use by the Construction Division in accordance with Tex -545-C. Acronyms used in this Item are defined in Table 1. Table 1 Acronyms Acronym Definition Tex T or R D Test Procedure Designations Department AASHTO ASTM P SBR or L SBS TR Polymer Modifier Designations polymer -modified styrene -butadiene rubber (latex) styrene -butadiene -styrene block co -polymer tire rubber (from ambient temperature grinding of truck and passenger tires) AC asphalt cement AE asphalt emulsion AE -P asphalt emulsion prime A -R asphalt -rubber C cationic EAP&T emulsified asphalt prime and tack H -suffix harder residue (lower penetration) HF high float MC medium -curing MS medium -setting PCE prime, cure, and erosion control PG performance grade RC rapid -curing RS rapid -setting S -suffix stockpile usage SCM special cutback material SS slow -setting 2.1. Asphalt Cement. Provide asphalt cement that is homogeneous, water -free, and nonfoaming when heated to 347°F, and meets the requirements in Table 2. 173 300 Table 2 Asphalt Cement Property Test Procedure Viscosity Grade AC -0.6 AC -1.5 AC -3 AC -5 AC -10 Min Max Min Max Min Max Min Max Min Max Viscosity 140°F, poise 275°F, poise T 202 40 80 0.4 — 100 200 0.7 — 250 350 1.1 — 400 600 1.4 — 800 1,200 1.9 — Penetration, 77°F, 100g, 5 sec. T 49 350 — 250 — 210 — 135 — 85 — Flash point, C.O.C., °F T 48 425 — 425 — 425 — 425 — 450 — Solubility in trichloroethylene, % T 44 99.0 — 99.0 — 99.0 — 99.0 — 99.0 — Spot test Tex -509-C Neg. Neg. Neg. Neg. Neg. Tests on residue from Thin -Film Oven Test: Viscosity, 140°F, poise Ductility, 77°F 5 cm/min., cm T 179 T 202 T 51 — 180 100 — — 450 100 — — 900 100 — — 1,500 100 — — 3,000 100 — 1. If AC -0.6 or AC -1.5 ductility at 77°F is less than 100 cm, material is acceptable if ductility at 60°F is more than 100 cm. 2.2. Polymer -Modified Asphalt Cement. Provide polymer -modified asphalt cement that is smooth, homogeneous, and meets the requirements of Table 3. Supply samples of the base asphalt cement and polymer additives if requested. Table 3 Polymer -Modified Asphalt Cement Property Test Procedure Polymer -Modified Viscosity Grade AC -5 w/2% SBR AC -10 w/2% SBR AC -15P AC-20XP AC-10.2TR AC-20.5TR Min Max Min Max Min Max Min Max Min Max Min Max Polymer SBR SBR SBS SBS TR TR Polymer content, % (solids basis) Tex -533-C 2.0 — 2.0 — 3.0 — — — 2.0 — 5.0 — Dynamic shear, G*/sin b, 64°C, 10 rad/s, kPa T 315 — — — — — — 1.0 — — — 1.0 — Dynamic shear, G*/sin b, 58°C, 10 rad/s, kPa T 315 — — — — — — — — 1.0 — — — Viscosity 140°F, poise 275°F, poise T 202 T 202 700 — — 7.0 1,300 — — 8.0 1,500 — — 8.0 2,000 — — — 1,000 — — 8.0 2,000 — — 10.0 Penetration, 77°F, 100 g, 5 sec. T 49 120 — 80 — 100 150 75 115 95 130 75 115 Ductility, 5cm/min., 39.2°F, cm T 51 70 — 60 — — — — — — — — — Elastic recovery, 50°F, % Tex -539-C — — — — 55 — 55 — 30 — 55 — Softening point, °F T 53 — — — — — — 120 — 110 — 120 — Polymer separation, 48 hr. Tex -540-C None None None None None None Flash point, C.O.C., °F T 48 425 — 425 — 425 — 425 — 425 — 425 — Tests on residue from RTFOT aging and pressure aging: Creep stiffness S, -18°C, MPa m -value, -18°C Tex -541-C — — — — — — — — — 300 0.300 — — 300 0.300 — — 300 0.300 — — 300 0.300 — and R 28 T 313 2.3. Cutback Asphalt. Provide cutback asphalt that meets the requirements of Tables 4, 5, and 6 for the specified type and grade. Supply samples of the base asphalt cement and polymer additives if requested. 174 300 Table 4 Rapid -Curing Cutback Asphalt Property Test Procedure Type—Grade Type—Grade RC -250 RC -800 RC -3000 Min Max Min Max Min Max Kinematic viscosity, 140°F, cSt T 201 250 400 800 1,600 3,000 6,000 Water, % D95 — 0.2 — 0.2 — 0.2 Flash point, T.O.C., °F T 79 80 — 80 — 80 — Distillation test: Distillate, percentage by volume of total distillate to 680°F to 437°F to 500°F to 600°F Residue from distillation, volume % T 78 40 65 85 70 75 90 — — 35 55 80 75 70 85 — — 20 55 45 75 70 — 82 — Tests on distillation residue: Viscosity, 140°F, poise Ductility, 5 cm/min., 77°F, cm Solubility in trichloroethylene, % Spot test T 202 T 51 T 44 Tex -509-C 600 100 99.0 2400 — — Neg. 600 100 99.0 2400 — — Neg. 600 2400 100 — 99.0 — Neg. Table 5 Medium -Curing Cutback Asphalt Property Test ProcedureMC-30 Type—Grade MC -250 MC -800 MC -3000 Min Max Min Max Min Max Min Max Kinematic viscosity, 140°F, cSt T 201 30 60 250 500 800 1,600 3,000 6,000 Water, % D95 — 0.2 — 0.2 — 0.2 — 0.2 Flash point, T.O.C., °F T 79 95 — 122 — 140 — 149 — Distillation test: Distillate, percentage by volume of total distillate to 680°F to 437°F to 500°F to 600°F Residue from distillation, volume % T 78 — 35 30 75 75 95 50 — — 20 5 55 60 90 67 — — — — 40 45 85 75 — — — — 15 15 75 80 — Tests on distillation residue: Viscosity, 140°F, poise Ductility, 5 cm/min., 77°F, cm Solubility in trichloroethylene, % Spot test T 202 T 51 T 44 Tex -509-C 300 1200 100 — 99.0 — Neg. 300 1200 100 — 99.0 — Neg. 300 1200 100 — 99.0 — Neg. 300 1200 100 — 99.0 — Neg. 300 Table 6 Special -Use Cutback Asphalt Property Test Procedure Type—Grade Rapid -Setting MC -2400L SCM I SCM II Min Max Min Max Min Max Kinematic viscosity, 140°F, cSt T 201 D95 T 79 2,400 4,800 500 1,000 1,000 2,000 Water, % — 0.2 — 0.2 — 0.2 Flash point, T.O.C., °F 150 — 175 — 175 — Distillation test: Distillate, percentage by volume of total distillate to 680°F to 437°F to 500°F to 600°F Residue from distillation, volume % T 78 — — — 35 35 80 78 — — — — 0.5 20 60 76 — — — — 0.5 15 50 82 — Tests on distillation residue: Polymer Polymer content, % (solids basis) Penetration, 100 g, 5 sec., 77°F Ductility, 5 cm/min., 39.2°F, cm Solubility in trichloroethylene, % Tex -533-C SBR 2.0 — 150 300 50 — 99.0 — — — — 180 — — — 99.0 — — — — 180 — — — 99.0 — T 49 T 51 T 44 2.4. Emulsified Asphalt. Provide emulsified asphalt that is homogeneous, does not separate after thorough mixing, and meets the requirements for the specified type and grade in Tables 7, 8, 9, and 10. Table 7 Emulsified Asphalt Property Test Procedure Type—Grade Rapid -Setting Medium -Setting Slow -Setting HFRS-2 MS -2 AES -300 SS -1 SS -1H Min Max Min Max Min Max Min Max Min Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 — — 150 400 — — 100 300 75 400 — — 20 100 — — 20 100 — — Sieve test, % T 59 — 0.1 — 0.1 — 0.1 — 0.1 — 0.1 Miscibility T 59 — — — Pass Pass Cement mixing, % T 59 — — — — — — — 2.0 — 2.0 Coating ability and water resistance: Dry aggregate/after spray Wet aggregate/after spray T 59 — — — — Good/Fair Fair/Fair — — — — Demulsibility, 35 mL of 0.02 N CaCl2, % T 59 50 — — 30 — — — — — — Storage stability, 1 day, % T 59 — 1 — 1 — 1 — 1 — 1 Freezing test, 3 cycles' T 59 — Pass — Pass Pass Distillation test: Residue by distillation, % by wt. Oil distillate, % by volume of emulsion T 59 65 — — 0.5 65 — — 0.5 65 — — 5 60 — — 0.5 60 — — 0.5 Tests on residue from distillation: Penetration, 77°F, 100 g, 5 sec. Solubility in trichloroethylene, Ductility, 77°F, 5 cm/min., cm Float test, 140°F, sec. T 49 T 44 T 51 T 50 100 140 97.5 — 100 — 1,200 — 120 160 97.5 100 — 300 — 97.5 — — — 1,200 — 120 160 97.5 — 100 — — — 70 100 97.5 — 80 — — — 1. Applies only when the Engineer designates material for winter use. 176 300 Table 8 Cationic Emulsified Asphalt Property Test Procedure Type -Grade Rapid -Setting Medium -Setting Slow -Setting CRS -2 CRS -2H CMS -2 CMS -2S CSS -1 CSS -1H Min Max Min Max Min Max Min Max Min Max Min Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 - - 150 400 - - 150 400 - - 100 300 - - 100 300 20 100 - - 20 100 - - Sieve test, % T 59 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 Cement mixing, % T 59 - - - - - - - - - 2.0 - 2.0 Coating ability and water resistance: Dry aggregate/after spray Wet aggregate/after spray T 59 - - - - Good/Fair Fair/Fair Good/Fair Fair/Fair - - - - Demulsibility, 35 mL of 0.8% Sodium dioctyl sulfosuccinate, % T 59 70 - 70 - - - - - - - - - Storage stability, 1 day, % T 59 - 1 - 1 - 1 - 1 - 1 - 1 Particle charge T 59 Positive Positive Positive Positive Positive Positive Distillation test: Residue by distillation, % by wt.T Oil distillate, % by volume of emulsion 59 65 - - 0.5 65 - - 0.5 65 - - 7 65 - - 5 60 - - 0.5 60 - - 0.5 Tests on residue from distillation: Penetration, 77°F, 100 g, 5 sec. Solubility in trichloroethylene, % Ductility, 77°F, 5 cm/min., cm T 49 T 44 T 51 120 160 97.5 - 100 - 70 110 97.5 - 80 - 120 200 97.5 - 100 - 300 - 97.5 - - - 120 160 97.5 - 100 - 70 110 97.5 - 80 - Table 9 Polymer -Modified Emulsified Asphalt Property Test Procedure Type -Grade Rapid -Setting Medium -Setting Slow -Setting RS -1P HFRS-2P AES -150P AES -300P AES -3005 SS -1P Min Max Min Max Min Max Min Max Min Max Min Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 - - 50 200 - - 150 400 75 400 - - 75 400 - - 75 400 - - 30 100 - - Sieve test, % T 59 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 - 0.1 Miscibility T 59 - - - - - Pass Coating ability and water resistance: Dry aggregate/after spray Wet aggregate/after spray T 59 - - - - Good/Fair Fair/Fair Good/Fair Fair/Fair Good/Fair Fair/Fair - - Demulsibility, 35 mL of 0.02 N CaCl2, % T 59 60 - 50 - - - - - - - - - Storage stability, 1 day, % T 59 - 1 - 1 - 1 - 1 - 1 - 1 Breaking index, g Tex -542-C - 80 - - - - - - - - - - Distillation test/ Residue by distillation, % by wt. Oil distillate, % by volume of emulsion T 59 65 - - 3 65 - - 0.5 65 - - 3 65 - - 5 65 - - 7 60 - - 0.5 Tests on residue from distillation: Polymer content, wt. % (solids basis) Penetration, 77°F, 100 g, 5 sec. Solubility in trichloroethylene, % Viscosity, 140°F, poise Float test, 140°F, sec. Ductility,2 39.2°F, 5 cm/min., cm Elastic recovery,2 50°F, % Tex -533-C - - 225 300 97.0 - - - - - - - 55 - 3.0 - 90 140 97.0 - 1,500 - 1,200 - 50 - 55 - - - 150 300 97.0 - - - 1,200 - - - - - - - 300 - 97.0 - - - 1,200 - - - - - - - 300 - 97.0 - - - 1,200 - - - - - 3.0 - 100 140 97.0 - 1,300 - - - 50 - - - T 49 T 44 T 202 T 50 T 51 Tex -539-C Tests on RTFO curing of distillation residue Elastic recovery, 50°F, % Tex -541-C - - - - 50 - 50 - 30 - - - Tex -539-C 1. Exception to T 59: Bring the temperature on the lower thermometer slowly to 350°F ±10°F. Maintain at this temperature for 20 min. Complete total distillation in 60 min. (±5 min.) from the first application of heat. 2. HFRS-2P must meet one of either the ductility or elastic recovery requirements. 177 300 Table 10 Polymer -Modified Cationic Emulsified Asphalt Property Test Procedure Type -Grade Rapid -Setting Medium-Setting Slow-Setting CRS -1P CRS -2P CHFRS-2P CMS -1P CMS -2P3 CSS -1P Min Max Min Max Min Max Min Max Min Max Min Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 — — 50 150 — — 150 400 — — 100 400 20 100 — — — — 50 400 20 100 — — Sieve test, % T 59 — 0.1 — 0.1 — 0.1 — 0.1 — 0.1 — 0.1 Demulsibility, 35 mL of 0.8% Sodium dioctyl sulfosuccinate, % T 59 60 — 70 — 60 — — — — — — — Storage stability, 1 day, % T 59 — 1 — 1 — 1 — — — — — 1 Breaking index, g Tex -542-C — 80 — — — — — — — — — — Particle charge T 59 Positive Positive Positive Positive Positive Positive Distillation test:1 Residue by distillation, % by weight Oil distillate, % by volume of emulsion T 59 65 — — 3 65 — — 0.5 65 — — 0.5 65 — — 0.5 65 — — 0.5 62 — — 0.5 Tests on residue from distillation: Polymer content, wt. % (solids basis) Penetration, 77°F, 100 g, 5 sec. Viscosity, 140°F, poise Solubility in trichloroethylene, % Softening point, °F Ductility, 77°F, 5 cm/min., cm Float test, 140°F, sec. Ductility,2 39.2°F, 5 cm/min., cm Elastic recovery,2 50°F, % Tex 533 C — — 225 300 — — 97.0 — — — — — — — — — 45 — 3.0 — 90 150 1,300 — 97.0 — — — — — — — 50 — 55 — 3.0 — 80 130 1,300 — 95.0 — 130 — — — 1,800 — — — 55 — — — 40 — — 5,000 — — — — — — — — — — 45 — — — 40 — — 5,000 — — — — — — — — — — 45 — 3.0 — 55 90 — — 97.0 — 135 — 70 — — — — — T 49 T 202 T 44 T 53 T 51 T 50 T 51 Tex -539-C Tests on rejuvenating agent: Viscosity, 140°F, cSt Flash point, C.O.C., °F Saturates, % by weight Solubility in n -pentane, % by weight T 201 T 48 D2007 D2007 — — — — — — — — — — — — — — — — — — — — — — — — 50 175 380 — — 30 99 — 50 175 380 — — 30 99 — — — — — — — — — Tests on rejuvenating agent after TFO or RTFO: Weight Change, % Viscosity Ratio T 240 or T 179 — — — — — — — — — — — — — 6.5 — 3.0 — 6.5 — 3.0 — — — — Tests on latex:4 Tensile strength, die C dumbbell, psi Change in mass after immersion in rejuvenating agent, D4125 D471 — — — — — — — — — — — — 500 — — 406 500 — — 406 — — — — 1. Exception to T 59: Bring the temperature on the lower thermometer slowly to 350°F (±0°F). Maintain at this temperature for 20 min. Complete total distillation in 60 min. (±5 min.) from the first application of heat. 2. CRS -2P must meet one of either the ductility or elastic recovery requirements. 3. With all precertification samples of CMS -1 P or CMS -2P, submit certified test reports showing that the rejuvenating agent and latex meet the stated requirements. Submit samples of these raw materials if requested by the Engineer. 4. Preparation of latex films: Use any substrate which produces a film of uniform cross-section. Apply latex using a drawdown tool that will deliver enough material to achieve desired residual thickness. Cure films for 14 days at 75°F and 50% relative humidity. 5. Cut samples for tensile strength determination using a crosshead speed of 20 in./min. 6. Specimen must remain intact after exposure and removal of excess rejuvenating agent. 178 300 2.5. Specialty Emulsions. Provide specialty emulsion that is either asphalt -based or resin -based and meets the requirements of Table 11. Table 11 Specialty Emulsions Property Test Procedure Type—Grade Medium -Setting Slow -Setting AE—P EAP&T 1 PCE Min Max Min Max Min Max Viscosity, Saybolt Furol 77°F, sec. 122°F, sec. T 72 — 15 — 150 — — — — 10 — 100 — Sieve test, % T 59 — 0.1 — 0.1 — 0.1 Miscibility2 T 59 — Pass Pass Demulsibility, 35 mL of 0.10 N CaCl2, % T 59 — 70 — — — — Storage stability, 1 day, % T 59 — 1 — 1 — — Particle size,' % by volume < 2.5 µm Tex -238-F3 — — 90 — 90 — Asphalt emulsion distillation to 500°F followed by Cutback asphalt distillation of residue to 680°F: Residue after both distillations, % by wt. Total oil distillate from both distillations, % by volume of emulsion T 59 & T 78 40 25 — 40 — — — — — — — — Residue by distillation, % by wt. T 59 — — 60 — — — Residue by evaporation,4 % by wt. T 59 — — — — 60 — Tests on residue after all distillation(s): Viscosity, 140°F, poise Kinematic viscosity," 140°F, cSt Flash point C.O.C., °F Solubility in trichloroethylene, % Float test, 122°F, sec. T 202 T 201 T 48 T 44 T 50 — — — 97.5 50 — — — — 200 800 — — — — — — — — — — 100 400 — — — 350 — — — Supply with each shipment of PCE: • a copy of a lab report from an approved analytical lab, signed by a lab official, indicating the PCE formulation does not meet any characteristics of a Resource Conservation Recovery Act (RCRA) hazardous waste; • a certification from the producer that the formulation supplied does not differ from the one tested and that no listed RCRA hazardous wastes or Polychlorinated Biphenyls (PCBs) have been mixed with the product; and • a Safety Data Sheet. Exception to T 59: In dilution, use 350 mL of distilled or deionized water and a 1,000 -mL beaker. Use Tex -238-F beginning at "Particle Size Analysis by Laser Diffraction," with distilled or deionized water as a medium and no dispersant, or use another approved method. Exception to T 59: Leave sample in the oven until foaming ceases, then cool and weigh. PCE must meet either the kinematic viscosity requirement or the particle size requirement. 2.6. Recycling Agent. Recycling agent and emulsified recycling agent must meet the requirements in Table 12. Additionally, recycling agent and residue from emulsified recycling agent, when added in the specified proportions to the recycled asphalt, must meet the properties specified on the plans. 179 300 Table 12 Recvclina Aaent and Emulsified Recvclina Aaent Property Test Procedure Recycling Agent Emulsified Recycling Agent Min Max Min Max Viscosity, Saybolt Furol, 77°F, sec. T 72 — — 15 100 Sieve test, % T 59 — — — 0.1 Miscibility1 T 59 — No coagulation Residue by evaporation,2 % by wt. T 59 — — 60 — Tests on recycling agent or residue from evaporation: Flash point, C.O.C., °F Kinematic viscosity, 140°F, cSt 275°F, cSt T 48 T 201 100 — 400 — 400 — #16 — 75 200 75 200 — 10.0 — 10.0 1. Exception to T 59: Use 0.02 N CaCl2 solution in place of water. 2. Exception to T 59: Maintain sample at 300°F until foaming ceases, then cool and weigh. 2.7. Crumb Rubber Modifier. Crumb rubber modifier (CRM) consists of automobile and truck tires processed by ambient temperature grinding. CRM must be: • free from contaminants including fabric, metal, and mineral and other nonrubber substances; • free-flowing; and • nonfoaming when added to hot asphalt binder. Ensure rubber gradation meets the requirements of the grades in Table 13 when tested in accordance with Tex -200-F, Part I, using a 50-g sample. Table 13 CRM Gradations Sieve Size (% Passing) Grade A Grade B Grade C Grade D Grade E Min Max Min Max Min Max As shown on the plans As approved #8 100 — — — — — #10 95 100 100 — — — #16 — — 70 100 100 — #30 — — 25 60 90 100 #40 — — — — 45 100 #50 0 10 — — — — #200 — — 0 5 — — 2.8. Crack Sealer. Provide polymer -modified asphalt -emulsion crack sealer meeting the requirements of Table 14. Provide rubber -asphalt crack sealer meeting the requirements of Table 15. Table 14 Polymer -Modified Asphalt -Emulsion Crack Sealer Property Test Procedure Min Max Rotational viscosity, 77°F, cP D 2196, Method A 10,000 25,000 Sieve test, % T 59 — 0.1 Storage stability, 1 day, % T 59 — 1 Evaporation Residue by evaporation, % by wt. Tex -543-C 65 — Tests on residue from evaporation: Penetration, 77°F, 100 g, 5 sec. Softening point, °F Ductility, 39.2°F, 5 cm/min., cm T 49 T 53 T 51 35 75 140 — 100 — 180 300 Table 15 Rubber -Asphalt Crack Sealer Property Test Procedure Class A Binder Type Class B Min Max Min Max CRM content, Grade A or B, % by wt. Tex -544-C 22 26 — — CRM content, Grade B, % by wt. Tex -544-C — — 13 17 Virgin rubber content,1 % by wt. 5,000 — — 2 — Flash point,2 C.O.C., °F T 48 400 — 400 — Penetration,3 77°F, 150 g, 5 sec. T 49 30 50 30 50 Penetration,3 32°F, 200 g, 60 sec. T 49 12 — 12 — Softening point, °F T 53 — — 170 — Bond Test, non -immersed, 0.5 in specimen, 50% extension, 20°F4 D5329 — Resilience, 77°F, % Pass 1. Provide certification that the Min % virgin rubber was added. 2. Agitate the sealing compound with a 3/8- to 1/2 -in. (9.5- to 12.7 -mm) wide, square -end metal spatula to bring the material on the bottom of the cup to the surface (i.e., turn the material over) before passing the test flame over the cup. Start at one side of the thermometer, move around to the other, and then return to the starting point using 8 to 10 rapid circular strokes. Accomplish agitation in 3 to 4 sec. Pass the test flame over the cup immediately after stirring is completed. 3. Exception to T 49: Substitute the cone specified in D 217 for the penetration needle. 4. Allow no crack in the crack sealing materials or break in the bond between the sealer and the mortar blocks over 1/4 in. deep for any specimen after completion of the test. 2.9. Asphalt -Rubber Binders. Provide asphalt -rubber (A -R) binders that are mixtures of asphalt binder and CRM, which have been reacted at elevated temperatures. Provide A -R binders meeting D6114 and containing a minimum of 15% CRM by weight. Provide Types I or 11, containing CRM Grade C, for use in hot - mixed aggregate mixtures. Provide Types 11 or 111, containing CRM Grade B, for use in surface treatment binder. Ensure binder properties meet the requirements of Table 16. Table 16 A -R Binders Property Test Procedure Binder Type Type I Type II Type III Min Max Min Max Min Max Apparent viscosity, 347°F, cP D2196, Method A 1,500 5,000 1,500 5,000 1,500 5,000 Penetration, 77°F, 100 g, 5 sec. T 49 25 75 25 75 50 100 Penetration, 39.2°F, 200 g, 60 sec. T 49 10 — 15 — 25 — Softening point, °F T 53 135 — 130 — 125 — Resilience, 77°F, % D5329 25 — 20 — 10 — Flash point, C.O.C., °F T 48 450 — 450 — 450 — Tests on residue from Thin -Film Oven Test: Retained penetration ratio, 39.2°F, 200 g, 60 sec., % of original T 179 T 49 75 — 75 — 75 — 2.10. Performance -Graded Binders. Provide PG binders that are smooth and homogeneous, show no separation when tested in accordance with Tex -540-C, and meet the requirements of Table 17. Separation testing is not required if: • a modifier is introduced separately at the mix plant either by injection in the asphalt line or mixer, • the binder is blended on site in continuously agitated tanks, or • binder acceptance is based on field samples taken from an in-line sampling port at the hot -mix plant after the addition of modifiers. 181 300 Table 17 Performance -Graded Binders Property and Test Method Performance Grade PG 58 PG 64 PG 70 PG 76 PG 82 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 -34 -16 -22 -28 Average 7 -day max pavement design temperature, 'Cl < 58 < 64 < 70 < 76 < 82 Min pavement design temperature, °C1 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 >-34 >-16 >-22 >-28 Original Binder Flash point, T 48, Min, °C 230 Viscosity, T 316:2,3 Max, 3.0 Pa•s, test temperature, °C 135 Dynamic shear, T 315:4 G*/sin(8), Min, 1.00 kPa, Max, 2.00 kPa,7 Test temperature @ 10 rad/sec., °C 58 64 70 76 82 Elastic recovery, D 6084, 50°F, % Min — — 30 — — 30 50 — 30 50 60 30 50 60 70 50 60 70 Rolling Thin -Film Oven (Tex -541-C) Mass loss, Tex -541-C, Max, % 1.0 Dynamic shear, T 315: G*/sin(a), Min, 2.20 kPa, Max, 5.00 kPa,7 Test temperature @ 10 rad/sec., °C 58 64 70 76 82 Pressure Aging Vessel (PAV) Residue (R 28) PAV aging temperature, °C 100 Dynamic shear, T 315: G*sin(6), Max, 5,000 kPa Test temperature @ 10 rad/sec., °C 25 22 19 28 25 22 19 28 25 22 19 28 25 22 19 28 25 22 Creep stiffness, T 313:5,6 S, max, 300 MPa, m -value, Min, 0.300 Test temperature @ 60 sec., °C -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 Direct tension, T 314:6 Failure strain, Min, 1.0% Test temperature @ 1.0 mm/min., °C -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 -24 -6 -12 -18 1. Pavement temperatures are estimated from air temperatures using an algorithm conta'ned in a Department -supplied computer program, may be provided by the Department, or by following the procedures outlined in AASHTO MP 2 and PP 28. 2. This requirement may be waived at the Department's discretion if the supplier warrants that the asphalt binder can be adequately pumped, mixed, and compacted at temperatures that meet all applicable safety, environmental, and constructability requirements. At test temperatures where the binder is a Newtonian fluid, any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 3. Viscosity at 135°C is an indicator of mixing and compaction temperatures that can be expected in the lab and field. High values may indicate high mixing and compaction temperatures. Additionally, significant variation can occur from batch to batch. Contractors should be aware that variation could significantly impact their mixing and compaction operations. Contractors are therefore responsible for addressing any constructability issues that may arise. 4. For quality control of unmodified asphalt binder production, measurement of the viscosity of the original asphalt binder may be substituted for dynamic shear measurements of G*/sin(6) at test temperatures where the asphalt is a Newtonian fluid. Any suitable standard means of viscosity measurement may be used, including capillary (T 201 or T 202) or rotational viscometry (T 316). 5. Silicone beam molds, as described in AASHTO TP 1-93, are acceptable for use. 6. If creep stiffness is below 300 MPa, direct tension test is not required. If creep stiffness is between 300 and 600 MPa, the direct tension failure strain requirement can be used instead of the creep stiffness requirement. The m -value requirement must be satisfied in both cases. 7. Maximum values for unaged and RTFO aged dynamic shear apply only to materials used as substitute binders, as described in specification Items 340, "Dense -Graded Hot -Mix Asphalt (Small Quantity)," 341, "Dense -Graded Hot -Mix Asphalt," and 344, "Superpave Mixtures." 3. EQUIPMENT Provide all equipment necessary to transport, store, sample, heat, apply, and incorporate asphalts, oils, and emulsions. 182 300 4. CONSTRUCTION Typical Material Use. Use materials shown in Table 18, unless otherwise determined by the Engineer. Table 18 Tvpical Material Use Material Application Typically Used Materials Hot -mixed, hot -laid asphalt mixtures PG binders, A -R binders Types I and II Surface treatment AC -5, AC -10, AC -5 w/2% SBR, AC -10 w/2% SBR, AC -15P, AC-20XP, AC - 10-2TR, AC-20-5TR, HFRS-2, MS -2, CRS -2, CRS -2H, HFRS-2P,CRS-2P, CHFRS-2P, A -R binders Types II and III Surface treatment (cool weather) RS -1P, CRS -1P, RC -250, RC -800, RC -3000, MC -250, MC -800, MC -3000, MC -2400L Precoating AC -5, AC -10, PG 64-22, SS -1, SS -1H, CSS -1, CSS -1H Tack coat PG Binders, SS -1 H, CSS -1 H, EAP&T Fog seal SS -1, SS -1H, CSS -1, CSS -1H Hot -mixed, cold -laid asphalt mixtures AC -0.6, AC -1.5, AC -3, AES -300, AES -300P, CMS -2, CMS -2S Patching mix MC -800, SCM I, SCM II, AES -300S Recycling AC -0.6, AC -1.5, AC -3, AES -150P, AES -300P, recycling agent, emulsified recycling agent Crack sealing SS -1P, polymer mod AE crack sealant, rubber asphalt crack sealers (Class A, Class B) Microsurfacing CSS -1 P Prime MC -30, AE -P, EAP&T, PCE Curing membrane SS -1, SS -1H, CSS -1, CSS -1H, PCE Erosion control SS -1, SS -1H, CSS -1, CSS -1H, PCE 4.1. Storage and Application Temperatures. Use storage and application temperatures in accordance with Table 19. Store and apply materials at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage. Manufacturer's instructions regarding recommended application and storage temperatures supersede those of Table 19. Table 19 Storage and Application Temperatures Type -Grade Application Storage Maximum (°F) Recommended Range (°F) Maximum Allowable (°F) AC -0.6, AC -1.5, AC -3 200-300 350 350 AC -5, AC -10 275-350 350 350 AC -5 w/2% SBR, AC -10 w/2% SBR, AC -15P, AC-20-5TR 300-375 375 360 RC -250 125-180 200 200 RC -800 170-230 260 260 RC -3000 215-275 285 285 MC -30, AE -P 70-150 175 175 MC -250 125-210 240 240 MC -800, SCM I, SCM II 175-260 275 275 MC -3000, MC -2400L 225-275 290 290 HFRS-2, MS -2, CRS -2, CRS -2H, HFRS-2P, CRS -2P, CMS -2, CMS -2S, AES -300, AES -300S, AES -150P, AES -300P 120-160 180 180 SS -1, SS -1H, CSS -1, CSS -1H, PCE, EAP&T, SS -1P, RS -1P, CRS -1P, CSS -1P, recycling agent, emulsified recycling agent, polymer mod AE crack sealant 50-130 140 140 PG binders 275-350 350 350 Rubber asphalt crack sealers (Class A, Class B) 350-375 400 - A -R binders Types I, II, and III 325-425 425 425 5. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but is subsidiary or is included in payment for other pertinent Items. 183 310 Item 310 Prime Coat FTexas epartment ransportation 1. DESCRIPTION Prepare and treat existing or newly constructed surface with an asphalt binder or other specialty prime coat binder material. Apply blotter material as required. 2. MATERIALS 2.1. Binder. Use material of the type and grade shown on the plans in accordance with Item 300, "Asphalts, Oils, and Emulsions," or as listed in the Department's MPL for prime coat binders. 2.2. Blotter. Use either base course sweepings obtained from cleaning the base or native sand as blotter materials unless otherwise shown on the plans or approved. 3. EQUIPMENT Provide applicable equipment in accordance with Article 316.3., "Equipment." 4. CONSTRUCTION 4.1. General. Apply the mixture when the air temperature is at or above 60°F, or above 50°F and rising. Measure the air temperature in the shade away from artificial heat. The Engineer will determine when weather conditions are suitable for application. Do not permit traffic, hauling, or placement of subsequent courses over freshly constructed prime coats. Maintain the primed surface until placement of subsequent courses or acceptance of the work. 4.2. Surface Preparation. Prepare the surface by sweeping or other approved methods. Lightly sprinkle the surface with water before applying bituminous material, when directed, to control dust and ensure absorption. 4.3. Application. 4.3.1. Binder. The Engineer will select the application temperature within the limits recommended in Item 300, "Asphalts, Oils, and Emulsions," or by the material manufacturer. Apply material within 15°F of the selected temperature but do not exceed the maximum allowable temperature. Distribute the material smoothly and evenly at the rate selected by the Engineer. Roll the freshly applied prime coat with a pneumatic -tire roller to ensure penetration when directed. 4.3.2. Blotter. Spread blotter material before allowing traffic to use a primed surface. Apply blotter material to primed surface at the specified rate when "Prime Coat and Blotter" is shown on the plans as a bid item or as directed. Apply blotter to spot locations when "Prime Coat" is shown on the plans as a bid item or as directed to accommodate traffic movement through the work area. Remove blotter material before placing the surface. Dispose of blotter material according to applicable state and federal requirements. 5. MEASUREMENT This Item will be measured by the gallon of binder placed and accepted. 190 310 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Prime Coat" or "Prime Coat and Blotter" of the type and grade of binder specified. This price is full compensation for cleaning and sprinkling the area to be primed; materials, including blotter material; and rolling, equipment, labor, tools, and incidentals. 191 316 Item 316 Seal Coat JrTexas Department f Transportation 1. DESCRIPTION Construct a surface treatment consisting of one or more applications of a single layer of asphalt material covered with a single layer of aggregate. 2. MATERIALS Furnish materials of the type and grade shown on the plans in accordance with the following: 2.1. Asphalt. Furnish asphalt materials meeting the requirements of Item 300, "Asphalts, Oils, and Emulsions." Furnish Type II or Type III A -R binder in accordance with Section 300.2.9., "Asphalt -Rubber Binders," as shown on the plans. Furnish a blend design for approval. Include in the design, at a minimum, the following: • manufacturer and grade of asphalt cement; • manufacturer and grade of crumb rubber; • manufacturer, type, and percentage of extender oil, if used; • test report on crumb rubber gradation in accordance with Tex -200-F, Part I; • design percentage of crumb rubber versus asphalt content; • blending temperature; and • test results on the properties at reaction times of 60, 90, 240, 360, and 1,440 min. in accordance with Section 300.2.9., "Asphalt -Rubber Binders." Furnish a new asphalt -rubber blend design if the grade or source for any of the components changes. If a tack coat is specified when using asphalt -rubber, unless otherwise shown on the plans or approved, furnish CSS -1 H, SS -1 H, or a performance grade (PG) binder with a minimum high temperature grade of PG 58 for tack coat binder. Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. If required, verify that emulsified asphalt proposed for use meets the minimum residual asphalt percentage specified in Item 300, "Asphalts, Oils, and Emulsions." 2.2. Aggregate. Furnish aggregate meeting Item 302, "Aggregates for Surface Treatments," of the type and grade shown on the plans. Unless otherwise shown on the plans, furnish aggregate with a minimum B Surface Aggregate Classification. 2.3. Materials Selections. Furnish asphalt and aggregate shown on the plans. 3. EQUIPMENT 3.1. Distributor. Furnish a distributor that will apply the asphalt material uniformly at the specified rate or as directed. 3.1.1. Transverse Variable Rate. When a transverse variable rate is shown on the plans, ensure that the nozzles outside the wheel paths will output a predetermined percentage more asphalt material by volume than the nozzles over the wheel paths. Use a dual spray bar distributor as desired to provide for a transverse variable rate. 195 316 3.1.2. Agitation for Asphalt -Rubber. If using asphalt -rubber, furnish a distributor capable of keeping the rubber in uniform suspension and adequately mixing the asphalt, rubber, and any additional additives. 3.1.3. Calibration. 3.1.3.1. Transverse Distribution. Furnish a distributor test report, less than 1 yr. old, when tested in accordance with Tex -922-K, Part III. The Department reserves the right to witness the calibration testing. Notify the Engineer 3 days before calibration testing. Include the following documentation on the test report: • the serial number of the distributor, • a method that identifies the actual nozzle set used in the test, and • the fan width of the nozzle set at a 12 -in. bar height. When a transverse variable rate is required, and a single spray bar is to be used, perform the test using the type and grade of asphalt material to be used on the project. The Engineer may verify the transverse rate and distribution at any time. If verification does not meet the requirements, correct deficiencies and furnish a new test report. 3.1.3.2. Tank Volume. Furnish a volumetric calibration and strap stick for the distributor tank in accordance with Tex -922-K, Part I. Provide documentation of distributor calibration performed not more than 5 yr. before the date first used on the project. The Engineer may verify calibration accuracy in accordance with Tex -922-K, Part II. 3.1.4. Computerized Distributor. When paying for asphalt material by weight, the Engineer may allow use of the computerized distributor display to verify application rates. Verify application rate accuracy at a frequency acceptable to the Engineer. 3.2. Aggregate Spreader. Use a continuous -feed, self-propelled spreader to apply aggregate uniformly at the specified rate or as directed. If racked in aggregate is specified on the plans, furnish a second aggregate spreader for the racked in aggregate to apply aggregate uniformly at the specified rate. 3.3. Rollers. Unless otherwise shown on the plans, furnish light pneumatic -tire rollers in accordance with Item 210, "Rolling." 3.4. Broom. Furnish rotary, self-propelled brooms. 3.5. Asphalt Storage and Handling Equipment. When the plans or the Engineer allows storage tanks, furnish a thermometer in each tank to indicate the asphalt temperature continuously. Keep equipment clean and free of leaks. Keep asphalt material free of contamination. 3.6. Aggregate Haul Trucks. Unless otherwise approved, use trucks of uniform capacity to deliver the aggregate. Provide documentation showing measurements and calculation in cubic yards. Clearly mark the calibrated level. Truck size may be limited when shown on the plans. 3.7. Digital Distance Measuring Instrument. Furnish a vehicle with a calibrated digital distance measuring instrument accurate to ±6 ft. per mile. 4. CONSTRUCTION 4.1. General. Comply with the seal coat season as shown on the plans. Asphalt and aggregate rates shown on the plans are for estimating purposes only. Adjust the rates for existing conditions as directed. 196 316 4.2. Temporary Aggregate Stockpiles. The Engineer will approve the location of temporary aggregate stockpiles on the right of way before delivery. Place stockpiles in a manner that will not: • obstruct traffic or sight distance, • interfere with the access from abutting property, or • interfere with roadway drainage. Locate stockpiles a minimum of 30 ft. from roadway when possible. Sign and barricade as shown on the plans. 4.3. Aggregate Furnished by the Department. When shown on the plans, the Department will furnish aggregate to the Contractor without cost. Stockpile locations are shown on the plans. 4.4. Adverse Weather Conditions. Do not place surface treatments when, in the Engineer's opinion, general weather conditions are unsuitable. Meet the requirements for air and surface temperature shown below. 4.4.1. Standard Temperature Limitations. Apply seal coat when air temperature is above 50°F and rising. Do not apply seal coat when air temperature is 60°F and falling. In all cases, do not apply seal coat when surface temperature is below 60°F. 4.4.2. Polymer -Modified Asphalt Cement Temperature Limitations. When using materials described in Section 300.2.2., "Polymer Modified Asphalt Cement," apply seal coat when air temperature is above 70°F and rising. Do not apply seal coat when air temperature is 80°F and falling. In all cases, do not apply seal coat when surface temperature is below 70°F. 4.4.3. Asphalt -Rubber Temperature Limitations. Do not place hot asphalt -rubber seal coat when, in the Engineer's opinion, general weather conditions are unsuitable. Apply seal coat when the air temperature is 80°F and above, or above 70°F and rising. In all cases, do not apply seal coat when surface temperature is below 70°F. 4.4.4. Cool Weather Night Air Temperature. The Engineer reserves the right to review the National Oceanic and Atmospheric Administration (NOAA) weather forecast and determine if the nightly air temperature is suitable for asphalt placement to prevent aggregate loss. 4.4.5. Cold Weather Application. When asphalt application is allowed outside of the above temperature restrictions, the Engineer will approve the binder grade and the air and surface temperatures for asphalt material application. Apply seal coat at air and surface temperatures as directed. 4.5. Mixing Hot A -R Binder. If using asphalt -rubber, mix in accordance with the approved blend design required in Section 316.2.1., "Asphalt." At the end of each shift, provide the Engineer with production documentation, which includes the following: • amount and temperature of asphalt cement before addition of rubber, • amount of rubber and any extender added, • viscosity of each hot A -R batch just before roadway placement, and • time of the rubber additions and viscosity tests. 4.6. Surface Preparation. Remove existing raised pavement markers. Repair any damage incurred by removal as directed. Remove dirt, dust, or other harmful material before sealing. When shown on the plans, remove vegetation and blade pavement edges. When directed, apply a tack coat before applying the hot asphalt - rubber treatment on an existing wearing surface in accordance with Section 340.2.5., "Tack Coat." 4.7. Rock Land and Shot. 4.7.1. Definitions. • A "rock land" is the area covered at the aggregate rate directed with 1 truckload of aggregate. 197 316 • A "shot" is the area covered by 1 distributor load of asphalt material. 4.7.2. Setting Lengths. Calculate the lengths of both rock land and shot. Adjust shot length to be an even multiple of the rock land. Verify that the distributor has enough asphalt material to complete the entire shot length. Mark shot length before applying asphalt. When directed, mark length of each rock land to verify the aggregate rate. 4.8. Asphalt Placement. 4.8.1. General. The maximum shot width is the width of the current transverse distribution test required under Section 316.3.1.3.1., "Transverse Distribution," or the width of the aggregate spreader box, whichever is less. Adjust the shot width so operations do not encroach on traffic or interfere with the traffic control plan, as directed. Use paper or other approved material at the beginning and end of each shot to construct a straight transverse joint and to prevent overlapping of the asphalt. Unless otherwise approved, match longitudinal joints with the lane lines. The Engineer may require a string line if necessary to keep joints straight with no overlapping. Use sufficient pressure to flare the nozzles fully. Select an application temperature, as approved, in accordance with Item 300, "Asphalts, Oils, and Emulsions." Uniformly apply the asphalt material at the rate directed, within 15°F of the approved temperature, and not above the maximum allowable temperature. 4.8.2. Limitations. Do not apply asphalt to the roadway until: • traffic control methods and devices are in place as shown on the plans or as directed, • the loaded aggregate spreader is in position and ready to begin, • haul trucks are loaded with enough aggregate to cover the shot area and are in place behind the spreader box, and • rollers are in place behind the haul trucks. 4.8.3. Nonuniform Application. Stop application if it is not uniform due to streaking, ridging, puddling, or flowing off the roadway surface. Verify equipment condition, operating procedures, application temperature, and material properties. Determine and correct the cause of nonuniform application. If the cause is high or low emulsion viscosity, replace emulsion with material that corrects the problem. 4.8.4. Test Strips. The Engineer may stop asphalt application and require construction of test strips at the Contractor's expense if any of the following occurs: • nonuniformity of application continues after corrective action; • on 3 consecutive shots, application rate differs by more than 0.03 gal. per square yard from the rate directed; or • any shot differs by more than 0.05 gal. per square yard from the rate directed. The Engineer will approve the test strip location. The Engineer may require additional test strips until surface treatment application meets specification requirements. 4.9. Aggregate Placement. As soon as possible, apply aggregate uniformly at the rate directed without causing the rock to roll over. 4.9.1. Nonuniform Application. Stop application if it is not uniform in the transverse direction. Verify equipment condition, operating procedures, and transverse application rate. The transverse application rate should be within 1 Ib. Determine and correct the cause of nonuniform application. 4.10. Rolling. Start rolling operation on each shot as soon as aggregate is applied. Use sufficient rollers to cover the entire mat width in 1 pass, i.e., 1 direction. Roll in a staggered pattern. Unless otherwise shown on the plans, make a minimum of: • 5 passes; or 198 316 • 3 passes when the asphalt material is an emulsion. If rollers are unable to keep up with the spreader box, stop application until rollers have caught up, or furnish additional rollers. Keep roller tires asphalt -free. 4.11. Patching. Before rolling, repair spots where coverage is incomplete. Repair can be made by hand spotting or other approved method. When necessary, apply additional asphalt material to embed aggregate. 4.12. Racked -in Aggregate. If specified on the plans, apply racked -in aggregate after patching, uniformly at the rate directed. The racked -in aggregate must be applied before opening the roadway or intersection to traffic. 4.13. Brooming. After rolling, sweep as soon as aggregate has sufficiently bonded to remove excess. In areas of racked -in aggregate, sweep as directed. 4.14. Final Acceptance. Maintain seal coat until the Engineer accepts the work. Repair any surface failures. Before final project acceptance, remove all temporary stockpiles and restore the area to the original contour and grade. 5. MEASUREMENT 5.1. Asphalt Material. Unless otherwise shown on the plans, asphalt material will be measured by one of the following methods: 5.1.1. Volume. Asphalt material, including all components, will be measured at the applied temperature by strapping the tank before and after road application. The distributor calibrated strap stick will be used for measuring the asphalt level in the distributor asphalt tank. The certified tank chart will be used to determine the beginning gallons and the final gallons in the distributor tank. The quantity to be measured for payment will be the difference between the beginning gallons and the final gallons. 5.1.2. Weight. Asphalt material will be measured in tons using certified scales meeting the requirements of Item 520, "Weighing and Measuring Equipment," unless otherwise approved. The transporting truck must have a seal attached to the draining device and other openings. Random checking on public scales at the Contractor's expense may be required to verify weight accuracy. Upon work completion or temporary suspension, any remaining asphalt material will be weighed by a certified public weigher, or measured by volume in a calibrated distributor or tank and the quantity converted to tons at the measured temperature. The quantity to be measured will be the number of tons received minus the number of tons remaining after all directed work is complete and minus the amount used for other items. Quantity Adjustments. When shown on the plans, the measured quantity will be adjusted to compensate for variation in required application or residual rates for different types of asphalt. Aggregate. Aggregate will be measured by the cubic yard in the trucks as applied on the road. Strike off the loaded aggregate for accurate measurement when directed. Loading, Hauling, and Distributing Aggregate. When the Department furnishes the aggregate, the loading, hauling, and distributing will be measured by the cubic yard in the trucks as applied on the road. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit prices bid for "Asphalt," "Aggregate," and "Loading, Hauling, and Distributing Aggregate" of the types -grades specified on the plans. These prices are full compensation for surface preparation; furnishing, preparing, hauling, and placing materials; removing existing pavement markers and excess aggregate; rolling; cleaning up stockpiles; and equipment, labor, tools, and incidentals. 199 320 Item 320 Equipment for Asphalt Concrete Pavement FTexas epartment ransportation 1. DESCRIPTION Provide equipment to produce, haul, place, compact, and core asphalt concrete pavement. 2. EQUIPMENT Ensure weighing and measuring equipment complies with Item 520, "Weighing and Measuring Equipment." Synchronize equipment to produce a mixture meeting the required proportions. 2.1. Production Equipment. Provide: • drum -mix type, weigh -batch, or modified weigh -batch mixing plants that ensure a uniform, continuous production; • automatic proportioning and measuring devices with interlock cut-off circuits that stop operations if the control system malfunctions; • visible readouts indicating the weight or volume of asphalt and aggregate proportions; • safe and accurate means to take required samples by inspection forces; • permanent means to check the output of metering devices and to perform calibration and weight checks; and • additive -feed systems to ensure a uniform, continuous material flow in the desired proportion. 2.1.1. Drum -Mix Plants. Provide a mixing plant that complies with the requirements below. 2.1.1.1. Aggregate Feed System. Provide: • a minimum of one cold aggregate bin for each stockpile of individual materials used to produce the mix; • bins designed to prevent overflow of material; • scalping screens or other approved methods to remove any oversized material, roots, or other objectionable materials; • a feed system to ensure a uniform, continuous material flow in the desired proportion to the dryer; • an integrated means for moisture compensation; • belt scales, weigh box, or other approved devices to measure the weight of the combined aggregate; and • cold aggregate bin flow indicators that automatically signal interrupted material flow. 2.1.1.2. Reclaimed Asphalt Pavement (RAP) and Recycled Asphalt Shingles (RAS) Feed Systems. Provide a minimum of one bin for each stockpile of RAP and RAS to weigh and feed the recycled material into the hot - mix plant. 2.1.1.3. Mineral Filler Feed System. Provide a closed system for mineral filler that maintains a constant supply with minimal loss of material through the exhaust system. Interlock the measuring device into the automatic plant controls to automatically adjust the supply of mineral filler to plant production and provide a consistent percentage to the mixture. 2.1.1.4. Heating, Drying, and Mixing Systems. Provide: • a dryer or mixing system to agitate the aggregate during heating; • a heating system that controls the temperature during production to prevent aggregate and asphalt binder damage; 200 320 • a heating system that completely burns fuel and leaves no residue; and • a recording thermometer that continuously measures and records the mixture discharge temperature. 2.1.1.5. Dust Collection System. Provide a dust collection system to collect fines generated by the drying and mixing process and reintroduce them into the mixing drum. 2.1.1.6. Asphalt Binder Equipment. Supply equipment to heat binder to the required temperature. Equip the heating apparatus with a continuously recording thermometer located at the highest temperature point. Produce a 24 -hr. chart of the recorded temperature. Place a device with automatic temperature compensation that accurately meters the binder in the line leading to the mixer. Furnish a sampling port on the line between the storage tank and mixer. Supply an additional sampling port between any additive blending device and mixer. Supply an in-line viscosity -measuring device located between the blending unit and the mixing drum when A -R binder is specified. Provide a means to calibrate the meter on site when an asphalt mass flow meter is used. 2.1.1.7. Mixture Storage and Discharge. Provide a surge -storage system to minimize interruptions during operations unless otherwise approved. Furnish a gob hopper or other device to minimize segregation in the bin. Provide an automated system that weighs the mixture upon discharge and produces a ticket showing: • date, • project identification number, • plant identification, • mix identification, • vehicle identification, • total weight of the load, • tare weight of the vehicle, • weight of mixture in each load, and • load number or sequential ticket number for the day. 2.1.1.8. Truck Scales. Provide standard platform scales at an approved location. 2.1.2. Weigh -Batch Plants. Provide a mixing plant that complies with Section 320.2.1.1., "Drum -Mix Plants," except as required below. 2.1.2.1. Screening and Proportioning. Provide enough hot bins to separate the aggregate and to control proportioning of the mixture type specified. Supply bins that discard excessive and oversized material through overflow chutes. Provide safe access for inspectors to obtain samples from the hot bins. 2.1.2.2. Aggregate Weigh Box and Batching Scales. Provide a weigh box and batching scales to hold and weigh a complete batch of aggregate. Provide an automatic proportioning system with low bin indicators that automatically stop when material level in any bin is not enough to complete the batch. 2.1.2.3. Asphalt Binder Measuring System. Provide bucket and scales with enough capacity to hold and weigh binder for one batch. 2.1.2.4. Mixer. Equip mixers with an adjustable automatic timer that controls the dry and wet mixing period and locks the discharge doors for the required mixing period. Furnish a pug mill with a mixing chamber large enough to prevent spillage. 2.1.3. Modified Weigh -Batch Plants. Provide a mixing plant that complies with Section 320.2.1.2., "Weigh -Batch Plants," except as specifically described below. 2.1.3.1. Aggregate Feeds. Aggregate control is required at the cold feeds. Hot bin screens are not required. 201 320 2.1.3.2. Surge Bins. Provide one or more bins large enough to produce 1 complete batch of mixture. 2.2. Hauling Equipment. Provide trucks with enclosed sides to prevent asphalt mixture loss. Cover each load of mixture with waterproof tarpaulins when shown on the plans or required by the Engineer. Clean all truck beds before use to ensure the mixture is not contaminated. Coat the inside truck beds, when necessary, with an approved release agent from the Department's MPL. 2.3. Placement and Compaction Equipment. Provide equipment that does not damage underlying pavement. Comply with laws and regulations concerning overweight vehicles. Use other equipment that will consistently produce satisfactory results, when approved. 2.3.1. Asphalt Paver. Furnish a paver that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. Ensure the paver does not support the weight of any portion of hauling equipment other than the connection. Provide loading equipment that does not transmit vibrations or other motions to the paver that adversely affect the finished pavement quality. Equip the paver with an automatic, dual, longitudinal -grade control system and an automatic, transverse -grade control system. 2.3.1.1. Tractor Unit. Supply a tractor unit that can push or propel vehicles, dumping directly into the finishing machine to obtain the desired lines and grades to eliminate any hand finishing. Equip the unit with a hitch able to maintain contact between the hauling equipment's rear wheels and the finishing machine's pusher rollers while mixture is unloaded. 2.3.1.2. Screed. Provide a heated compacting screed that will produce a finished surface that meets longitudinal and transverse profile, typical section, and placement requirements. Screed extensions must provide the same compacting action and heating as the main unit unless otherwise approved. 2.3.1.3. Grade Reference. Provide a grade reference with enough support that the maximum deflection does not exceed 1/16 in. between supports. Ensure that the longitudinal controls can operate from any longitudinal grade reference including a string line, ski, mobile reference, or joint matching shoes. 2.3.2. Material Transfer Devices. Provide the specified type of device when shown on the plans. Ensure the devices provide a continuous, uniform mixture flow to the asphalt paver. Provide windrow pick-up equipment, when used, constructed to pick up substantially all roadway mixture placed in the windrow. 2.3.3. 2.3.4. 2.3.5. 2.3.6. Remixing Equipment. Provide equipment, when required, that includes a pug mill, variable pitch augers, or variable diameter augers operating under a storage unit with a minimum capacity of 8 tons. Motor Grader. Provide a self-propelled grader, when allowed, with a blade length of at least 12 ft. and a wheelbase of at least 16 ft. Thermal Imaging System or Hand -Held Thermal Camera. Provide a thermal imaging system or hand-held thermal camera meeting the requirements of Tex -244-F. Rollers. Provide rollers meeting the requirements of Item 210, "Rolling," for each type of roller required for compaction. 2.3.7. Straightedges and Templates. Furnish 10 -ft. straightedges and other templates as required or approved. 2.4. Field Laboratory. Provide and maintain a Type D Structure (Asphalt Mix Control Laboratory) unless otherwise shown on the plans in accordance with Item 504, "Field Office and Laboratory," and details shown on the plans. 2.5. Coring Equipment. Provide equipment suitable to obtain a pavement specimen meeting the dimensions for testing when coring is required. 202 320 3. MEASUREMENT AND PAYMENT The work performed, materials furnished, equipment, labor, tools, and incidentals will not be measured or paid for directly but will be subsidiary to pertinent Items. 203 341 Item 341 Dense -Graded Hot -Mix Asphalt ioTexas Department f Transportation 1. DESCRIPTION Construct a hot -mix asphalt (HMA) pavement layer composed of a compacted, dense -graded mixture of aggregate and asphalt binder mixed hot in a mixing plant. Payment adjustments will apply to HMA placed under this specification unless the HMA is deemed exempt in accordance with Section 341.4.9.4., "Exempt Production." 2. MATERIALS Furnish uncontaminated materials of uniform quality that meet the requirements of the plans and specifications. Notify the Engineer of all material sources and before changing any material source or formulation. The Engineer will verify that the specification requirements are met when the Contractor makes a source or formulation change, and may require a new laboratory mixture design, trial batch, or both. The Engineer may sample and test project materials at any time during the project to verify specification compliance in accordance with Item 6, "Control of Materials." 2.1. Aggregate. Furnish aggregates from sources that conform to the requirements shown in Table 1 and as specified in this Section. Aggregate requirements in this Section, including those shown in Table 1, may be modified or eliminated when shown on the plans. Additional aggregate requirements may be specified when shown on the plans. Provide aggregate stockpiles that meet the definitions in this Section for coarse, intermediate, or fine aggregate. Aggregate from reclaimed asphalt pavement (RAP) is not required to meet Table 1 requirements unless otherwise shown on the plans. Supply aggregates that meet the definitions in Tex -100-E for crushed gravel or crushed stone. The Engineer will designate the plant or the quarry as the sampling location. Provide samples from materials produced for the project. The Engineer will establish the Surface Aggregate Classification (SAC) and perform Los Angeles abrasion, magnesium sulfate soundness, and Micro-Deval tests. Perform all other aggregate quality tests listed in Table 1. Document all test results on the mixture design report. The Engineer may perform tests on independent or split samples to verify Contractor test results. Stockpile aggregates for each source and type separately. Determine aggregate gradations for mixture design and production testing based on the washed sieve analysis given in Tex -200-F, Part II. 2.1.1. Coarse Aggregate. Coarse aggregate stockpiles must have no more than 20% material passing the No. 8 sieve. Aggregates from sources listed in the Department's Bituminous Rated Source Quality Catalog (BRSQC) are preapproved for use. Use only the rated values for hot -mix listed in the BRSQC. Rated values for surface treatment (ST) do not apply to coarse aggregate sources used in hot -mix asphalt. For sources not listed on the Department's BRSQC: • build an individual stockpile for each material; • request the Department test the stockpile for specification compliance; and • once approved, do not add material to the stockpile unless otherwise approved. Provide aggregate from non -listed sources only when tested by the Engineer and approved before use. Allow 30 calendar days for the Engineer to sample, test, and report results for non -listed sources. Provide coarse aggregate with at least the minimum SAC shown on the plans. SAC requirements only apply to aggregates used on the surface of travel lanes. SAC requirements apply to aggregates used on surfaces 230 341 other than travel lanes when shown on the plans. The SAC for sources on the Departments Aggregate Quality Monitoring Program (AQMP) (Tex -499-A) is listed in the BRSQC. 2.1.1.1. Blending Class A and Class B Aggregates. Class B aggregate meeting all other requirements in Table 1 may be blended with a Class A aggregate to meet requirements for Class A materials. Ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source when blending Class A and B aggregates to meet a Class A requirement. Blend by volume if the bulk specific gravities of the Class A and B aggregates differ by more than 0.300. Coarse aggregate from RAP and Recycled Asphalt Shingles (RAS) will be considered as Class B aggregate for blending purposes. The Engineer may perform tests at any time during production, when the Contractor blends Class A and B aggregates to meet a Class A requirement, to ensure that at least 50% by weight, or volume if required, of the material retained on the No. 4 sieve comes from the Class A aggregate source. The Engineer will use the Department's mix design template, when electing to verify conformance, to calculate the percent of Class A aggregate retained on the No. 4 sieve by inputting the bin percentages shown from readouts in the control room at the time of production and stockpile gradations measured at the time of production. The Engineer may determine the gradations based on either washed or dry sieve analysis from samples obtained from individual aggregate cold feed bins or aggregate stockpiles. The Engineer may perform spot checks using the gradations supplied by the Contractor on the mixture design report as an input for the template; however, a failing spot check will require confirmation with a stockpile gradation determined by the Engineer. 2.1.1.2. Micro-Deval Abrasion. The Engineer will perform a minimum of one Micro-Deval abrasion test in accordance with Tex -461-A for each coarse aggregate source used in the mixture design that has a Rated Source Soundness Magnesium (RSSM) loss value greater than 15 as listed in the BRSQC. The Engineer will perform testing before the start of production and may perform additional testing at any time during production. The Engineer may obtain the coarse aggregate samples from each coarse aggregate source or may require the Contractor to obtain the samples. The Engineer may waive all Micro-Deval testing based on a satisfactory test history of the same aggregate source. The Engineer will estimate the magnesium sulfate soundness loss for each coarse aggregate source, when tested, using the following formula: Mgest. = (RSSM)(MDact/RSMD) where: Mgest. = magnesium sulfate soundness loss MDad.. = actual Micro-Deval percent loss RSMD = Rated Source Micro-Deval When the estimated magnesium sulfate soundness loss is greater than the maximum magnesium sulfate soundness loss specified, the coarse aggregate source will not be allowed for use unless otherwise approved. The Engineer will consult the Geotechnical, Soils, and Aggregates Branch of the Construction Division, and additional testing may be required before granting approval. 2.1.2. Intermediate Aggregate. Aggregates not meeting the definition of coarse or fine aggregate will be defined as intermediate aggregate. Supply intermediate aggregates, when used that are free from organic impurities. The Engineer may test the intermediate aggregate in accordance with Tex -408-A to verify the material is free from organic impurities. Supply intermediate aggregate from coarse aggregate sources, when used that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve, and verify that it meets the requirements in Table 1 for crushed face count (Tex -460-A) and flat and elongated particles (Tex -280-F). 2.1.3. Fine Aggregate. Fine aggregates consist of manufactured sands, screenings, and field sands. Fine aggregate stockpiles must meet the gradation requirements in Table 2. Supply fine aggregates that are free from organic impurities. The Engineer may test the fine aggregate in accordance with Tex -408-A to verify the 231 341 material is free from organic impurities. No more than 15% of the total aggregate may be field sand or other uncrushed fine aggregate. Use fine aggregate, with the exception of field sand, from coarse aggregate sources that meet the requirements shown in Table 1 unless otherwise approved. Test the stockpile if 10% or more of the stockpile is retained on the No. 4 sieve and verify that it meets the requirements in Table 1 for crushed face count (Tex -460-A) and flat and elongated particles (Tex -280-F). Table 1 Aggregate Quality Requirements Property Test Method Requirement Coarse Aggregate SAC Tex -499-A (AQMP) As shown on the plans Deleterious material, %, Max Tex -217-F, Part I 1.5 Decantation, %, Max Tex -217-F Part 11 1.5 Micro -Deva) abrasion, % Tex -461-A Note 1 Los Angeles abrasion, %, Max Tex -410-A 40 Magnesium sulfate soundness, 5 cycles, %' Max Tex -411-A 30 Crushed face count,2 %, Min Tex -460-A Part I 85 Flat and elongated particles @ 5:1, %, Max Tex -280-F 10 Fine Aggregate Linear shrinkage, %, Max I Tex -107-E 3 Combined Aggregate3 Sand equivalent, %, Min Tex -203-F 45 1. Used to estimate the magnesium sulfate soundness loss in accordance with Section 341.2.1.1.2., "Micro-Deval Abrasion." 2. Only applies to crushed gravel. 3. Aggregates, without mineral filler, RAP, RAS, or additives, combined as used in the job -mix formula (JMF). Table 2 Gradation Requirements for Fine Aggregate Sieve Size % Passing by Weight or Volume 3/8" 100 #8 70-100 #200 0-30 2.2. Mineral Filler. Mineral filler consists of finely divided mineral matter such as agricultural lime, crusher fines, hydrated lime, or fly ash. Mineral filler is allowed unless otherwise shown on the plans. Use no more than 2% hydrated lime or fly ash unless otherwise shown on the plans. Use no more than 1°/0 hydrated lime if a substitute binder is used unless otherwise shown on the plans or allowed. Test all mineral fillers except hydrated lime and fly ash in accordance with Tex -107-E to ensure specification compliance. The plans may require or disallow specific mineral fillers. Provide mineral filler, when used, that: • is sufficiently dry, free-flowing, and free from clumps and foreign matter as determined by the Engineer; • does not exceed 3% linear shrinkage when tested in accordance with Tex -107-E; and • meets the gradation requirements in Table 3. Table 3 Gradation Requirements for Mineral Filler Sieve Size % Passing by Weight or Volume #8 100 #200 55-100 2.3. Baghouse Fines. Fines collected by the baghouse or other dust -collecting equipment may be reintroduced into the mixing drum. 2.4. Asphalt Binder. Furnish the type and grade of performance -graded (PG) asphalt specified on the plans. 2.5. Tack Coat. Furnish CSS -1 H, SS -1 H, or a PG binder with a minimum high-temperature grade of PG 58 for tack coat binder in accordance with Item 300, "Asphalts, Oils, and Emulsions." Specialized or preferred tack 232 341 coat materials may be allowed or required when shown on the plans. Do not dilute emulsified asphalts at the terminal, in the field, or at any other location before use. The Engineer will obtain at least one sample of the tack coat binder per project in accordance with Tex -500-C Part III, and test it to verify compliance with Item 300, "Asphalts, Oils, and Emulsions." The Engineer will obtain the sample from the asphalt distributor immediately before use. 2.6. Additives. Use the type and rate of additive specified when shown on the plans. Additives that facilitate mixing, compaction, or improve the quality of the mixture are allowed when approved. Provide the Engineer with documentation such as the bill of lading showing the quantity of additives used in the project unless otherwise directed. 2.6.1. Lime and Liquid Antistripping Agent. When lime or a liquid antistripping agent is used, add in accordance with Item 301, "Asphalt Antistripping Agents." Do not add lime directly into the mixing drum of any plant where lime is removed through the exhaust stream unless the plant has a baghouse or dust collection system that reintroduces the lime into the drum. 2.6.2. Warm Mix Asphalt (WMA). Warm Mix Asphalt (WMA) is defined as HMA that is produced within a target temperature discharge range of 215°F and 275°F using approved WMA additives or processes from the Department's MPL. WMA is allowed for use on all projects and is required when shown on the plans. When WMA is required, the maximum placement or target discharge temperature for WMA will be set at a value below 275°F. Department -approved WMA additives or processes may be used to facilitate mixing and compaction of HMA produced at target discharge temperatures above 275°F; however, such mixtures will not be defined as WMA. 2.7. Recycled Materials. Use of RAP and RAS is permitted unless otherwise shown on the plans. Do not exceed the maximum allowable percentages of RAP and RAS shown in Table 4. The allowable percentages shown in Table 4 may be decreased or increased when shown on the plans. Determine asphalt binder content and gradation of the RAP and RAS stockpiles for mixture design purposes in accordance with Tex -236-F. The Engineer may verify the asphalt binder content of the stockpiles at any time during production. Perform other tests on RAP and RAS when shown on the plans. Asphalt binder from RAP and RAS is designated as recycled asphalt binder. Calculate and ensure that the ratio of the recycled asphalt binder to total binder does not exceed the percentages shown in Table 5 during mixture design and HMA production when RAP or RAS is used. Use a separate cold feed bin for each stockpile of RAP and RAS during HMA production. Surface, intermediate, and base mixes referenced in Tables 4 and 5 are defined as follows: • Surface. The final HMA lift placed at or near the top of the pavement structure; • Intermediate. Mixtures placed below an HMA surface mix and less than or equal to 8.0 in. from the riding surface; and • Base. Mixtures placed greater than 8.0 in. from the riding surface. 2.7.1. RAP. RAP is salvaged, milled, pulverized, broken, or crushed asphalt pavement. Crush or break RAP so that 100% of the particles pass the 2 in. sieve. Fractionated RAP is defined as 2 or more RAP stockpiles, divided into coarse and fine fractions. Use of Contractor -owned RAP including HMA plant waste is permitted unless otherwise shown on the plans. Department -owned RAP stockpiles are available for the Contractor's use when the stockpile locations are shown on the plans. If Department -owned RAP is available for the Contractor's use, the Contractor may use Contractor -owned fractionated RAP and replace it with an equal quantity of Department -owned RAP. This allowance does not apply to a Contractor using unfractionated RAP. Department -owned RAP generated through required work on the Contract is available for the Contractor's use when shown on the plans. Perform any necessary tests to ensure Contractor- or Department -owned RAP is appropriate for use. The Department will not perform any tests or assume any liability for the quality of the Department -owned RAP 233 341 unless otherwise shown on the plans. The Contractor will retain ownership of RAP generated on the project when shown on the plans. The coarse RAP stockpile will contain only material retained by processing over a 3/8 -in. or 1/2 -in. screen unless otherwise approved. The fine RAP stockpile will contain only material passing the 3/8 -in. or 1/2 -in. screen unless otherwise approved. The Engineer may allow the Contractor to use an alternate to the 3/8 -in. or 1/2 -in. screen to fractionate the RAP. The maximum percentages of fractionated RAP may be comprised of coarse or fine fractionated RAP or the combination of both coarse and fine fractionated RAP. Do not use Department- or Contractor -owned RAP contaminated with dirt or other objectionable materials. Do not use Department- or Contractor -owned RAP if the decantation value exceeds 5% and the plasticity index is greater than 8. Test the stockpiled RAP for decantation in accordance with Tex -406-A Part I. Determine the plasticity index in accordance with Tex -106-E if the decantation value exceeds 5%. The decantation and plasticity index requirements do not apply to RAP samples with asphalt removed by extraction or ignition. Do not intermingle Contractor -owned RAP stockpiles with Department -owned RAP stockpiles. Remove unused Contractor -owned RAP material from the project site upon completion of the project. Return unused Department -owned RAP to the designated stockpile location. Table 4 Maximum Allowable Amounts of RAP' Maximum Allowab e Maximum Allowable Fractionated RAP' (%) Unfractionated RAPS (%) Surface Intermediate 1 Base Surface Intermediate Base 20.0 30.0 40.0 10.0 10.0 10.0 1. Must also meet the recycled binder to total binder ratio shown in Table 5. 2. Up to 5% RAS may be used separately or as a replacement for fractionated RAP. 3. Unfractionated RAP may not be combined with fractionated RAP or RAS. 2.7.2. RAS. Use of post -manufactured RAS or post -consumer RAS (tear -offs) is permitted unless otherwise shown on the plans. Up to 5% RAS may be used separately or as a replacement for fractionated RAP in accordance with Table 4 and Table 5. RAS is defined as processed asphalt shingle material from manufacturing of asphalt roofing shingles or from re -roofing residential structures. Post -manufactured RAS is processed manufacturer's shingle scrap by-product. Post -consumer RAS is processed shingle scrap removed from residential structures. Comply with all regulatory requirements stipulated for RAS by the TCEQ. RAS may be used separately or in conjunction with RAP. Process the RAS by ambient grinding or granulating such that 100% of the particles pass the 3/8 in. sieve when tested in accordance with Tex -200-F Part I. Perform a sieve analysis on processed RAS material before extraction (or ignition) of the asphalt binder. Add sand meeting the requirements of Table 1 and Table 2 or fine RAP to RAS stockpiles if needed to keep the processed material workable. Any stockpile that contains RAS will be considered a RAS stockpile and be limited to no more than 5.0% of the HMA mixture in accordance with Table 4. Certify compliance of the RAS with DMS -11000, "Evaluating and Using Nonhazardous Recyclable Materials Guidelines." Treat RAS as an established nonhazardous recyclable material if it has not come into contact with any hazardous materials. Use RAS from shingle sources on the Department's MPL. Remove substantially all materials before use that are not part of the shingle, such as wood, paper, metal, plastic, and felt paper. Determine the deleterious content of RAS material for mixture design purposes in accordance with Tex -217-F, Part III. Do not use RAS if deleterious materials are more than 0.5% of the stockpiled RAS unless otherwise approved. Submit a sample for approval before submitting the mixture design. The Department will perform the testing for deleterious material of RAS to determine specification compliance. 2.8. Substitute Binders. Unless otherwise shown on the plans, the Contractor may use a substitute PG binder listed in Table 5 instead of the PG binder originally specified, if the substitute PG binder and mixture made with the substitute PG binder meet the following: 234 341 • the substitute binder meets the specification requirements for the substitute binder grade in accordance with Section 300.2.10., "Performance -Graded Binders;" and • the mixture has less than 10.0 mm of rutting on the Hamburg Wheel test (Tex -242-F) after the number of passes required for the originally specified binder. Use of substitute PG binders may only be allowed at the discretion of the Engineer if the Hamburg Wheel test results are between 10.0 mm and 12.5 mm. Table 5 Allowable Substitute PG Binders and Maximum Recycled Binder Ratios Originally Specified PG Binder Allowable Substitute PG Binder Maximum Ratio of Recycled Binder' to Total Binder (%) Surface Intermediate Base HMA 76-222 70-22 or 64-22 20.0 20.0 20.0 70-28 or 64-28 30.0 35.0 40.0 70-222 64-22 20.0 20.0 20.0 64-28 or 58-28 30.0 35.0 40.0 64-222 58-28 30.0 35.0 40.0 76-282 70-28 or 64-28 20.0 20.0 20.0 64-34 30.0 35.0 40.0 70-282 64-28 or 58-28 20.0 20.0 20.0 64-34 or 58-34 30.0 35.0 40.0 64-282 58-28 20.0 20.0 20.0 58-34 30.0 35.0 40.0 WMA3 76-222 70-22 or 64-22 30.0 35.0 40.0 70-222 64-22 or 58-28 30.0 35.0 40.0 64-224 58-28 30.0 35.0 40.0 76-282 70-28 or 64-28 30.0 35.0 40.0 70-282 64-28 or 58-28 30.0 35.0 40.0 64-284 58-28 30.0 35.0 40.0 1. Combined recycled binder from RAP and RAS. 2. Use no more than 20.0% recycled binder when using this originally specified PG binder. 3. WMA as defined in Section 341.2.6.2., "Warm Mix Asphalt (WMA)." 4. When used with WMA, this originally specified PG binder is allowed for use at the maximum recycled binder ratios shown in this table. 3. EQUIPMENT Provide required or necessary equipment in accordance with Item 320, "Equipment for Asphalt Concrete Pavement." 4. CONSTRUCTION Produce, haul, place, and compact the specified paving mixture. In addition to tests required by the specification, Contractors may perform other QC tests as deemed necessary. At any time during the project, the Engineer may perform production and placement tests as deemed necessary in accordance with Item 5, "Control of the Work." Schedule and participate in a mandatory pre -paving meeting with the Engineer on or before the first day of paving unless otherwise shown on the plans. 4.1. Certification. Personnel certified by the Department -approved hot -mix asphalt certification program must conduct all mixture designs, sampling, and testing in accordance with Table 6. Supply the Engineer with a list of certified personnel and copies of their current certificates before beginning production and when personnel changes are made. Provide a mixture design developed and signed by a Level 2 certified specialist. Provide Level 1A certified specialists at the plant during production operations. Provide Level 1B certified specialists to conduct placement tests. 235 341 Table 6 Test Methods, Test Responsibility, and Minimum Certification Levels Test Description Test Method Contractor Engineer Level1 1. Aggregate and Recycled Material Testing Sampling Tex -221-F ✓ ✓ 1A Dry sieve Tex -200-F, Part I ✓ ✓ 1A Washed sieve Tex -200-F Part 11 ✓ ✓ 1A Deleterious material Tex -217-F Parts 1 & 111 ✓ ✓ 1A Decantation Tex -217-F, Part II ✓ ✓ 1A Los Angeles abrasion Tex -410-A ✓ TxDOT Magnesium sulfate soundness Tex -411-A ✓ TxDOT Micro -Deva) abrasion Tex -461-A ✓ 2 Crushed face count Tex -460-A ✓ ✓ 2 Flat and elongated particles Tex -280-F ✓ ✓ 2 Linear shrinkage Tex -107-E ✓ ✓ 2 Sand equivalent Tex -203-F ✓ ✓ 2 Organic impurities Tex -408-A ✓ ✓ 2 2. Asphalt Binder & Tack Coat Sampling Asphalt binder sampling Tex -500-C Part 11 ✓ ✓ 1A/1B Tack coat sampling Tex -500-C Part III ✓ ✓ 1A/1B 3. Mix Design & Verification Design and JMF changes Tex -204-F ✓ ✓ 2 Mixing Tex -205-F ✓ ✓ 2 Molding (TGC) Tex -206-F ✓ ✓ 1A Molding (SGC) Tex -241-F ✓ ✓ 1A Laboratory -molded density Tex -207-F ✓ ✓ 1A VMA2 (calculation only) Tex -204-F ✓ ✓ 2 Rice gravity Tex -227-F ✓ ✓ 1A Ignition oven correction factors3 Tex -236-F ✓ ✓ 2 Indirect tensile strength Tex -226-F ✓ ✓ 2 Hamburg Wheel test Tex -242-F ✓ ✓ 2 Boil test Tex -530-C ✓ ✓ 1A 4. Production Testing Selecting production random numbers Tex -225-F Part 1 ✓ 1A Mixture sampling Tex -222-F ✓ ✓ 1A Molding (TGC) Tex -206-F ✓ ✓ 1A Molding (SGC) Tex -241-F ✓ ✓ 1A Laboratory -molded density Tex -207-F ✓ ✓ 1A VMA2 (calculation only) Tex -204-F ✓ ✓ 1A Rice gravity Tex -227-F ✓ ✓ 1A Gradation & asphalt binder content3 Tex -236-F ✓ ✓ 1A Control charts Tex -233-F ✓ ✓ 1A Moisture content Tex -212-F ✓ ✓ 1A Hamburg Wheel test Tex -242-F ✓ ✓ 2 Micro -Deva) abrasion Tex -461-A ✓ 2 Boil test Tex -530-C ✓ ✓ 1A Abson recovery Tex -211-F ✓ TxDOT Overlay test Tex -248-F ✓ TxDOT Cantabro loss Tex -245-F ✓ 2 5. Placement Testing Selecting placement random numbers Tex -225-F Part 11 ✓ 1A/1B Trimming roadway cores Tex -207-F ✓ ✓ 1A/1B In-place air voids Tex -207-F ✓ ✓ 1A/1B Establish rolling pattern Tex -207-F ✓ 1B Control charts Tex -233-F ✓ ✓ 1A Ride quality measurement Tex -1001-S ✓ ✓ Note 4 Segregation (density profile) Tex -207-F, Part V ✓ ✓ 1B Longitudinal joint density Tex -207-F Part VII ✓ ✓ 1B Thermal profile Tex -244-F ✓ ✓ 1B 1. Level 1A, 1 B, and 2 are certification levels provided by the Hot Mix Asphalt Center certification program. 2. Voids in mineral aggregates. 3. Refer to Section 341.4.9.2.3., "Production Testing," for exceptions to using an ignition oven. 4. Profiler and operator are required to be certified at the Texas A&M Transportation Institute facility when Surface Test Type B is specified. 236 341 4.2. Reporting and Responsibilities. Use Department -provided templates to record and calculate all test data, including mixture design, production and placement QC/QA, control charts, thermal profiles, segregation density profiles, and longitudinal joint density. Obtain the current version of the templates at http://www.txdot.gov/inside-txdot/forms-publications/consultants-contractors/forms/site-manager.html or from the Engineer. The Engineer and the Contractor will provide any available test results to the other party when requested. The maximum allowable time for the Contractor and Engineer to exchange test data is as given in Table 7 unless otherwise approved. The Engineer and the Contractor will immediately report to the other party any test result that requires suspension of production or placement, a payment adjustment less than 1.000, or that fails to meet the specification requirements. Record and electronically submit all test results and pertinent information on Department -provided templates. Subsequent sublots placed after test results are available to the Contractor, which require suspension of operations, may be considered unauthorized work. Unauthorized work will be accepted or rejected at the discretion of the Engineer in accordance with Article 5.3., "Conformity with Plans, Specifications, and Special Provisions." Table 7 Reporting Schedule Description Reported By Reported To To Be Reported Within Production Quality Control Gradation1 Contractor Engineer 1 working day of completion of the sublot Asphalt binder contents Laboratory -molded density2 Moisture content3 Boil test3 Production Quality Assurance Gradation3 Engineer g Contractor 1 working day of completion of the sublot Asphalt binder content3 Laboratory -molded densityl Hamburg Wheel test' Boil test3 Binder tests' Placement Quality Control In-place air voids2 Contractor En sneer g 1 working day of completion of the lot Segregations Longitudinal joint density' Thermal profile1 Placement Quality Assurance In-place air voids' Engineer Contractor 1 working day of receipt of the trimmed cores for in-place air voids4 Segregation' Longitudinal joint density2 Thermal profile' Aging ratio2 Payment adjustment summary Engineer Contractor 2 working days of performing all required tests and receiving Contractor test data 1. These tests are required on every sublot. 2. Optional test. To be reported as soon as results become available. 3. To be performed at the frequency specified on the plans. 4. 2 days are allowed if cores cannot be dried to constant weight within 1 day. The Engineer will use the Department -provided template to calculate all payment adjustment factors for the lot. Sublot samples may be discarded after the Engineer and Contractor sign off on the payment adjustment summary documentation for the lot. Use the procedures described in Tex -233-F to plot the results of all quality control (QC) and quality assurance (QA) testing. Update the control charts as soon as test results for each sublot become available. Make the control charts readily accessible at the field laboratory. The Engineer may suspend production for failure to update control charts. 237 341 4.3. Quality Control Plan (QCP). Develop and follow the QCP in detail. Obtain approval for changes to the QCP made during the project. The Engineer may suspend operations if the Contractor fails to comply with the QCP. Submit a written QCP before the mandatory pre -paving meeting. Receive approval of the QCP before beginning production. Include the following items in the QCP: 4.3.1. Project Personnel. For project personnel, include: • a list of individuals responsible for QC with authority to take corrective action; • current contact information for each individual listed; and • current copies of certification documents for individuals performing specified QC functions. 4.3.2. Material Delivery and Storage. For material delivery and storage, include: • the sequence of material processing, delivery, and minimum quantities to assure continuous plant operations; • aggregate stockpiling procedures to avoid contamination and segregation; • frequency, type, and timing of aggregate stockpile testing to assure conformance of material requirements before mixture production; and • procedure for monitoring the quality and variability of asphalt binder. 4.3.3. Production. For production, include: • loader operation procedures to avoid contamination in cold bins; • procedures for calibrating and controlling cold feeds; • procedures to eliminate debris or oversized material; • procedures for adding and verifying rates of each applicable mixture component (e.g., aggregate, asphalt binder, RAP, RAS, lime, liquid antistrip, WMA); • procedures for reporting job control test results; and • procedures to avoid segregation and drain -down in the silo. 4.3.4. Loading and Transporting. For loading and transporting, include: • type and application method for release agents; and • truck loading procedures to avoid segregation. 4.3.5. Placement and Compaction. For placement and compaction, include: • proposed agenda for mandatory pre -paving meeting, including date and location; • proposed paving plan (e.g., paving widths, joint offsets, and lift thicknesses); • type and application method for release agents in the paver and on rollers, shovels, lutes, and other utensils; • procedures for the transfer of mixture into the paver, while avoiding segregation and preventing material spillage; • process to balance production, delivery, paving, and compaction to achieve continuous placement operations and good ride quality; • paver operations (e.g., operation of wings, height of mixture in auger chamber) to avoid physical and thermal segregation and other surface irregularities; and • procedures to construct quality longitudinal and transverse joints. 4.4. Mixture Design. 4.4.1. Design Requirements. The Contractor may design the mixture using a Texas Gyratory Compactor (TGC) or a Superpave Gyratory Compactor (SGC) unless otherwise shown on the plans. Use the dense -graded 238 341 design procedure provided in Tex -204-F. Design the mixture to meet the requirements listed in Tables 1, 2, 3, 4, 5, 8, 9, and 10. 4.4.1.1. Target Laboratory -Molded Density When The TGC Is Used. Design the mixture at a 96.5% target laboratory -molded density. Increase the target laboratory -molded density to 97.0% or 97.5% at the Contractor's discretion or when shown on the plans or specification. 4.4.1.2. Design Number of Gyrations (Ndesign) When The SGC Is Used. Design the mixture at 50 gyrations (Ndesign). Use a target laboratory -molded density of 96.0% to design the mixture; however, adjustments can be made to the Ndesign value as noted in Table 9. The Ndesign level may be reduced to no less than 35 gyrations at the Contractor's discretion. Use an approved laboratory from the Department's MPL to perform the Hamburg Wheel test, and provide results with the mixture design, or provide the laboratory mixture and request that the Department perform the Hamburg Wheel test. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the laboratory mixture design. The Engineer will provide the mixture design when shown on the plans. The Contractor may submit a new mixture design at any time during the project. The Engineer will verify and approve all mixture designs (JMF1) before the Contractor can begin production. Provide the Engineer with a mixture design report using the Department -provided template. Include the following items in the report: • the combined aggregate gradation, source, specific gravity, and percent of each material used; • asphalt binder content and aggregate gradation of RAP and RAS stockpiles; • the target laboratory -molded density (or Ndesign level when using the SGC); • results of all applicable tests; • the mixing and molding temperatures; • the signature of the Level 2 person or persons that performed the design; • the date the mixture design was performed; and • a unique identification number for the mixture design. Table 8 Master Gradation Limits (% Passing by Weight or Volume) and VMA Requirements Sieve Size A Coarse Base B Fine Base C Coarse Surface D Fine Surface F Fine Mixture 2" 100.01 - - - - 1-1/2" 98.0-100.0 100.01 - - - 1" 78.0-94.0 98.0-100.0 100.01 - - 3/4" 64.0-85.0 84.0-98.0 95.0-100.0 100.01 - 1 /2" 50.0-70.0 - - 98.0-100.0 100.01 3/8" - 60.0-80.0 70.0-85.0 85.0-100.0 98.0-100.0 #4 30.0-50.0 40.0-60.0 43.0-63.0 50.0-70.0 70.0-90.0 #8 22.0-36.0 29.0-43.0 32.0-44.0 35.0-46.0 38.0-48.0 #30 8.0-23.0 13.0-28.0 14.0-28.0 15.0-29.0 12.0-27.0 #50 3.0-19.0 6.0-20.0 7.0-21.0 7.0-20.0 6.0-19.0 #200 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 2.0-7.0 Design VMA % Minimum - 12.0 13.0 14.0 15.0 16.0 Production (Plant -Produced) VMA, % Minimum - 11.5 12.5 13.5 14.5 15.5 1. Defined as maximum sieve size. No tolerance allowed. 239 341 Table 9 Laboratory Mixture Design Properties Mixture Property Test Method Requirement Target laboratory -molded density, % (TGC) Tex -207-F 96.51 Design gyrations (Ndesign for SGC) Tex -241-F 502 Indirect tensile strength (dry), psi Tex -226-F 85-2003 Boil test4 Tex -530-C — Increase to 97.0% or 97.5% at the Contractor's discretion or when shown on the plans or specification. 2. Adjust within a range of 35-100 gyrations when shown on the plans or specification or when mutually agreed between the Engineer and Contractor. 3. The Engineer may allow the IDT strength to exceed 200 psi if the corresponding Hamburg Wheel rut depth is greater than 3.0 mm and less than 12.5 mm. 4. Used to establish baseline for comparison to production results. May be waived when approved. Table 10 Hamburg Wheel Test Requirements High -Temperature Binder Grade Test Method Minimum # of Passes @ 12.5 mm' Rut Depth, Tested @ 50°C PG 64 or lower Tex -242-F 10,0002 PG 70 15,0003 PG 76 or higher 20,000 1. When the rut depth at the required minimum number of passes is less than 3 mm, the Engineer may require the Contractor to increase the target laboratory -molded density (TGC) by 0.5% to no more than 97.5% or lower the Ndesign level (SGC) to no less than 35 gyrations. 2. May be decreased to no less than 5,000 passes when shown on the plans. 3. May be decreased to no less than 10,000 passes when shown on the plans. 4.4.2. Job -Mix Formula Approval. The job -mix formula (JMF) is the combined aggregate gradation, target laboratory -molded density (or Ndesign level), and target asphalt percentage used to establish target values for hot -mix production. JMF1 is the original laboratory mixture design used to produce the trial batch. When WMA is used, JMF1 may be designed and submitted to the Engineer without including the WMA additive. When WMA is used, document the additive or process used and recommended rate on the JMF1 submittal. The Engineer and the Contractor will verify JMF1 based on plant -produced mixture from the trial batch unless otherwise approved. The Engineer may accept an existing mixture design previously used on a Department project and may waive the trial batch to verify JMF1. The Department may require the Contractor to reimburse the Department for verification tests if more than 2 trial batches per design are required. 4.4.2.1. Contractor's Responsibilities. 4.4.2.1.1. Providing Gyratory Compactor. Use a TGC calibrated in accordance with Tex -914-K when electing or required to design the mixture in accordance with Tex -204-F, Part I, for molding production samples. Furnish an SGC calibrated in accordance with Tex -241-F when electing or required to design the mixture in accordance with Tex -204-F, Part IV, for molding production samples. Locate the SGC, if used, at the Engineer's field laboratory and make the SGC available to the Engineer for use in molding production samples. 4.4.2.1.2. Gyratory Compactor Correlation Factors. Use Tex -206-F, Part II, to perform a gyratory compactor correlation when the Engineer uses a different gyratory compactor. Apply the correlation factor to all subsequent production test results. 4.4.2.1.3. Submitting JMF1. Furnish a mix design report (JMF1) with representative samples of all component materials and request approval to produce the trial batch. Provide approximately 10,000 g of the design mixture if opting to have the Department perform the Hamburg Wheel test on the laboratory mixture, and request that the Department perform the test. 4.4.2.1.4. Supplying Aggregates. Provide approximately 40 Ib. of each aggregate stockpile unless otherwise directed. 240 341 4.4.2.1.5. Supplying Asphalt. Provide at least 1 gal. of the asphalt material and sufficient quantities of any additives proposed for use. 4.4.2.1.6. Ignition Oven Correction Factors. Determine the aggregate and asphalt correction factors from the ignition oven in accordance with Tex -236-F. Provide the Engineer with split samples of the mixtures before the trial batch production, including all additives (except water), and blank samples used to determine the correction factors for the ignition oven used for QA testing during production. Correction factors established from a previously approved mixture design may be used for the current mixture design if the mixture design and ignition oven are the same as previously used, unless otherwise directed. 4.4.2.1.7. Boil Test. Perform the test and retain the tested sample from Tex -530-C until completion of the project or as directed. Use this sample for comparison purposes during production. The Engineer may waive the requirement for the boil test. 4.4.2.1.8. Trial Batch Production. Provide a plant -produced trial batch upon receiving conditional approval of JMF1 and authorization to produce a trial batch, including the WMA additive or process if applicable, for verification testing of JMF1 and development of JMF2. Produce a trial batch mixture that meets the requirements in Table 4, Table 5, and Table 11. The Engineer may accept test results from recent production of the same mixture instead of a new trial batch. 4.4.2.1.9. Trial Batch Production Equipment. Use only equipment and materials proposed for use on the project to produce the trial batch. 4.4.2.1.10. Trial Batch Quantity. Produce enough quantity of the trial batch to ensure that the mixture meets the specification requirements. 4.4.2.1.11. Number of Trial Batches. Produce trial batches as necessary to obtain a mixture that meets the specification requirements. 4.4.2.1.12. Trial Batch Sampling. Obtain a representative sample of the trial batch and split it into 3 equal portions in accordance with Tex -222-F. Label these portions as "Contractor," "Engineer," and "Referee." Deliver samples to the appropriate laboratory as directed. 4.4.2.1.13. 4.4.2.1.14. 4.4.2.1.15. Trial Batch Testing. Test the trial batch to ensure the mixture produced using the proposed JMF1 meets the mixture requirements in Table 11. Ensure the trial batch mixture is also in compliance with the Hamburg Wheel requirement in Table 10. Use a Department -approved laboratory to perform the Hamburg Wheel test on the trial batch mixture or request that the Department perform the Hamburg Wheel test. The Engineer will be allowed 10 working days to provide the Contractor with Hamburg Wheel test results on the trial batch. Provide the Engineer with a copy of the trial batch test results. Development of JMF2. Evaluate the trial batch test results after the Engineer grants full approval of JMF1 based on results from the trial batch, determine the optimum mixture proportions, and submit as JMF2. Adjust the asphalt binder content or gradation to achieve the specified target laboratory -molded density. The asphalt binder content established for JMF2 is not required to be within any tolerance of the optimum asphalt binder content established for JMF1; however, mixture produced using JMF2 must meet the voids in mineral aggregates (VMA) requirements for production shown in Table 8. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, the Engineer may perform or require the Contractor to perform Tex -226-F on Lot 1 production to confirm the indirect tensile strength does not exceed 200 psi. Verify that JMF2 meets the mixture requirements in Table 5. Mixture Production. Use JMF2 to produce Lot 1 as described in Section 341.4.9.3.1.1., "Lot 1 Placement," after receiving approval for JMF2 and a passing result from the Department's or a Department -approved laboratory's Hamburg Wheel test on the trial batch. If desired, proceed to Lot 1 production, once JMF2 is approved, at the Contractor's risk without receiving the results from the Department's Hamburg Wheel test on the trial batch. 241 341 Notify the Engineer if electing to proceed without Hamburg Wheel test results from the trial batch. Note that the Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor's expense. 4.4.2.1.16. Development of JMF3. Evaluate the test results from Lot 1, determine the optimum mixture proportions, and submit as JMF3 for use in Lot 2. 4.4.2.1.17. 4.4.2.1.18. JMF Adjustments. If JMF adjustments are necessary to achieve the specified requirements, make the adjustments before beginning a new lot. The adjusted JMF must: • be provided to the Engineer in writing before the start of a new lot; • be numbered in sequence to the previous JMF; • meet the mixture requirements in Table 4 and Table 5; • meet the master gradation limits shown in Table 8; and • be within the operational tolerances of JMF2 listed in Table 11. Requesting Referee Testing. Use referee testing, if needed, in accordance with Section 341.4.9.1., "Referee Testing," to resolve testing differences with the Engineer. Table 11 Operational Tolerances Description Test Method Allowable Difference Between Trial Batch and JMF1 Target Allowable Difference from Current JMF Target Allowable Difference between Contractor and Engineer1 Individual % retained for #8 sieve and larger Tex -200 -F Must be Within Master Grading Limits in Table 8 ±5.023 ±5.0 Individual % retained for sieves smaller than #8 and larger than #200 ±3.023 ±3.0 or Tex -236 -F % passing the #200 sieve ±2.02,3 ±1.6 Asphalt binder content, % Tex -236-F ±0.5 ±0.33 ±0.3 Laboratory -molded density, % Tex -207-F ±1.0 ±1.0 ±1.0 In-place air voids, % N/A N/A ±1.0 Laboratory -molded bulk specific gravity N/A N/A ±0.020 VMA, %, min Tex -204-F Note 4 Note 4 N/A Theoretical maximum specific (Rice) gravity Tex -227-F N/A N/A ±0.020 1. Contractor may request referee testing only when values exceed these tolerances. 2. When within these tolerances, mixture production gradations may fall outside the master grading limits; however, the % passing the #200 will be considered out of tolerance when outside the master grading limits. 3. Only applies to mixture produced for Lot 1 and higher. 4. Test and verify that Table 8 requirements are met. 4.4.2.2. Engineer's Responsibilities. 4.4.2.2.1. Gyratory Compactor. For mixtures designed in accordance with Tex -204-F, Part I, the Engineer will use a Department TGC, calibrated in accordance with Tex -914-K, to mold samples for trial batch and production testing. The Engineer will make the Department TGC and the Department field laboratory available to the Contractor for molding verification samples, if requested by the Contractor. For mixtures designed in accordance with Tex -204-F, Part IV, the Engineer will use a Department SGC, calibrated in accordance with Tex -241-F to mold samples for laboratory mixture design verification. For molding trial batch and production specimens, the Engineer will use the Contractor -provided SGC at the field laboratory or provide and use a Department SGC at an alternate location. The Engineer will make the Contractor -provided SGC in the Department field laboratory available to the Contractor for molding verification samples. 4.4.2.2.2. Conditional Approval of JMF1 and Authorizing Trial Batch. The Engineer will review and verify conformance of the following information within 2 working days of receipt: • the Contractor's mix design report (JMF1); • the Contractor -provided Hamburg Wheel test results; 242 341 • all required materials including aggregates, asphalt, additives, and recycled materials; and • the mixture specifications. The Engineer will grant the Contractor conditional approval of JMF1 if the information provided on the paper copy of JMF1 indicates that the Contractor's mixture design meets the specifications. When the Contractor does not provide Hamburg Wheel test results with laboratory mixture design, 10 working days are allowed for conditional approval of JMF1. The Engineer will base full approval of JMF1 on the test results on mixture from the trial batch. Unless waived, the Engineer will determine the Micro-Deval abrasion loss in accordance with Section 341.2.1.1.2., "Micro-Deval Abrasion." If the Engineer's test results are pending after 2 working days, conditional approval of JMF1 will still be granted within 2 working days of receiving JMF1. When the Engineer's test results become available, they will be used for specification compliance. After conditionally approving JMF1, including either Contractor- or Department -supplied Hamburg Wheel test results, the Contractor is authorized to produce a trial batch. 4.4.2.2.3. Hamburg Wheel Testing of JMF1. If the Contractor requests the option to have the Department perform the Hamburg Wheel test on the laboratory mixture, the Engineer will mold samples in accordance with Tex -242-F to verify compliance with the Hamburg Wheel test requirement in Table 10. 4.4.2.2.4. Ignition Oven Correction Factors. The Engineer will use the split samples provided by the Contractor to determine the aggregate and asphalt correction factors for the ignition oven used for QA testing during production in accordance with Tex -236-F. 4.4.2.2.5. Testing the Trial Batch. Within 1 full working day, the Engineer will sample and test the trial batch to ensure that the mixture meets the requirements in Table 11. If the Contractor requests the option to have the Department perform the Hamburg Wheel test on the trial batch mixture, the Engineer will mold samples in accordance with Tex -242-F to verify compliance with the Hamburg Wheel test requirement in Table 10. The Engineer will have the option to perform the following tests on the trial batch: • Tex -226-F, to verify that the indirect tensile strength meets the requirement shown in Table 9; and • Tex -530-C, to retain and use for comparison purposes during production. 4.4.2.2.6. Full Approval of JMF1. The Engineer will grant full approval of JMF1 and authorize the Contractor to proceed with developing JMF2 if the Engineer's results for the trial batch meet the requirements in Table 11. The Engineer will notify the Contractor that an additional trial batch is required if the trial batch does not meet these requirements. 4.4.2.2.7. Approval of JMF2. The Engineer will approve JMF2 within one working day if the mixture meets the requirements in Table 5 and the gradation meets the master grading limits shown in Table 8. The asphalt binder content established for JMF2 is not required to be within any tolerance of the optimum asphalt binder content established for JMF1; however, mixture produced using JMF2 must meet the VMA requirements shown in Table 8. If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, the Engineer may perform or require the Contractor to perform Tex -226-F on Lot 1 production to confirm the indirect tensile strength does not exceed 200 psi. 4.4.2.2.8. Approval of Lot 1 Production. The Engineer will authorize the Contractor to proceed with Lot 1 production (using JMF2) as soon as a passing result is achieved from the Department's or a Department -approved laboratory's Hamburg Wheel test on the trial batch. The Contractor may proceed at its own risk with Lot 1 production without the results from the Hamburg Wheel test on the trial batch. If the Department's or Department -approved laboratory's sample from the trial batch fails the Hamburg Wheel test, the Engineer will suspend production until further Hamburg Wheel tests meet the specified values. The Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test be removed and replaced at the Contractor's expense. 243 341 4.4.2.2.9. Approval of JMF3 and Subsequent JMF Changes. JMF3 and subsequent JMF changes are approved if they meet the mixture requirements shown in Table 4, Table 5, and the master grading limits shown in Table 8, and are within the operational tolerances of JMF2 shown in Table 11. 4.5. Production Operations. Perform a new trial batch when the plant or plant location is changed. Take corrective action and receive approval to proceed after any production suspension for noncompliance to the specification. Submit a new mix design and perform a new trial batch when the asphalt binder content of: • any RAP stockpile used in the mix is more than 0.5% higher than the value shown on the mixture design report; or • RAS stockpile used in the mix is more than 2.0% higher than the value shown on the mixture design report. 4.5.1. Storage and Heating of Materials. Do not heat the asphalt binder above the temperatures specified in Item 300, "Asphalts, Oils, and Emulsions," or outside the manufacturer's recommended values. Provide the Engineer with daily records of asphalt binder and hot -mix asphalt discharge temperatures (in legible and discernible increments) in accordance with Item 320, "Equipment for Asphalt Concrete Pavement," unless otherwise directed. Do not store mixture for a period long enough to affect the quality of the mixture, nor in any case longer than 12 hr. unless otherwise approved. 4.5.2. Mixing and Discharge of Materials. Notify the Engineer of the target discharge temperature and produce the mixture within 25°F of the target. Monitor the temperature of the material in the truck before shipping to ensure that it does not exceed 350°F (or 275°F for WMA) and is not lower than 215°F. The Department will not pay for or allow placement of any mixture produced above 350°F. Produce WMA within the target discharge temperature range of 215°F and 275°F when WMA is required. Take corrective action any time the discharge temperature of the WMA exceeds the target discharge range. The Engineer may suspend production operations if the Contractor's corrective action is not successful at controlling the production temperature within the target discharge range. Note that when WMA is produced, it may be necessary to adjust burners to ensure complete combustion such that no burner fuel residue remains in the mixture. Control the mixing time and temperature so that substantially all moisture is removed from the mixture before discharging from the plant. Determine the moisture content, if requested, by oven -drying in accordance with Tex -212-F, Part II, and verify that the mixture contains no more than 0.2% of moisture by weight. Obtain the sample immediately after discharging the mixture into the truck, and perform the test promptly. 4.6. Hauling Operations. Clean all truck beds before use to ensure that mixture is not contaminated. Use a release agent shown on the Department's MPL to coat the inside bed of the truck when necessary. Use equipment for hauling as defined in Section 341.4.7.3.3., "Hauling Equipment." Use other hauling equipment only when allowed. 4.7. Placement Operations. Collect haul tickets from each load of mixture delivered to the project and provide the Department's copy to the Engineer approximately every hour, or as directed. Use a hand-held thermal camera or infrared thermometer, when a thermal imaging system is not used, to measure and record the internal temperature of the mixture as discharged from the truck or Material Transfer Device (MTD) before or as the mix enters the paver and an approximate station number or GPS coordinates on each ticket. Calculate the daily yield and cumulative yield for the specified lift and provide to the Engineer at the end of paving operations for each day unless otherwise directed. The Engineer may suspend production if the Contractor fails to produce and provide haul tickets and yield calculations by the end of paving operations for each day. Prepare the surface by removing raised pavement markers and objectionable material such as moisture, dirt, sand, leaves, and other loose impediments from the surface before placing mixture. Remove vegetation from pavement edges. Place the mixture to meet the typical section requirements and produce a smooth, finished surface with a uniform appearance and texture. Offset longitudinal joints of successive courses of hot -mix by at least 6 in. Place mixture so that longitudinal joints on the surface course coincide with lane lines, or as 244 341 directed. Ensure that all finished surfaces will drain properly. Place the mixture at the rate or thickness shown on the plans. The Engineer will use the guidelines in Table 12 to determine the compacted lift thickness of each layer when multiple lifts are required. The thickness determined is based on the rate of 110 Ib./sq. yd. for each inch of pavement unless otherwise shown on the plans. Table 12 Compacted Lift Thickness and Required Core Height Mixture Type Compacted Lift Thickness Guidelines Minimum Untrimmed Core Height (in.) Eligible for Testing Minimum (in.) Maximum (in.) A 3.00 6.00 2.00 B 2.50 5.00 1.75 C 2.00 4.00 1.50 D 1.50 3.00 1.25 F 1.25 2.50 1.25 4.7.1. Weather Conditions. 4.7.1.1. When Using a Thermal Imaging System. The Contractor may pave any time the roadway is dry and the roadway surface temperature is at least 32°F; however, the Engineer may restrict the Contractor from paving surface mixtures if the ambient temperature is likely to drop below 32°F within 12 hr. of paving. Provide output data from the thermal imaging system to demonstrate to the Engineer that no recurring severe thermal segregation exists in accordance with Section 341.4.7.3.1.2., "Thermal Imaging System." 4.7.1.2. When Not Using a Thermal Imaging System. Place mixture when the roadway surface temperature is at or above the temperatures listed in Table 13 unless otherwise approved or as shown on the plans. Measure the roadway surface temperature with a hand-held thermal camera or infrared thermometer. The Engineer may allow mixture placement to begin before the roadway surface reaches the required temperature if conditions are such that the roadway surface will reach the required temperature within 2 hr. of beginning placement operations. Place mixtures only when weather conditions and moisture conditions of the roadway surface are suitable as determined by the Engineer. The Engineer may restrict the Contractor from paving if the ambient temperature is likely to drop below 32°F within 12 hr. of paving. Table 13 Minimum Pavement Surface Temperatures Originally Specified High Temperature Binder Grade Minimum Pavement Surface Temperatures (°F) Subsurface Layers or Night Paving Operations Surface Layers Placed in Daylight Operations PG 64 or lower 45 50 PG 70 551 601 PG 76 or higher 601 601 Contractors may pave at temperatures 10°F lower than these values when utilizing a paving process including WMA or equipment that eliminates thermal segregation. In such cases, use a hand-held thermal camera operated in accordance with Tex -244-F to demonstrate to the satisfaction of the Engineer that the uncompacted mat has no more than 10°F of thermal segregation. 4.7.2. Tack Coat. Clean the surface before placing the tack coat. The Engineer will set the rate between 0.04 and 0.10 gal. of residual asphalt per square yard of surface area. Apply a uniform tack coat at the specified rate unless otherwise directed. Apply the tack coat in a uniform manner to avoid streaks and other irregular patterns. Apply a thin, uniform tack coat to all contact surfaces of curbs, structures, and all joints. Allow adequate time for emulsion to break completely before placing any material. Prevent splattering of tack coat when placed adjacent to curb, gutter, and structures. Roll the tack coat with a pneumatic -tire roller to remove streaks and other irregular patterns when directed. 4.7.3. Lay -Down Operations. 4.7.3.1. Thermal Profile. Use a hand-held thermal camera or a thermal imaging system to obtain a continuous thermal profile in accordance with Tex -244-F. Thermal profiles are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." 245 341 4.7.3.1.1. Thermal Segregation. 4.7.3.1.1.1. Moderate. Any areas that have a temperature differential greater than 25°F, but not exceeding 50°F, are deemed as having moderate thermal segregation. 4.7.3.1.1.2. Severe. Any areas that have a temperature differential greater than 50°F are deemed as having severe thermal segregation. 4.7.3.1.2. Thermal Imaging System. Review the output results when a thermal imaging system is used, and provide the automated report described in Tex -244-F to the Engineer daily unless otherwise directed. Modify the paving process as necessary to eliminate any recurring (moderate or severe) thermal segregation identified by the thermal imaging system. The Engineer may suspend paving operations if the Contractor cannot successfully modify the paving process to eliminate recurring severe thermal segregation. Density profiles are not required and not applicable when using a thermal imaging system. Provide the Engineer with electronic copies of all daily data files that can be used with the thermal imaging system software to generate temperature profile plots upon completion of the project or as requested by the Engineer. 4.7.3.1.3. Thermal Camera. Take immediate corrective action to eliminate recurring moderate thermal segregation when a hand-held thermal camera is used. Evaluate areas with moderate thermal segregation by performing density profiles in accordance with Section 341.4.9.3.3.2., "Segregation (Density Profile)." Provide the Engineer with the thermal profile of every sublot within one working day of the completion of each lot. Report the results of each thermal profile in accordance with Section 341.4.2., "Reporting and Responsibilities." The Engineer will use a hand-held thermal camera to obtain a thermal profile at least once per project. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that contains severe thermal segregation. Suspend operations and take immediate corrective action to eliminate severe thermal segregation unless otherwise directed. Resume operations when the Engineer determines that subsequent production will meet the requirements of this Section. Evaluate areas with severe thermal segregation by performing density profiles in accordance with Section 341.4.9.3.3.2., "Segregation (Density Profile)." Remove and replace the material in any areas that have both severe thermal segregation and a failing result for Segregation (Density Profile) unless otherwise directed. The sublot in question may receive a production and placement payment adjustment greater than 1.000, if applicable, when the defective material is successfully removed and replaced. 4.7.3.2. Windrow Operations. Operate windrow pickup equipment so that when hot -mix is placed in windrows, substantially all the mixture deposited on the roadbed is picked up and loaded into the paver. 4.7.3.3. Hauling Equipment. Use belly dumps, live bottom, or end dump trucks to haul and transfer mixture; however, with exception of paving miscellaneous areas, end dump trucks are only allowed when used in conjunction with an MTD with remixing capability or when a thermal imaging system is used unless otherwise allowed. 4.7.3.4. Screed Heaters. Turn off screed heaters to prevent overheating of the mat if the paver stops for more than 5 min. The Engineer may evaluate the suspect area in accordance with Section 341.4.9.3.3.4., "Recovered Asphalt Dynamic Shear Rheometer (DSR)," if the screed heater remains on for more than 5 min. while the paver is stopped. 4.8. Compaction. Compact the pavement uniformly to contain between 3.8% and 8.5% in-place air voids. Take immediate corrective action to bring the operation within 3.8% and 8.5% when the in-place air voids exceed the range of these tolerances. The Engineer will allow paving to resume when the proposed corrective action is likely to yield between 3.8% and 8.5% in-place air voids. Obtain cores in areas placed under Exempt Production, as directed, at locations determined by the Engineer. The Engineer may test these cores and suspend operations or require removal and replacement if the in- place air voids are less than 2.7% or more than 9.9%. Areas defined in Section 341.4.9.3.1.4., "Miscellaneous Areas," are not subject to in-place air void determination. 246 341 Furnish the type, size, and number of rollers required for compaction as approved. Use a pneumatic -tire roller to seal the surface unless excessive pickup of fines occurs. Use additional rollers as required to remove any roller marks. Use only water or an approved release agent on rollers, tamps, and other compaction equipment unless otherwise directed. Use the control strip method shown in Tex -207-F, Part IV, on the first day of production to establish the rolling pattern that will produce the desired in-place air voids unless otherwise directed. Use tamps to thoroughly compact the edges of the pavement along curbs, headers, and similar structures and in locations that will not allow thorough compaction with rollers. The Engineer may require rolling with a trench roller on widened areas, in trenches, and in other limited areas. Complete all compaction operations before the pavement temperature drops below 160°F unless otherwise allowed. The Engineer may allow compaction with a light finish roller operated in static mode for pavement temperatures below 160°F. Allow the compacted pavement to cool to 160°F or lower before opening to traffic unless otherwise directed. Sprinkle the finished mat with water or limewater, when directed, to expedite opening the roadway to traffic. 4.9. Acceptance Plan. Payment adjustments for the material will be in accordance with Article 341.6., "Payment." Sample and test the hot -mix on a lot and sublot basis. Suspend production until test results or other information indicates to the satisfaction of the Engineer that the next material produced or placed will result in payment factors of at least 1.000, if the production payment factor given in Section 341.6.1., "Production Payment Adjustment Factors," for 2 consecutive lots or the placement pay factor given in Section 341.6.2., "Placement Payment Adjustment Factors," for 2 consecutive lots is below 1.000. 4.9.1. Referee Testing. The Construction Division is the referee laboratory. The Contractor may request referee testing if a "remove and replace" condition is determined based on the Engineer's test results, or if the differences between Contractor and Engineer test results exceed the maximum allowable difference shown in Table 11 and the differences cannot be resolved. The Contractor may also request referee testing if the Engineer's test results require suspension of production and the Contractor's test results are within specification limits. Make the request within 5 working days after receiving test results and cores from the Engineer. Referee tests will be performed only on the sublot in question and only for the particular tests in question. Allow 10 working days from the time the referee laboratory receives the samples for test results to be reported. The Department may require the Contractor to reimburse the Department for referee tests if more than 3 referee tests per project are required and the Engineer's test results are closer to the referee test results than the Contractor's test results. The Construction Division will determine the laboratory -molded density based on the molded specific gravity and the maximum theoretical specific gravity of the referee sample. The in-place air voids will be determined based on the bulk specific gravity of the cores, as determined by the referee laboratory and the Engineer's average maximum theoretical specific gravity for the lot. With the exception of "remove and replace" conditions, referee test results are final and will establish payment adjustment factors for the sublot in question. The Contractor may decline referee testing and accept the Engineer's test results when the placement payment adjustment factor for any sublot results in a "remove and replace" condition. Placement sublots subject to be removed and replaced will be further evaluated in accordance with Section 341.6.2.2., "Placement Sublots Subject to Removal and Replacement." 4.9.2. Production Acceptance. 4.9.2.1. Production Lot. A production lot consists of 4 equal sublots. The default quantity for Lot 1 is 1,000 tons; however, when requested by the Contractor, the Engineer may increase the quantity for Lot 1 to no more than 4,000 tons. The Engineer will select subsequent lot sizes based on the anticipated daily production such that approximately 3 to 4 sublots are produced each day. The lot size will be between 1,000 tons and 4,000 tons. The Engineer may change the lot size before the Contractor begins any lot. 247 341 If the optimum asphalt binder content for JMF2 is more than 0.5% lower than the optimum asphalt binder content for JMF1, the Engineer may perform or require the Contractor to perform Tex -226-F on Lot 1 to confirm the indirect tensile strength does not exceed 200 psi. Take corrective action to bring the mixture within specification compliance if the indirect tensile strength exceeds 200 psi unless otherwise directed. 4.9.2.1.1. Incomplete Production Lots. If a lot is begun but cannot be completed, such as on the last day of production or in other circumstances deemed appropriate, the Engineer may close the lot. Adjust the payment for the incomplete lot in accordance with Section 341.6.1., "Production Payment Adjustment Factors." Close all lots within 5 working days unless otherwise allowed. 4.9.2.2. Production Sampling. 4.9.2.2.1. Mixture Sampling. Obtain hot -mix samples from trucks at the plant in accordance with Tex -222-F. The sampler will split each sample into 3 equal portions in accordance with Tex -200-F and label these portions as "Contractor," "Engineer," and "Referee." The Engineer will perform or witness the sample splitting and take immediate possession of the samples labeled "Engineer" and "Referee." The Engineer will maintain the custody of the samples labeled "Engineer" and "Referee" until the Department's testing is completed. 4.9.2.2.1.1. 4.9.2.2.1.2. Random Sample. At the beginning of the project, the Engineer will select random numbers for all production sublots. Determine sample locations in accordance with Tex -225-F. Take one sample for each sublot at the randomly selected location. The Engineer will perform or witness the sampling of production sublots. Blind Sample. For one sublot per lot, the Engineer will obtain and test a "blind" sample instead of the random sample collected by the Contractor. Test either the "blind" or the random sample; however, referee testing (if applicable) will be based on a comparison of results from the "blind" sample. The location of the Engineer's "blind" sample will not be disclosed to the Contractor. The Engineer's "blind" sample may be randomly selected in accordance with Tex -225-F for any sublot or selected at the discretion of the Engineer. The Engineer will use the Contractor's split sample for sublots not sampled by the Engineer. 4.9.2.2.2. Informational Cantabro and Overlay Testing. When requested or shown on the plans, select one random sublot from Lot 2 or higher for Cantabro and Overlay testing during the first week of production. Obtain and provide the Engineer with approximately 90 Ib. (40 kg) of mixture in sealed containers, boxes, or bags labeled with the Control -Section -Job (CSJ), mixture type, lot, and sublot number. The Engineer will ship the mixture to the Construction Division for Cantabro and Overlay testing. Results from these tests will not be used for specification compliance. 4.9.2.2.3. Asphalt Binder Sampling. Obtain a 1 -qt. sample of the asphalt binder for each lot of mixture produced. Obtain the sample at approximately the same time the mixture random sample is obtained. Sample from a port located immediately upstream from the mixing drum or pug mill in accordance with Tex -500-C, Part II. Label the can with the corresponding lot and sublot numbers and deliver the sample to the Engineer. The Engineer may also obtain independent samples. If obtaining an independent asphalt binder sample, the Engineer will split a sample of the asphalt binder with the Contractor. The Engineer will test at least one asphalt binder sample per project to verify compliance with Item 300, "Asphalts, Oils, and Emulsions." 4.9.2.3. Production Testing. The Contractor and Engineer must perform production tests in accordance with Table 14. The Contractor has the option to verify the Engineer's test results on split samples provided by the Engineer. Determine compliance with operational tolerances listed in Table 11 for all sublots. Take immediate corrective action if the Engineer's laboratory -molded density on any sublot is less than 95.0% or greater than 98.0% to bring the mixture within these tolerances. The Engineer may suspend operations if the Contractor's corrective actions do not produce acceptable results. The Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. The Engineer may allow alternate methods for determining the asphalt binder content and aggregate gradation if the aggregate mineralogy is such that Tex -236-F does not yield reliable results. Provide evidence that results from Tex -236-F are not reliable before requesting permission to use an alternate method unless otherwise directed. Use the applicable test procedure as directed if an alternate test method is allowed. 248 341 Table 14 Production and Placement Testma Freauenc Description Test Method Minimum Contractor Testing Frequency Minimum Engineer Testing Frequency Individual % retained for #8 sieve and larger Tex 200 F 1 per sublot 1 per 12 sublot'' Individual % retained for sieves smaller than #8 and larger than #200 or Tex 236 F % passing the #200 sieve Laboratory -molded density Tex -207-F N/A 1 per sublot' Laboratory -molded bulk specific gravity In-place air voids VMA Tex -204-F Segregation (density profile)2 Tex -207-F, Part V 1 per sublot 1 per project Longitudinal joint density Tex -207-F, Part VII Moisture content Tex -212-F, Part II When directed Theoretical maximum specific (Rice) gravity Tex -227-F N/A 1 per sublot1 Asphalt binder content Tex -236-F 1 per sublot 1 per lot1 Hamburg Wheel test Tex -242-F N/A 1 per project Recycled Asphalt Shingles (RAS)3 Tex -217-F Part III N/A Thermal profile2 Tex -244-F 1 per sublot Asphalt binder sampling and testing Tex -500-C 1 per lot (sample only) Tack coat sampling and testing Tex -500-C Part III N/A Boil test4 Tex -530-C 1 per lot Cantabro loss' Tex -245-F 1 per project (sample only) Overlay tests Tex -248-F 1. For production defined in Section 341.4.9.4., "Exempt Production," the Engineer will test one per day if 100 tons or more are produced. For Exempt Production, no testing is required when less than 100 tons are produced. 2. Not required when a thermal imaging system is used. 3. Testing performed by the Construction Division or designated laboratory. 4. The Engineer may reduce or waive the sampling and testing requirements based on a satisfactory test history. 5. Testing performed by the Construction Division and for informational purposes only. 4.9.2.4. Operational Tolerances. Control the production process within the operational tolerances listed in Table 11. When production is suspended, the Engineer will allow production to resume when test results or other information indicates the next mixture produced will be within the operational tolerances. 4.9.2.4.1. Gradation. Suspend operation and take corrective action if any aggregate is retained on the maximum sieve size shown in Table 8. A sublot is defined as out of tolerance if either the Engineer's or the Contractor's test results are out of operational tolerance. Suspend production when test results for gradation exceed the operational tolerances for 3 consecutive sublots on the same sieve or 4 consecutive sublots on any sieve unless otherwise directed. The consecutive sublots may be from more than one lot. 4.9.2.4.2. Asphalt Binder Content. A sublot is defined as out of operational tolerance if either the Engineer's or the Contractor's test results exceed the values listed in Table 11. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that is out of operational tolerance for asphalt binder content. Suspend production and shipment of the mixture if the Engineer's or the Contractor's asphalt binder content deviates from the current JMF by more than 0.5% for any sublot. 4.9.2.4.3. Voids in Mineral Aggregates (VMA). The Engineer will determine the VMA for every sublot. For sublots when the Engineer does not determine asphalt binder content, the Engineer will use the asphalt binder content results from QC testing performed by the Contractor to determine VMA. Take immediate corrective action if the VMA value for any sublot is less than the minimum VMA requirement for production listed in Table 8. Suspend production and shipment of the mixture if the Engineer's VMA results on 2 consecutive sublots are below the minimum VMA requirement for production listed in Table 8. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that does not meet the minimum VMA requirement for production listed in Table 8 based on the Engineer's VMA determination. 249 341 Suspend production and shipment of the mixture if the Engineer's VMA result is more than 0.5% below the minimum VMA requirement for production listed in Table 8. In addition to suspending production, the Engineer may require removal and replacement or may allow the sublot to be left in place without payment. 4.9.2.4.4. Hamburg Wheel Test. The Engineer may perform a Hamburg Wheel test at any time during production, including when the boil test indicates a change in quality from the materials submitted for JMF1. In addition to testing production samples, the Engineer may obtain cores and perform Hamburg Wheel tests on any areas of the roadway where rutting is observed. Suspend production until further Hamburg Wheel tests meet the specified values when the production or core samples fail the Hamburg Wheel test criteria in Table 10. Core samples, if taken, will be obtained from the center of the finished mat or other areas excluding the vehicle wheel paths. The Engineer may require up to the entire sublot of any mixture failing the Hamburg Wheel test to be removed and replaced at the Contractor's expense. If the Department's or Department approved laboratory's Hamburg Wheel test results in a "remove and replace" condition, the Contractor may request that the Department confirm the results by re -testing the failing material. The Construction Division will perform the Hamburg Wheel tests and determine the final disposition of the material in question based on the Department's test results. 4.9.2.5. Individual Loads of Hot -Mix. The Engineer can reject individual truckloads of hot -mix. When a load of hot - mix is rejected for reasons other than temperature, contamination, or excessive uncoated particles, the Contractor may request that the rejected load be tested. Make this request within 4 hr. of rejection. The Engineer will sample and test the mixture. If test results are within the operational tolerances shown in Table 11, payment will be made for the load. If test results are not within operational tolerances, no payment will be made for the load. 4.9.3. Placement Acceptance. 4.9.3.1. Placement Lot. A placement lot consists of 4 placement sublots. A placement sublot consists of the area placed during a production sublot. 4.9.3.1.1. Lot 1 Placement. Placement payment adjustments greater than 1.000 for Lot 1 will be in accordance with Section 341.6.2., "Placement Payment Adjustment Factors"; however, no placement adjustment less than 1.000 will be assessed for any sublot placed in Lot 1 when the in-place air voids are greater than or equal to 2.7% and less than or equal to 9.9%. Remove and replace any sublot with in-place air voids less than 2.7% or greater than 9.9%. 4.9.3.1.2. Incomplete Placement Lots. An incomplete placement lot consists of the area placed as described in Section 341.4.9.2.1.1., "Incomplete Production Lots," excluding areas defined in Section 341.4.9.3.1.4., "Miscellaneous Areas." Placement sampling is required if the random sample plan for production resulted in a sample being obtained from an incomplete production sublot. 4.9.3.1.3. Shoulders, Ramps, Etc. Shoulders, ramps, intersections, acceleration lanes, deceleration lanes, and turn lanes are subject to in-place air void determination and payment adjustments unless designated on the plans as not eligible for in-place air void determination. Intersections may be considered miscellaneous areas when determined by the Engineer. 4.9.3.1.4. Miscellaneous Areas. Miscellaneous areas include areas that typically involve significant handwork or discontinuous paving operations, such as temporary detours, driveways, mailbox turnouts, crossovers, gores, spot level -up areas, and other similar areas. Temporary detours are subject to in-place air void determination when shown on the plans. Miscellaneous areas also include level -ups and thin overlays when the layer thickness specified on the plans is less than the minimum untrimmed core height eligible for testing shown in Table 12. The specified layer thickness is based on the rate of 110 Ib./sq. yd. for each inch of pavement unless another rate is shown on the plans. When "level up" is listed as part of the item bid description code, a payment adjustment factor of 1.000 will be assigned for all placement sublots as described in Article 341.6, "Payment." Miscellaneous areas are not eligible for random placement sampling locations. Compact miscellaneous areas in accordance with Section 341.4.8., "Compaction." Miscellaneous 250 341 areas are not subject to in-place air void determination, thermal profiles testing, segregation (density profiles), or longitudinal joint density evaluations. 4.9.3.2. Placement Sampling. The Engineer will select random numbers for all placement sublots at the beginning of the project. The Engineer will provide the Contractor with the placement random numbers immediately after the sublot is completed. Mark the roadway location at the completion of each sublot and record the station number. Determine one random sample location for each placement sublot in accordance with Tex -225-F. Adjust the random sample location by no more than necessary to achieve a 2 -ft. clearance if the location is within 2 ft. of a joint or pavement edge. Shoulders, ramps, intersections, acceleration lanes, deceleration lanes, and turn lanes are always eligible for selection as a random sample location; however, if a random sample location falls on one of these areas and the area is designated on the plans as not subject to in-place air void determination, cores will not be taken for the sublot and a 1.000 pay factor will be assigned to that sublot. Provide the equipment and means to obtain and trim roadway cores on site. On-site is defined as in close proximity to where the cores are taken. Obtain the cores within one working day of the time the placement sublot is completed unless otherwise approved. Obtain two 6 -in. diameter cores side-by-side from within 1 ft. of the random location provided for the placement sublot. For Type D and Type F mixtures, 4 -in. diameter cores are allowed. Mark the cores for identification, measure and record the untrimmed core height, and provide the information to the Engineer. The Engineer will witness the coring operation and measurement of the core thickness. Visually inspect each core and verify that the current paving layer is bonded to the underlying layer. Take corrective action if an adequate bond does not exist between the current and underlying layer to ensure that an adequate bond will be achieved during subsequent placement operations. Trim the cores immediately after obtaining the cores from the roadway in accordance with Tex -207-F if the core heights meet the minimum untrimmed value listed in Table 12. Trim the cores on site in the presence of the Engineer. Use a permanent marker or paint pen to record the lot and sublot numbers on each core as well as the designation as Core A or B. The Engineer may require additional information to be marked on the core and may choose to sign or initial the core. The Engineer will take custody of the cores immediately after they are trimmed and will retain custody of the cores until the Department's testing is completed. Before turning the trimmed cores over to the Engineer, the Contractor may wrap the trimmed cores or secure them in a manner that will reduce the risk of possible damage occurring during transport by the Engineer. After testing, the Engineer will return the cores to the Contractor. The Engineer may have the cores transported back to the Department's laboratory at the HMA plant via the Contractor's haul truck or other designated vehicle. In such cases where the cores will be out of the Engineer's possession during transport, the Engineer will use Department -provided security bags and the Roadway Core Custody protocol located at http://www.txdot.gov/business/specifications.htm to provide a secure means and process that protects the integrity of the cores during transport. Decide whether to include the pair of cores in the air void determination for that sublot if the core height before trimming is less than the minimum untrimmed value shown in Table 12. Trim the cores as described above before delivering to the Engineer if electing to have the cores included in the air void determination. Deliver untrimmed cores to the Engineer and inform the Engineer of the decision to not have the cores included in air void determination if electing to not have the cores included in air void determination. The placement pay factor for the sublot will be 1.000 if cores will not be included in air void determination. Instead of the Contractor trimming the cores on site immediately after coring, the Engineer and the Contractor may mutually agree to have the trimming operations performed at an alternate location such as a field laboratory or other similar location. In such cases, the Engineer will take possession of the cores immediately after they are obtained from the roadway and will retain custody of the cores until testing is completed. Either the Department or Contractor representative may perform trimming of the cores. The Engineer will witness all trimming operations in cases where the Contractor representative performs the trimming operation. 251 341 Dry the core holes and tack the sides and bottom immediately after obtaining the cores. Fill the hole with the same type of mixture and properly compact the mixture. Repair core holes with other methods when approved. 4.9.3.3. Placement Testing. Perform placement tests in accordance with Table 14. After the Engineer returns the cores, the Contractor may test the cores to verify the Engineer's test results for in-place air voids. The allowable differences between the Contractor's and Engineer's test results are listed in Table 11. 4.9.3.3.1. In -Place Air Voids. The Engineer will measure in-place air voids in accordance with Tex -207-F and Tex -227-F. Before drying to a constant weight, cores may be pre -dried using a Corelok or similar vacuum device to remove excess moisture. The Engineer will average the values obtained for all sublots in the production lot to determine the theoretical maximum specific gravity. The Engineer will use the average air void content for in-place air voids. The Engineer will use the vacuum method to seal the core if required by Tex -207-F. The Engineer will use the test results from the unsealed core to determine the placement payment adjustment factor if the sealed core yields a higher specific gravity than the unsealed core. After determining the in-place air void content, the Engineer will return the cores and provide test results to the Contractor. 4.9.3.3.2. Segregation (Density Profile). Test for segregation using density profiles in accordance with Tex -207-F, Part V. Density profiles are not required and are not applicable when using a thermal imaging system. Density profiles are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." Perform a density profile every time the paver stops for more than 60 sec. on areas that are identified by either the Contractor or the Engineer as having thermal segregation and on any visibly segregated areas unless otherwise approved. Perform a minimum of one profile per sublot if the paver does not stop for more than 60 sec. and there are no visibly segregated areas or areas that are identified as having thermal segregation. Provide the Engineer with the density profile of every sublot in the lot within one working day of the completion of each lot. Report the results of each density profile in accordance with Section 341.4.2., "Reporting and Responsibilities." The density profile is considered failing if it exceeds the tolerances in Table 15. No production or placement payment adjustments greater than 1.000 will be paid for any sublot that contains a failing density profile. When a hand-held thermal camera is used instead of a thermal imaging system, the Engineer will measure the density profile at least once per project. The Engineer's density profile results will be used when available. The Engineer may require the Contractor to remove and replace the area in question if the area fails the density profile and has surface irregularities as defined in Section 341.4.9.3.3.5., "Irregularities." The sublot in question may receive a production and placement payment adjustment greater than 1.000, if applicable, when the defective material is successfully removed and replaced. Investigate density profile failures and take corrective actions during production and placement to eliminate the segregation. Suspend production if 2 consecutive density profiles fail unless otherwise approved. Resume production after the Engineer approves changes to production or placement methods. Table 15 Seareaation (Density Profile) Acceptance Criteria Mixture Type Maximum Allowable Density Range (Highest to Lowest) Maximum Allowable Density Range (Average to Lowest) Type A & Type B 8.0 pcf 5.0 pcf Type C, Type D & Type F 6.0 pcf 3.0 pcf 4.9.3.3.3. Longitudinal Joint Density. 4.9.3.3.3.1. Informational Tests. Perform joint density evaluations while establishing the rolling pattern and verify that the joint density is no more than 3.0 pcf below the density taken at or near the center of the mat. Adjust the 252 341 rolling pattern, if needed, to achieve the desired joint density. Perform additional joint density evaluations, at least once per sublot, unless otherwise directed. 4.9.3.3.3.2. Record Tests. Perform a joint density evaluation for each sublot at each pavement edge that is or will become a longitudinal joint. Joint density evaluations are not applicable in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." Determine the joint density in accordance with Tex -207-F, Part VII. Record the joint density information and submit results on Department forms to the Engineer. The evaluation is considered failing if the joint density is more than 3.0 pcf below the density taken at the core random sample location and the correlated joint density is less than 90.0%. The Engineer will make independent joint density verification at least once per project and may make independent joint density verifications at the random sample locations. The Engineer's joint density test results will be used when available. Provide the Engineer with the joint density of every sublot in the lot within one working day of the completion of each lot. Report the results of each joint density in accordance with Section 341.4.2., "Reporting and Responsibilities." Investigate joint density failures and take corrective actions during production and placement to improve the joint density. Suspend production if the evaluations on 2 consecutive sublots fail unless otherwise approved. Resume production after the Engineer approves changes to production or placement methods. 4.9.3.3.4. Recovered Asphalt Dynamic Shear Rheometer (DSR). The Engineer may take production samples or cores from suspect areas of the project to determine recovered asphalt properties. Asphalt binders with an aging ratio greater than 3.5 do not meet the requirements for recovered asphalt properties and may be deemed defective when tested and evaluated by the Construction Division. The aging ratio is the DSR value of the extracted binder divided by the DSR value of the original unaged binder. Obtain DSR values in accordance with AASHTO T 315 at the specified high temperature performance grade of the asphalt. The Engineer may require removal and replacement of the defective material at the Contractor's expense. The asphalt binder will be recovered for testing from production samples or cores in accordance with Tex -211-F. 4.9.3.3.5. Irregularities. Identify and correct irregularities including segregation, rutting, raveling, flushing, fat spots, mat slippage, irregular color, irregular texture, roller marks, tears, gouges, streaks, uncoated aggregate particles, or broken aggregate particles. The Engineer may also identify irregularities, and in such cases, the Engineer will promptly notify the Contractor. If the Engineer determines that the irregularity will adversely affect pavement performance, the Engineer may require the Contractor to remove and replace (at the Contractor's expense) areas of the pavement that contain irregularities and areas where the mixture does not bond to the existing pavement. If irregularities are detected, the Engineer may require the Contractor to immediately suspend operations or may allow the Contractor to continue operations for no more than one day while the Contractor is taking appropriate corrective action. 4.9.4. Exempt Production. The Engineer may deem the mixture as exempt production for the following conditions: ■ anticipated daily production is less than 1,000 tons; ■ total production for the project is less than 5,000 tons; ■ when mutually agreed between the Engineer and the Contractor; or ■ when shown on the plans. For exempt production, the Contractor is relieved of all production and placement sampling and testing requirements, and the production and placement pay factors are 1.000. All other specification requirements apply, and the Engineer will perform acceptance tests for production and placement listed in Table 14 when 100 tons or more per day are produced. For exempt production: ■ produce, haul, place, and compact the mixture in compliance with the specification and as directed; 253 341 • control mixture production to yield a laboratory -molded density that is within ±1.0% of the target laboratory -molded density as tested by the Engineer; • compact the mixture in accordance with Section 341.4.8., "Compaction;" and • when a thermal imaging system is not used, the Engineer may perform segregation (density profiles) and thermal profiles in accordance with the specification. 4.9.5. Ride Quality. Measure ride quality in accordance with Item 585, "Ride Quality for Pavement Surfaces," unless otherwise shown on the plans. 5. MEASUREMENT Hot mix will be measured by the ton of composite hot -mix, which includes asphalt, aggregate, and additives. Measure the weight on scales in accordance with Item 520, "Weighing and Measuring Equipment." 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under Section 341.5., "Measurement," will be paid for at the unit bid price for "Dense Graded Hot -Mix Asphalt" of the mixture type, SAC, and binder specified. These prices are full compensation for surface preparation, materials including tack coat, placement, equipment, labor, tools, and incidentals. Payment adjustments will be applied as determined in this Item; however, a payment adjustment factor of 1.000 will be assigned for all placement sublots for "level ups" only when "level up" is listed as part of the item bid description code. A payment adjustment factor of 1.000 will be assigned to all production and placement sublots when "exempt" is listed as part of the item bid description code. Payment for each sublot, including applicable payment adjustments greater than 1.000, will only be paid for sublots when the Contractor supplies the Engineer with the required documentation for production and placement QC/QA, thermal profiles, segregation density profiles, and longitudinal joint densities in accordance with Section 341.4.2., "Reporting and Responsibilities." When a thermal imaging system is used, documentation is not required for thermal profiles or segregation density profiles on individual sublots; however, the thermal imaging system automated reports described in Tex -244-F are required. Trial batches will not be paid for unless they are included in pavement work approved by the Department. Payment adjustment for ride quality will be determined in accordance with Item 585, "Ride Quality for Pavement Surfaces." 6.1. Production Payment Adjustment Factors. The production payment adjustment factor is based on the laboratory -molded density using the Engineer's test results. A payment adjustment factor will be determined from Table 16 for each sublot using the deviation from the target laboratory -molded density defined in Table 9. The production payment adjustment factor for completed lots will be the average of the payment adjustment factors for the 4 sublots sampled within that lot. 254 Table 16 Production Payment Adjustment Factors for Laboratory -Molded Density1 Absolute Deviation from Target Laboratory -Molded Density Production Payment Adjustment Factor (Target Laboratory -Molded Density) 0.0 1.050 0.1 1.050 0.2 1.050 0.3 1.044 0.4 1.038 0.5 1.031 0.6 1.025 0.7 1.019 0.8 1.013 0.9 1.006 1.0 1.000 1.1 0.965 1.2 0.930 1.3 0.895 1.4 0.860 1.5 0.825 1.6 0.790 1.7 0.755 1.8 0.720 > 1.8 Remove and replace 1. If the Engineer's laboratory -molded density on any sublot is less than 95.0% or greater than 98.0%, take immediate corrective action to bring the mixture within these tolerances. The Engineer may suspend operations if the Contractor's corrective actions do not produce acceptable results. The Engineer will allow production to resume when the proposed corrective action is likely to yield acceptable results. 341 6.1.1. Payment for Incomplete Production Lots. Production payment adjustments for incomplete lots, described under Section 341.4.9.2.1.1., "Incomplete Production Lots," will be calculated using the average production payment factors from all sublots sampled. A production payment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 6.1.2. Production Sublots Subject to Removal and Replacement. If after referee testing, the laboratory -molded density for any sublot results in a "remove and replace" condition as listed in Table 16, the Engineer may require removal and replacement or may allow the sublot to be left in place without payment. The Engineer may also accept the sublot in accordance with Section 5.3.1., "Acceptance of Defective or Unauthorized Work." Replacement material meeting the requirements of this Item will be paid for in accordance with this Section. 6.2. Placement Payment Adjustment Factors. The placement payment adjustment factor is based on in-place air voids using the Engineer's test results. A payment adjustment factor will be determined from Table 17 for each sublot that requires in-place air void measurement. A placement payment adjustment factor of 1.000 will be assigned to the entire sublot when the random sample location falls in an area designated on the plans as not subject to in-place air void determination. A placement payment adjustment factor of 1.000 will be assigned to quantities placed in areas described in Section 341.4.9.3.1.4., "Miscellaneous Areas." The placement payment adjustment factor for completed lots will be the average of the placement payment adjustment factors for up to 4 sublots within that lot. 255 341 Tab a 17 Placement Payment Adjustment Factors for In -Place Air Voids In -Place Air Voids Placement Pay Adjustment Factor In -Place Air Voids Placement Pay Adjustment Factor < 2.7 Remove and Replace 6.4 1.042 2.7 0.710 6.5 1.040 2.8 0.740 6.6 1.038 2.9 0.770 6.7 1.036 3.0 0.800 6.8 1.034 3.1 0.830 6.9 1.032 3.2 0.860 7.0 1.030 3.3 0.890 7.1 1.028 3.4 0.920 7.2 1.026 3.5 0.950 7.3 1.024 3.6 0.980 7.4 1.022 3.7 0.998 7.5 1.020 3.8 1.002 7.6 1.018 3.9 1.006 7.7 1.016 4.0 1.010 7.8 1.014 4.1 1.014 7.9 1.012 4.2 1.018 8.0 1.010 4.3 1.022 8.1 1.008 4.4 1.026 8.2 1.006 4.5 1.030 8.3 1.004 4.6 1.034 8.4 1.002 4.7 1.038 8.5 1.000 4.8 1.042 8.6 0.998 4.9 1.046 8.7 0.996 5.0 1.050 8.8 0.994 5.1 1.050 8.9 0.992 5.2 1.050 9.0 0.990 5.3 1.050 9.1 0.960 5.4 1.050 9.2 0.930 5.5 1.050 9.3 0.900 5.6 1.050 9.4 0.870 5.7 1.050 9.5 0.840 5.8 1.050 9.6 0.810 5.9 1.050 9.7 0.780 6.0 1.050 9.8 0.750 6.1 1.048 9.9 0.720 6.2 1.046 > 9.9 Remove and Replace 6.3 1.044 6.2.1. Payment for Incomplete Placement Lots. Payment adjustments for incomplete placement lots described under Section 341.4.9.3.1.2., "Incomplete Placement Lots," will be calculated using the average of the placement payment factors from all sublots sampled and sublots where the random location falls in an area designated on the plans as not eligible for in-place air void determination. A placement payment adjustment factor of 1.000 will be assigned to any lot when the random sampling plan did not result in collection of any samples. 6.2.2. Placement Sublots Subject to Removal and Replacement. If after referee testing, the placement payment adjustment factor for any sublot results in a "remove and replace" condition as listed in Table 17, the Engineer will choose the location of 2 cores to be taken within 3 ft. of the original failing core location. The Contractor will obtain the cores in the presence of the Engineer. The Engineer will take immediate possession of the untrimmed cores and submit the untrimmed cores to the Construction Division, where they will be trimmed if necessary and tested for bulk specific gravity within 10 working days of receipt. The average bulk specific gravity of the cores will be divided by the Engineer's average maximum theoretical specific gravity for that lot to determine the new payment adjustment factor of the sublot in question. If the new payment adjustment factor is 0.700 or greater, the new payment adjustment factor will apply to that 256 341 sublot. If the new payment adjustment factor is less than 0.700, no payment will be made for the sublot. Remove and replace the failing sublot, or the Engineer may allow the sublot to be left in place without payment. The Engineer may also accept the sublot in accordance with Section 5.3.1., "Acceptance of Defective or Unauthorized Work." Replacement material meeting the requirements of this Item will be paid for in accordance with this Section. 6.3. Total Adjusted Pay Calculation. Total adjusted pay (TAP) will be based on the applicable payment adjustment factors for production and placement for each lot. TAP = (A+B)/2 where: A = Bid price x production lot quantity x average payment adjustment factor for the production lot B = Bid price x placement lot quantity x average payment adjustment factor for the placement lot + (bid price x quantity placed in miscellaneous areas x 1.000) Production lot quantity = Quantity actually placed - quantity left in place without payment Placement lot quantity = Quantity actually placed - quantity left in place without payment - quantity placed in miscellaneous areas 257 354 Item 354 Planing and Texturing Pavement Texas Department of Transportation 1. DESCRIPTION Plane, or plane and texture, existing asphalt concrete pavement, asphalt -stabilized base, or concrete pavement. Texture bridge deck surfaces. 2. EQUIPMENT The Engineer may require demonstration of the equipment's capabilities. 2.1. Planing Machine. Use planing machines that: • have a minimum 6 -ft. cutting width except for work areas less than 6 ft. wide; • are self-propelled with enough power, traction, and stability to maintain an accurate depth of cut and slope; • can cut in one continuous operation: 4 in. of asphalt concrete pavement, 1 in. of concrete pavement, or a combination of 2 in. of asphalt concrete pavement and 1/2 in. of concrete pavement; • use dual longitudinal controls capable of operating on both sides automatically from any longitudinal grade reference, which includes string line, ski, mobile string line, or matching shoe; • use transverse controls with an automatic system to control cross slope at a given rate; • use integral loading and reclaiming devices to allow cutting, removal, and discharge of the material into a truck in one operation; and • include devices to control dust created by the cutting action. 2.2. Manual System. Use a manual system that can achieve a uniform depth of cut, flush to all inlets, valve covers, manholes, and other appurtenances within the paved area. Use of a manual system is allowed for areas restricted to self-propelled access and for detail pavement removal. 2.3. Sweeper. Use a street sweeper to remove cuttings and debris from the planed or textured pavement unless otherwise approved. Equip the sweeper with a water tank, dust control spray assembly, both a pick-up and a gutter broom, and a debris hopper. 3. CONSTRUCTION 3.1. Grade Reference. Place grade reference points at maximum intervals of 50 ft. in accordance with Item 5, "Control of the Work," when required. Use the control points to set the grade reference. Support the grade reference so the maximum deflection does not exceed 1/16 in. between supports. 3.2. Planing and Texturing. Vary the speed of the machine to leave a grid or other pattern type with discontinuous longitudinal reach. Remove the pavement surface for the length, depth, and width shown on the typical section and to the established line and grades. Remove pavement to vertical lines adjacent to curbs, gutters, inlets, manholes, or other obstructions. Do not damage appurtenances or underlying pavement. Provide a planed surface that has a uniform textured appearance and riding surface. Surface should be free from gouges, continuous longitudinal grooves, ridges, oil film, and other imperfections of workmanship. Leave a uniform surface of concrete pavement free of asphalt materials when removing an asphalt concrete pavement overlay. Provide a minimum texture depth of not less than 0.05 in. when an overlay on the planed pavement is not required. Stop planing operations when surface texture depth is not sufficient. Plane no more than 3/16 in. 377 354 into the original deck surface on bridges. Never damage armor joints, sealed expansion joints, and other appurtenances. Provide a pavement surface that, after planing, has a smooth riding quality and is true to the established line, grade, and cross-section. Provide a pavement surface that does not vary more than 1/8 in. in 10 ft. Evaluate this criterion with a 10 -ft. straightedge placed parallel to the centerline of the roadway. Deviations will be measured from the top of the texture. Correct any point in the surface not meeting this requirement. Sweep pavement and gutter. Leave pavement and curb clean. 3.3. Edge Treatments. Slope vertical or near vertical longitudinal faces in the pavement surface for areas under traffic in accordance with the requirements on the plans at the end of the day. Taper transverse faces to provide an acceptable ride. 3.4. Salvaged Materials. The Department will retain ownership of planed materials unless otherwise shown on the plans. Stockpile salvaged materials at locations shown on the plans. Prepare the stockpile site by removing vegetation and trash and providing proper drainage. Keep salvaged paving material free from contamination during its removal, transportation, and storage. Place different types or quality of salvaged asphalt paving material into separate stockpiles. Dispose of unsalvageable material in accordance with applicable federal, state, and local regulations. 4. MEASUREMENT This Item will be measured by the square yard of surface area for each pavement type including asphalt concrete pavement, concrete pavement, and bridge decks. Measurement will be based on the depth shown for each bid item, within the limits shown on the plans, regardless of the number of passes required. Only 1 bid item for each pavement type will apply to any 1 location. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Planing and Texturing Asphalt Concrete Pavement," "Planing and Texturing Concrete Pavement," "Planing Asphalt Concrete Pavement," or "Planing Concrete Pavement" of the depths specified, and for "Texturing Bridge Decks." The planing of concrete pavement to remove all asphalt concrete pavement as required under Article 354.3., "Construction," is subsidiary to the planing of asphalt concrete pavement of the depth shown on the plans. This price is full compensation for removing all material to the depth shown; texturing the pavement surface when texturing is shown in the bid item description; loading, hauling, and unloading; stockpiling or disposing of material; sweeping; tapering or sloping longitudinal or transverse joints as described under Section 354.3.3., "Edge Treatments"; and equipment, labor, tools, and incidentals. Demonstration work to receive approval for use of equipment will not be paid for unless work is performed in accordance with the Contract and is accepted. 378 502 Item 502 Barricades, Signs, and Traffic Handling Ar, JrTexas Department f Transportation 1. DESCRIPTION Provide, install, move, replace, maintain, clean, and remove all traffic control devices shown on the plans and as directed. 2. CONSTRUCTION Comply with the requirements of Article 7.2., "Safety." Implement the traffic control plan (TCP) shown on the plans. Install traffic control devices straight and plumb. Make changes to the TCP only as approved. Minor adjustments to meet field conditions are allowed. Submit Contractor -proposed TCP changes, signed and sealed by a licensed professional engineer, for approval. The Engineer may develop, sign, and seal Contractor -proposed changes. Changes must conform to guidelines established in the TMUTCD using approved products from the Department's Compliant Work Zone Traffic Control Device List. Maintain traffic control devices by taking corrective action when notified. Corrective actions include, but are not limited to, cleaning, replacing, straightening, covering, and removing devices. Maintain the devices such that they are properly positioned and spaced, legible, and have retroreflective characteristics that meet requirements day or night and in all weather conditions. The Engineer may authorize or direct in writing the removal or relocation of project limit advance warning signs. When project limit advance warning signs are removed before final acceptance, provide traffic control in accordance with the TMUTCD for minor operations as approved. Remove all traffic control devices upon completion of the work as shown on the plans or as directed. 3. MEASUREMENT Barricades, Signs, and Traffic Handling will be measured by the month. Law enforcement personnel with patrol vehicles will be measured by the hour for each person. 4. PAYMENT 4.1. Barricades, Signs, and Traffic Handling. Except for Contracts with callout work and work orders, the work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Barricades, Signs, and Traffic Handling." This price is full compensation for installation, maintenance, adjustments, replacements, removal, materials, equipment, labor, tools, and incidentals. 703 502 When the plans establish pay items for particular work in the TCP, that work will be measured and paid under pertinent Items. 4.1.1. Initiation of Payment. Payment for this Item will begin on the first estimate after barricades, signs, and traffic handling devices have been installed in accordance with the TCP and construction has begun. 4.1.2. Paid Months. Monthly payment will be made each succeeding month for this Item provided the barricades, signs, and traffic handling devices have been installed and maintained in accordance with the TCP until the Contract amount has been paid. If, within the time frame established by the Engineer, the Contractor fails to provide or properly maintain signs and barricades in compliance with the Contract requirements, as determined by the Engineer, the Contractor will be considered in noncompliance with this Item. No payment will be made for the months in question, and the total final payment quantity will be reduced by the number of months the Contractor was in noncompliance. 4.1.3. Maximum Total Payment Before Acceptance. The total payment for this Item will not exceed 10% of the total Contract amount before final acceptance in accordance with Article 5.12., "Final Acceptance." The remaining balance will be paid in accordance with Section 502.4.1.5., "Balance Due." 4.1.4. Total Payment Quantity. The quantity paid under this Item will not exceed the total quantity shown on the plans except as modified by change order and as adjusted by Section 502.4.1.2., "Paid Months." An overrun of the plans quantity for this Item will not be allowed for approving designs; testing; material shortages; closed construction seasons; curing periods; establishment, performance, test, and maintenance periods; failure to complete the work in the number of months allotted; nor delays caused directly or indirectly by requirements of the Contract. 4.1.5. Balance Due. The remaining unpaid months of barricades less non-compliance months will be paid on final acceptance of the project, if all work is complete and accepted in accordance with Article 5.12., "Final Acceptance." 4.1.6. Contracts with Callout Work and Work Orders. The work performed and the materials furnished with this Item and measured as provided under "Measurement," will be considered subsidiary to pertinent Items, except for federally funded Contracts. 4.2. Law Enforcement Personnel. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement," will be paid by Contractor force account for "Law Enforcement Personnel." This price is full compensation for furnishing all labor, materials, supplies, equipment, patrol vehicle, fees, and incidentals necessary to complete the work as directed. 704 506 Item 506 Temporary Erosion, Sedimentation, and Environmental Controls FTexas epartment ransportation 1. DESCRIPTION Install, maintain, and remove erosion, sedimentation, and environmental control measures to prevent or reduce the discharge of pollutants in accordance with the Storm Water Pollution Prevention Plan (SWP3) on the plans and the Texas Pollutant Discharge Elimination System (TPDES) General Permit TXR150000. Control measures are defined as Best Management Practices used to prevent or reduce the discharge of pollutants. Control measures include, but are not limited to, rock filter dams, temporary pipe slope drains, temporary paved flumes, construction exits, earthwork for erosion control, pipe, construction perimeter fence, sandbags, temporary sediment control fence, biodegradable erosion control logs, vertical tracking, temporary or permanent seeding, and other measures. Erosion and sediment control devices must be selected from the Erosion Control Approved Products or Sediment Control Approved Products lists. Perform work in a manner to prevent degradation of receiving waters, facilitate project construction, and comply with applicable federal, state, and local regulations. Ensure the installation and maintenance of control measures is performed in accordance with the manufacturer's or designer's specifications. Provide the Contractor Certification of Compliance before performing SWP3 or soil disturbing activities. By signing the Contractor Certification of Compliance, the Contractor certifies they have read and understand the requirements applicable to this project pertaining to the SWP3, the plans, and the TPDES General Permit TXR150000. The Contractor is responsible for any penalties associated with non-performance of installation or maintenance activities required for compliance. Ensure the most current version of the certificate is executed for this project. 2. MATERIALS Furnish materials in accordance with the following: • Item 161, "Compost," • Item 432, "Riprap," and • Item 556, "Pipe Underdrains." 2.1. Rock Filter Dams. 2.1.1. Aggregate. Furnish aggregate with approved hardness, durability, cleanliness, and resistance to crumbling, flaking, and eroding. Provide the following: • Types 1, 2, and 4 Rock Filter Dams. Use 3 to 6 in. aggregate. • Type 3 Rock Filter Dams. Use 4 to 8 in. aggregate. 2.1.2. Wire. Provide minimum 20 gauge galvanized wire for the steel wire mesh and tie wires for Types 2 and 3 rock filter dams. Type 4 dams require: • a double -twisted, hexagonal weave with a nominal mesh opening of 2-1/2 x 3-1/4 in.; • minimum 0.0866 in. steel wire for netting; • minimum 0.1063 in. steel wire for selvages and corners; and • minimum 0.0866 in. for binding or tie wire. 2.1.3. Sandbag Material. Furnish sandbags meeting Section 506.2.8., "Sandbags," except that any gradation of aggregate may be used to fill the sandbags. 707 506 2.2. Temporary Pipe Slope Drains. Provide corrugated metal pipe, polyvinyl chloride (PVC) pipe, flexible tubing, watertight connection bands, grommet materials, prefabricated fittings, and flared entrance sections that conform to the plans. Recycled and other materials meeting these requirements are allowed if approved. Furnish concrete in accordance with Item 432, "Riprap." 2.3. Temporary Paved Flumes. Furnish asphalt concrete, hydraulic cement concrete, or other comparable non -erodible material that conforms to the plans. Provide rock or rubble with a minimum diameter of 6 in. and a maximum volume of 1/2 cu. ft. for the construction of energy dissipaters. 2.4. Construction Exits. Provide materials that meet the details shown on the plans and this Section. 2.4.1. Rock Construction Exit. Provide crushed aggregate for long- and short-term construction exits. Furnish aggregates that are clean, hard, durable, and free from adherent coatings such as salt, alkali, dirt, clay, loam, shale, soft or flaky materials, and organic and injurious matter. Use 4- to 8 -in. aggregate for Type 1. Use 2- to 4 -in. aggregate for Type 3. 2.4.2. Timber Construction Exit. Furnish No. 2 quality or better railroad ties and timbers for long-term construction exits, free of large and loose knots and treated to control rot. Fasten timbers with nuts and bolts or lag bolts, of at least 1/2 in. diameter, unless otherwise shown on the plans or allowed. Provide plywood or pressed wafer board at least 1/2 in. thick for short-term exits. 2.4.3. Foundation Course. Provide a foundation course consisting of flexible base, bituminous concrete, hydraulic cement concrete, or other materials as shown on the plans or directed. 2.5. Embankment for Erosion Control. Provide rock, loam, clay, topsoil, or other earth materials that will form a stable embankment to meet the intended use. 2.6. Pipe. Provide pipe outlet material in accordance with Item 556, "Pipe Underdrains," and details shown on the plans. 2.7. Construction Perimeter Fence. 2.7.1. Posts. Provide essentially straight wood or steel posts that are at least 60 in. long. Furnish soft wood posts with a minimum diameter of 3 in., or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/5 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 Ib. per foot. 2.7.2. 2.7.3. Fence. Provide orange construction fencing as approved. Fence Wire. Provide 14 gauge or larger galvanized smooth or twisted wire. Provide 16 gauge or larger tie wire. 2.7.4. Flagging. Provide brightly -colored flagging that is fade -resistant and at least 3/4 in. wide to provide maximum visibility both day and night. 2.7.5. Staples. Provide staples with a crown at least 1/2 in. wide and legs at least 1/2 in. long. 2.7.6. Used Materials. Previously used materials meeting the applicable requirements may be used if approved. 2.8. Sandbags. Provide sandbag material of polypropylene, polyethylene, or polyamide woven fabric with a minimum unit weight of 4 oz. per square yard, a Mullen burst -strength exceeding 300 psi, and an ultraviolet stability exceeding 70%. Use natural coarse sand or manufactured sand meeting the gradation given in Table 1 to fill sandbags. Filled sandbags must be 24 to 30 in. long, 16 to 18 in. wide, and 6 to 8 in. thick. 708 506 Table 1 Sand Gradation Sieve Size Retained (% by Weight) 44 Maximum 3% #100 Minimum 80% #200 Minimum 95% Aggregate may be used instead of sand for situations where sandbags are not adjacent to traffic. The aggregate size must not exceed 3/8 in. 2.9. Temporary Sediment Control Fence. Provide a net -reinforced fence using woven geo-textile fabric. Logos visible to the traveling public will not be allowed. 2.9.1. Fabric. Provide fabric materials in accordance with DMS -6230, "Temporary Sediment Control Fence Fabric." 2.9.2. Posts. Provide essentially straight wood or steel posts with a minimum length of 48 in., unless otherwise shown on the plans. Furnish soft wood posts at least 3 in. in diameter, or use nominal 2 x 4 in. boards. Furnish hardwood posts with a minimum cross-section of 1-1/2 x 1-1/2 in. Furnish T- or L-shaped steel posts with a minimum weight of 1.25 Ib. per foot. 2.9.3. Net Reinforcement. Provide net reinforcement of at least 12.5 gauge (SWG) galvanized welded wire mesh, with a maximum opening size of 2 x 4 in., at least 24 in. wide, unless otherwise shown on the plans. 2.9.4. Staples. Provide staples with a crown at least 3/4 in. wide and legs 1/2 in. long. 2.9.5. Used Materials. Use recycled material meeting the applicable requirements if approved. 2.10. Biodegradable Erosion Control Logs. 2.10.1. Core Material. Furnish core material that is biodegradable or recyclable. Use compost, mulch, aspen excelsior wood fibers, chipped site vegetation, agricultural rice or wheat straw, coconut fiber, 100% recyclable fibers, or any other acceptable material unless specifically called out on the plans. Permit no more than 5% of the material to escape from the containment mesh. Furnish compost meeting the requirements of Item 161, "Compost." 2.10.2. Containment Mesh. Furnish containment mesh that is 100% biodegradable, photodegradable, or recyclable such as burlap, twine, UV photodegradable plastic, polyester, or any other acceptable material. Furnish biodegradable or photodegradable containment mesh when log will remain in place as part of a vegetative system. Furnish recyclable containment mesh for temporary installations. 2.10.3. Size. Furnish biodegradable erosion control logs with diameters shown on the plans or as directed. Stuff containment mesh densely so logs do not deform. 3. QUALIFICATIONS, TRAINING, AND EMPLOYEE REQUIREMENTS 3.1. Contractor Responsible Person Environmental (CRPE) Qualifications and Responsibilities. Provide and designate in writing at the preconstruction conference a CRPE and alternate CRPE who have overall responsibility for the storm water management program. The CRPE will implement storm water and erosion control practices; will oversee and observe storm water control measure monitoring and management; will monitor the project site daily and produce daily monitoring reports as long as there are BMPs in place or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or on contract non -work days, daily inspections are not required unless a rain event has occurred. The CRPE will provide recommendations on 709 506 how to improve the effectiveness of control measures. Attend the Department's preconstruction conference for the project. Ensure training is completed as identified in Section 506.3.3., "Training," by all applicable personnel before employees work on the project. Document and submit a list, signed by the CRPE, of all applicable Contractor and subcontractor employees who have completed the training. Include the employee's name, the training course name, and date the employee completed the training. Provide the most current list at the preconstruction conference or before SWP3 or soil disturbing activities. Update the list as needed and provide the updated list when updated. 3.2. Contractor Superintendent Qualifications and Responsibilities. Provide a superintendent that is competent, has experience with and knowledge of storm water management, and is knowledgeable of the requirements and the conditions of the TPDES General Permit TXR150000. The superintendent will manage and oversee the day to day operations and activities at the project site; work with the CRPE to provide effective storm water management at the project site; represent and act on behalf of the Contractor; and attend the Department's preconstruction conference for the project. 3.3. Training. All Contractor and subcontractor employees involved in soil disturbing activities, small or large structures, storm water control measures, and seeding activities must complete training as prescribed by the Department. 4. CONSTRUCTION 4.1. Contractor Responsibilities. Implement the SWP3 for the project site in accordance with the plans and specifications, TPDES General Permit TXR150000, and as directed. Coordinate storm water management with all other work on the project. Develop and implement an SWP3 for project -specific material supply plants within and outside of the Department's right of way in accordance with the specific or general storm water permit requirements. Prevent water pollution from storm water associated with construction activity from entering any surface water or private property on or adjacent to the project site. 4.2. Implementation. The CRPE, or alternate CRPE, must be accessible by phone and able to respond to project -related storm water management or other environmental emergencies 24 hr. per day. 4.2.1. Commencement. Implement the SWP3 as shown and as directed. Contractor -proposed recommendations for changes will be allowed as approved. Conform to the established guidelines in the TPDES General Permit TXR150000 to make changes. Do not implement changes until approval has been received and changes have been incorporated into the plans. Minor adjustments to meet field conditions are allowed and will be recorded in the SWP3. 4.2.2. Phasing. Implement control measures before the commencement of activities that result in soil disturbance. Phase and minimize the soil disturbance to the areas shown on the plans. Coordinate temporary control measures with permanent control measures and all other work activities on the project to assure economical, effective, safe, and continuous water pollution prevention. Provide control measures that are appropriate to the construction means, methods, and sequencing allowed by the Contract. Exercise precaution throughout the life of the project to prevent pollution of ground waters and surface waters. Schedule and perform clearing and grubbing operations so that stabilization measures will follow immediately thereafter if project conditions permit. Bring all grading sections to final grade as soon as possible and implement temporary and permanent control measures at the earliest time possible. Implement temporary control measures when required by the TPDES General Permit TXR150000 or otherwise necessitated by project conditions. Do not prolong final grading and shaping. Preserve vegetation where possible throughout the project, and minimize clearing, grubbing, and excavation within stream banks, bed, and approach sections. 4.3. General. 4.3.1. Temporary Alterations or Control Measure Removal. Altering or removal of control measures is allowed when control measures are restored within the same working day. 710 506 4.3.2. Stabilization. Initiate stabilization for disturbed areas no more than 14 days after the construction activities in that portion of the site have temporarily or permanently ceased. Establish a uniform vegetative cover or use another stabilization practice in accordance with the TPDES General Permit TXR150000. 4.3.3. Finished Work. Remove and dispose of all temporary control measures upon acceptance of vegetative cover or other stabilization practice unless otherwise directed. Complete soil disturbing activities and establish a uniform perennial vegetative cover. A project will not be considered for acceptance until a vegetative cover of 70% density of existing adjacent undisturbed areas is obtained or equivalent permanent stabilization is obtained in accordance with the TPDES General Permit TXR150000. An exception will be allowed in arid areas as defined in the TPDES General Permit TXR150000. 4.3.4. Restricted Activities and Required Precautions. Do not discharge onto the ground or surface waters any pollutants such as chemicals, raw sewage, fuels, lubricants, coolants, hydraulic fluids, bitumens, or any other petroleum product. Operate and maintain equipment on-site to prevent actual or potential water pollution. Manage, control, and dispose of litter on-site such that no adverse impacts to water quality occur. Prevent dust from creating a potential or actual unsafe condition, public nuisance, or condition endangering the value, utility, or appearance of any property. Wash out concrete trucks only as described in the TPDES General Permit TXR150000. Use appropriate controls to minimize the offsite transport of suspended sediments and other pollutants if it is necessary to pump or channel standing water (i.e., dewatering). Prevent discharges that would contribute to a violation of Edwards Aquifer Rules, water quality standards, the impairment of a listed water body, or other state or federal law. 4.4. Installation, Maintenance, and Removal Work. Perform work in accordance with the SWP3, according to manufacturers' guidelines, and in accordance with the TPDES General Permit TXR150000. Install and maintain the integrity of temporary erosion and sedimentation control devices to accumulate silt and debris until soil disturbing activities are completed and permanent erosion control features are in place or the disturbed area has been adequately stabilized as approved. The Department will inspect and document the condition of the control measures at the frequency shown on the plans and will provide the Construction SWP3 Field Inspection and Maintenance Reports to the Contractor. Make corrections as soon as possible before the next anticipated rain event or within 7 calendar days after being able to enter the worksite for each control measure. The only acceptable reason for not accomplishing the corrections with the time frame specified is when site conditions are "Too Wet to Work." Take immediate action if a correction is deemed critical as directed. When corrections are not made within the established time frame, all work will cease on the project and time charges will continue while the control measures are brought into compliance. Commence work once the Engineer reviews and documents the project is in compliance. Commencing work does not release the Contractor of the liability for noncompliance of the SWP3, plans, or TPDES General Permit TXR150000. The Engineer may limit the disturbed area if the Contractor cannot control soil erosion and sedimentation resulting from the Contractor's operations. Implement additional controls as directed. Remove devices upon approval or as directed. Finish -grade and dress the area upon removal. Stabilize disturbed areas in accordance with the permit, and as shown on the plans or directed. Materials removed are considered consumed by the project. Retain ownership of stockpiled material and remove it from the project when new installations or replacements are no longer required. 4.4.1. Rock Filter Dams for Erosion Control. Remove trees, brush, stumps, and other objectionable material that may interfere with the construction of rock filter dams. Place sandbags as a foundation when required or at the Contractor's option. Place the aggregate to the lines, height, and slopes specified, without undue voids for Types 1, 2, 3, and 5. Place the aggregate on the mesh and then fold the mesh at the upstream side over the aggregate and secure it to itself on the downstream side with wire ties, or hog rings for Types 2 and 3, or as directed. Place rock filter dams perpendicular to the flow of the stream or channel unless otherwise directed. Construct filter dams according to the following criteria unless otherwise shown on the plans: 711 506 4.4.1.1. Type 1 (Non -Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.2. Type 2 (Reinforced). • Height. At least 18 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.3. Type 3 (Reinforced). • Height. At least 36 in. measured vertically from existing ground to top of filter dam. • Top Width. At least 2 ft. • Slopes. No steeper than 2:1. 4.4.1.4. Type 4 (Sack Gabions). Unfold sack gabions and smooth out kinks and bends. Connect the sides by lacing in a single loop—double loop pattern on 4- to 5 -in. spacing for vertical filling. Pull the end lacing rod at one end until tight, wrap around the end, and twist 4 times. Fill with stone at the filling end, pull the rod tight, cut the wire with approximately 6 in. remaining, and twist wires 4 times. Place the sack flat in a filling trough, fill with stone, connect sides, and secure ends as described above for horizontal filling. Lift and place without damaging the gabion. Shape sack gabions to existing contours. 4.4.1.5. Type 5. Provide rock filter dams as shown on the plans. 4.4.2. Temporary Pipe Slope Drains. Install pipe with a slope as shown on the plans or as directed. Construct embankment for the drainage system in 8 -in. lifts to the required elevations. Hand -tamp the soil around and under the entrance section to the top of the embankment as shown on the plans or as directed. Form the top of the embankment or earth dike over the pipe slope drain at least 1 ft. higher than the top of the inlet pipe at all points. Secure the pipe with hold-downs or hold-down grommets spaced a maximum of 10 ft. on center. Construct the energy dissipaters or sediment traps as shown on the plans or as directed. Construct the sediment trap using concrete or rubble riprap in accordance with Item 432, "Riprap," when designated on the plans. 4.4.3. Temporary Paved Flumes. Construct paved flumes as shown on the plans or as directed. Provide excavation and embankment (including compaction of the subgrade) of material to the dimensions shown on the plans unless otherwise indicated. Install a rock or rubble riprap energy dissipater, constructed from the materials specified above, to a minimum depth of 9 in. at the flume outlet to the limits shown on the plans or as directed. 4.4.4. Construction Exits. Prevent traffic from crossing or exiting the construction site or moving directly onto a public roadway, alley, sidewalk, parking area, or other right of way areas other than at the location of construction exits when tracking conditions exist. Construct exits for either long- or short-term use. 4.4.4.1. Long -Term. Place the exit over a foundation course as required. Grade the foundation course or compacted subgrade to direct runoff from the construction exits to a sediment trap as shown on the plans or as directed. Construct exits with a width of at least 14 ft. for one-way and 20 ft. for two-way traffic for the full width of the exit, or as directed. 4.4.4.1.1. Type 1. Construct to a depth of at least 8 in. using crushed aggregate as shown on the plans or as directed. 4.4.4.1.2. Type 2. Construct using railroad ties and timbers as shown on the plans or as directed. 712 506 4.4.4.2. Short -Term. 4.4.4.2.1. Type 3. Construct using crushed aggregate, plywood, or wafer board. This type of exit may be used for daily operations where long-term exits are not practical. 4.4.4.2.2. Type 4. Construct as shown on the plans or as directed. 4.4.5. Earthwork for Erosion Control. Perform excavation and embankment operations to minimize erosion and to remove collected sediments from other erosion control devices. 4.4.5.1. Excavation and Embankment for Erosion Control Features. Place earth dikes, swales, or combinations of both along the low crown of daily lift placement, or as directed, to prevent runoff spillover. Place swales and dikes at other locations as shown on the plans or as directed to prevent runoff spillover or to divert runoff. Construct cuts with the low end blocked with undisturbed earth to prevent erosion of hillsides. Construct sediment traps at drainage structures in conjunction with other erosion control measures as shown on the plans or as directed. Create a sediment basin, where required, providing 3,600 cu. ft. of storage per acre drained, or equivalent control measures for drainage locations that serve an area with 10 or more disturbed acres at one time, not including offsite areas. 4.4.5.2. Excavation of Sediment and Debris. Remove sediment and debris when accumulation affects the performance of the devices, after a rain, and when directed. 4.4.6. Construction Perimeter Fence. Construct, align, and locate fencing as shown on the plans or as directed. 4.4.6.1. Installation of Posts. Embed posts 18 in. deep or adequately anchor in rock, with a spacing of 8 to 10 ft. 4.4.6.2. Wire Attachment. Attach the top wire to the posts at least 3 ft. from the ground. Attach the lower wire midway between the ground and the top wire. 4.4.6.3. Flag Attachment. Attach flagging to both wire strands midway between each post. Use flagging at least 18 in. long. Tie flagging to the wire using a square knot. 4.4.7. Sandbags for Erosion Control. Construct a berm or dam of sandbags that will intercept sediment -laden storm water runoff from disturbed areas, create a retention pond, detain sediment, and release water in sheet flow. Fill each bag with sand so that at least the top 6 in. of the bag is unfilled to allow for proper tying of the open end. Place the sandbags with their tied ends in the same direction. Offset subsequent rows of sandbags 1/2 the length of the preceding row. Place a single layer of sandbags downstream as a secondary debris trap. Place additional sandbags as necessary or as directed for supplementary support to berms or dams of sandbags or earth. 4.4.8. Temporary Sediment -Control Fence. Provide temporary sediment -control fence near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the fence into erosion -control measures used to control sediment in areas of higher flow. Install the fence as shown on the plans, as specified in this Section, or as directed. 4.4.8.1. Installation of Posts. Embed posts at least 18 in. deep, or adequately anchor, if in rock, with a spacing of 6 to 8 ft. and install on a slight angle toward the runoff source. 4.4.8.2. Fabric Anchoring. Dig trenches along the uphill side of the fence to anchor 6 to 8 in. of fabric. Provide a minimum trench cross-section of 6 x 6 in. Place the fabric against the side of the trench and align approximately 2 in. of fabric along the bottom in the upstream direction. Backfill the trench, then hand -tamp. 4.4.8.3. Fabric and Net Reinforcement Attachment. Attach the reinforcement to wooden posts with staples, or to steel posts with T -clips, in at least 4 places equally spaced unless otherwise shown on the plans. Sewn 713 506 vertical pockets may be used to attach reinforcement to end posts. Fasten the fabric to the top strand of reinforcement by hog rings or cord every 15 in. or less. 4.4.8.4. Fabric and Net Splices. Locate splices at a fence post with a minimum lap of 6 in. attached in at least 6 places equally spaced unless otherwise shown on the plans. Do not locate splices in concentrated flow areas. Requirements for installation of used temporary sediment -control fence include the following: • fabric with minimal or no visible signs of biodegradation (weak fibers), • fabric without excessive patching (more than 1 patch every 15 to 20 ft.), • posts without bends, and • backing without holes. 4.4.9. Biodegradable Erosion Control Logs. Install biodegradable erosion control logs near the downstream perimeter of a disturbed area to intercept sediment from sheet flow. Incorporate the biodegradable erosion control logs into the erosion measures used to control sediment in areas of higher flow. Install, align, and locate the biodegradable erosion control logs as specified below, as shown on the plans, or as directed. Secure biodegradable erosion control logs in a method adequate to prevent displacement as a result of normal rain events, prevent damage to the logs, and as approved, such that flow is not allowed under the logs. Temporarily removing and replacing biodegradable erosion logs as to facilitate daily work is allowed at the Contractor's expense. 4.4.10. Vertical Tracking. Perform vertical tracking on slopes to temporarily stabilize soil. Provide equipment with a track undercarriage capable of producing a linear soil impression measuring a minimum of 12 in. long x 2 to 4 in. wide x 1/2 to 2 in. deep. Do not exceed 12 in. between track impressions. Install continuous linear track impressions where the 12 in. length impressions are perpendicular to the slope. Vertical tracking is required on projects where soil disturbing activities have occurred unless otherwise approved. 4.5. Monitoring and Documentation. Monitor the control measures on a daily basis as long as there are BMPs in place and/or soil disturbing activities are evident to ensure compliance with the SWP3 and TPDES General Permit TXR150000. During time suspensions when work is not occurring or contract non -work days, daily inspections are not required unless a rain event has occurred. Monitoring will consist of, but is not limited to, observing, inspecting, and documenting site locations with control measures and discharge points to provide maintenance and inspection of controls as described in the SWP3. Keep written records of daily monitoring. Document in the daily monitoring report the control measure condition, the date of inspection, required corrective actions, responsible person for making the corrections, and the date corrective actions were completed. Maintain records of all monitoring reports at the project site or at an approved place. Provide copies within 7 days. Together, the CRPE and an Engineer's representative will complete the Construction Stage Gate Checklist on a periodic basis as directed. 5. 5.1. MEASUREMENT Rock Filter Dams. Installation or removal of rock filter dams will be measured by the foot or by the cubic yard. The measured volume will include sandbags, when used. 5.1.1. Linear Measurement. When rock filter dams are measured by the foot, measurement will be along the centerline of the top of the dam. 5.1.2. Volume Measurement. When rock filter dams are measured by the cubic yard, measurement will be based on the volume of rock computed by the method of average end areas. 5.1.2.1. Installation. Measurement will be made in final position. 5.1.2.2. Removal. Measurement will be made at the point of removal. 714 506 5.2. Temporary Pipe Slope Drains. Temporary pipe slope drains will be measured by the foot. 5.3. Temporary Paved Flumes. Temporary paved flumes will be measured by the square yard of surface area. The measured area will include the energy dissipater at the flume outlet. 5.4. Construction Exits. Construction exits will be measured by the square yard of surface area. 5.5. Earthwork for Erosion and Sediment Control. 5.5.1. Equipment and Labor Measurement. Equipment and labor used will be measured by the actual number of hours the equipment is operated and the labor is engaged in the work. 5.5.2. 5.5.2.1. 5.5.2.1.1. Volume Measurement. In Place. Excavation. Excavation will be measured by the cubic yard in its original position and the volume computed by the method of average end areas. 5.5.2.1.2. Embankment. Embankment will be measured by the cubic yard in its final position by the method of average end areas. The volume of embankment will be determined between: • the original ground surfaces or the surface upon that the embankment is to be constructed for the feature and • the lines, grades and slopes of the accepted embankment for the feature. 5.5.2.2. In Vehicles. Excavation and embankment quantities will be combined and paid for under "Earthwork (Erosion and Sediment Control, In Vehicle)." Excavation will be measured by the cubic yard in vehicles at the point of removal. Embankment will be measured by the cubic yard in vehicles measured at the point of delivery. Shrinkage or swelling factors will not be considered in determining the calculated quantities. 5.6. 5.7. Construction Perimeter Fence. Construction perimeter fence will be measured by the foot. Sandbags for Erosion Control. Sandbags will be measured as each sandbag or by the foot along the top of sandbag berms or dams. 5.8. Temporary Sediment -Control Fence. Installation or removal of temporary sediment -control fence will be measured by the foot. 5.9. Biodegradable Erosion Control Logs. Installation or removal of biodegradable erosion control logs will be measured by the foot along the centerline of the top of the control logs. 5.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 6. PAYMENT The following will not be paid for directly but are subsidiary to pertinent Items: • erosion -control measures for Contractor project -specific locations (PSLs) inside and outside the right of way (such as construction and haul roads, field offices, equipment and supply areas, plants, and material sources); • removal of litter, unless a separate pay item is shown on the plans; • repair to devices and features damaged by Contractor operations; • added measures and maintenance needed due to negligence, carelessness, lack of maintenance, and failure to install permanent controls; 715 506 • removal and reinstallation of devices and features needed for the convenience of the Contractor; • finish grading and dressing upon removal of the device; and • minor adjustments including but not limited to plumbing posts, reattaching fabric, minor grading to maintain slopes on an erosion embankment feature, or moving small numbers of sandbags. Stabilization of disturbed areas will be paid for under pertinent Items except vertical tacking which is subsidiary. Furnishing and installing pipe for outfalls associated with sediment traps and ponds will not be paid for directly but is subsidiary to the excavation and embankment under this Item. 6.1. Rock Filter Dams. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid as follows: 6.1.1. Installation. Installation will be paid for as "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.1.2. Removal. Removal will be paid for as "Rock Filter Dams (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. When the Engineer directs that the rock filter dam installation or portions thereof be replaced, payment will be made at the unit price bid for "Rock Filter Dams (Remove)" and for "Rock Filter Dams (Install)" of the type specified. This price is full compensation for furnishing and operating equipment, finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.2. Temporary Pipe Slope Drains. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Temporary Pipe Slope Drains" of the size specified. This price is full compensation for furnishing materials, removal and disposal, furnishing and operating equipment, labor, tools, and incidentals. Removal of temporary pipe slope drains will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the pipe slope drain installation or portions thereof be replaced, payment will be made at the unit price bid for "Temporary Pipe Slope Drains" of the size specified, which is full compensation for the removal and reinstallation of the pipe drain. Earthwork required for the pipe slope drain installation, including construction of the sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." Riprap concrete or stone, when used as an energy dissipater or as a stabilized sediment trap, will be measured and paid for in accordance with Item 432, "Riprap." 6.3. Temporary Paved Flumes. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Temporary Paved Flume (Install)" or "Temporary Paved Flume (Remove)." This price is full compensation for furnishing and placing materials, removal and disposal, equipment, labor, tools, and incidentals. When the Engineer directs that the paved flume installation or portions thereof be replaced, payment will be made at the unit prices bid for "Temporary Paved Flume (Remove)" and "Temporary Paved Flume (Install)." These prices are full compensation for the removal and replacement of the paved flume and for equipment, labor, tools, and incidentals. Earthwork required for the paved flume installation, including construction of a sediment trap, will be measured and paid for under "Earthwork for Erosion and Sediment Control." 716 506 6.4. Construction Exits. Contractor -required construction exits from off right of way locations or on -right of way PSLs will not be paid for directly but are subsidiary to pertinent Items. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" for construction exits needed on right of way access to work areas required by the Department will be paid for at the unit price bid for "Construction Exits (Install)" of the type specified or "Construction Exits (Remove)." This price is full compensation for furnishing and placing materials, excavating, removal and disposal, cleaning vehicles, labor, tools, and incidentals. When the Engineer directs that a construction exit or portion thereof be removed and replaced, payment will be made at the unit prices bid for "Construction Exit (Remove)" and "Construction Exit (Install)" of the type specified. These prices are full compensation for the removal and replacement of the construction exit and for equipment, labor, tools, and incidentals. Construction of sediment traps used in conjunction with the construction exit will be measured and paid for under "Earthwork for Erosion and Sediment Control." 6.5. Earthwork for Erosion and Sediment Control. 6.5.1. Initial Earthwork for Erosion and Sediment Control. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Excavation (Erosion and Sediment Control, In Place)," "Embankment (Erosion and Sediment Control, In Place)," "Excavation (Erosion and Sediment Control, In Vehicle)," "Embankment (Erosion and Sediment Control, (In Vehicle)," or "Earthwork (Erosion and Sediment Control, In Vehicle)." This price is full compensation for excavation and embankment including hauling, disposal of material not used elsewhere on the project; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.5.2. Maintenance Earthwork for Erosion and Sediment Control for Cleaning and Restoring Control Measures. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid under a Contractor Force Account Item from invoice provided to the Engineer. This price is full compensation for excavation, embankment, and re -grading including removal of accumulated sediment in various erosion control installations as directed, hauling, and disposal of material not used elsewhere on the project; excavation for construction of erosion -control features; embankments including furnishing material from approved sources and construction of erosion -control features; and equipment, labor, tools, and incidentals. Earthwork needed to remove and obliterate erosion -control features will not be paid for directly but is subsidiary to pertinent Items unless otherwise shown on the plans. Sprinkling and rolling required by this Item will not be paid for directly but will be subsidiary to this Item. 6.6. Construction Perimeter Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Construction Perimeter Fence." This price is full compensation for furnishing and placing the fence; digging, fence posts, wire, and flagging; removal and disposal; and materials, equipment, labor, tools, and incidentals. Removal of construction perimeter fence will be not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the perimeter fence installation or portions thereof be removed and replaced, payment will be made at the unit price bid for "Construction Perimeter Fence," which is full compensation for the removal and reinstallation of the construction perimeter fence. 717 506 6.7. Sandbags for Erosion Control. Sandbags will be paid for at the unit price bid for "Sandbags for Erosion Control" (of the height specified when measurement is by the foot). This price is full compensation for materials, placing sandbags, removal and disposal, equipment, labor, tools, and incidentals. Removal of sandbags will not be paid for directly but is subsidiary to the installation Item. When the Engineer directs that the sandbag installation or portions thereof be replaced, payment will be made at the unit price bid for "Sandbags for Erosion Control," which is full compensation for the reinstallation of the sandbags. 6.8. Temporary Sediment -Control Fence. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid as follows: 6.8.1. Installation. Installation will be paid for as "Temporary Sediment -Control Fence (Install)." This price is full compensation for furnishing and operating equipment finish backfill and grading, lacing, proper disposal, labor, materials, tools, and incidentals. 6.8.2. Removal. Removal will be paid for as 'Temporary Sediment -Control Fence (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.9. Biodegradable Erosion Control Logs. The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid as follows: 6.9.1. Installation. Installation will be paid for as 'Biodegradable Erosion Control Logs (Install)" of the size specified. This price is full compensation for furnishing and operating equipment finish backfill and grading, staking, proper disposal, labor, materials, tools, and incidentals. 6.9.2. Removal. Removal will be paid for as 'Biodegradable Erosion Control Logs (Remove)." This price is full compensation for furnishing and operating equipment, proper disposal, labor, materials, tools, and incidentals. 6.10. Vertical Tracking. Vertical tracking will not be measured or paid for directly but is considered subsidiary to this Item. 718 662 Item 662 Work Zone Pavement Markings FTexas epartment ransportation 1. DESCRIPTION Furnish, place, and maintain work zone pavement markings. 2. MATERIALS Provide thermoplastic, paint and beads, raised pavement markers (RPMs), prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for work zone pavement markings. Supply materials meeting: • DMS -4200, "Pavement Markers (Reflectorized)," • DMS -4300, "Traffic Buttons," • DMS -8200, "Traffic Paint," • DMS -8220, "Hot Applied Thermoplastic," • DMS -8240, "Permanent Prefabricated Pavement Markings," • DMS -8241, "Temporary (Removable) Prefabricated Pavement Markings," • DMS -8242, "Temporary Flexible, Reflective Roadway Marker Tabs," and • DMS -8290, "Glass Traffic Beads." 2.1. Nonremovable Markings. Use hot -applied thermoplastic or permanent prefabricated pavement markings for nonremovable markings. Paint and beads or other materials are not allowed for nonremovable markings unless shown on the plans. 2.2. Removable and Short -Term Markings. Use RPMs, removable prefabricated pavement markings, temporary flexible reflective roadway marker tabs, or other approved materials for removable and short-term markings. Do not use hot -applied thermoplastic or traffic paint for removable markings. Use removable prefabricated pavement markings on the final pavement surface when the plans specify removable markings. 3. CONSTRUCTION Apply pavement markings in accordance with the following Items. • Item 666, "Retroreflectorized Pavement Markings" • Item 668, "Prefabricated Pavement Markings" • Item 672, "Raised Pavement Markers" 3.1. Placement. Install longitudinal markings on pavement surfaces before opening to traffic. Maintain lane alignment traffic control devices and operations until markings are installed. Install markings in proper alignment in accordance with the TMUTCD and as shown on the plans. Short-term markings will be allowed when standard markings (removable or nonremovable) cannot be placed before opening to traffic, if shown on the plans or directed. When short-term markings are allowed for opening to traffic, place standard longitudinal markings no later than 14 calendar days after the placement of the surface. When inclement weather prohibits placement of markings, the 14 -day period may be extended until weather permits proper application. 818 662 Place standard longitudinal markings no sooner than 3 calendar days after the placement of a surface treatment, unless otherwise shown on the plans. Apply thermoplastic markings to a minimum thickness of 0.060 in. (60 mils). When paint and beads are allowed, apply to a minimum dry thickness of 0.012 in. (12 mils). Place short-term markings in proper alignment with the location of the final pavement markings. Remove and replace short-term markings not in alignment at the Contractor's expense. For removable placements, use of RPMs to simulate longitudinal markings is at the Contractor's option. Use side-by-side RPMs to simulate longitudinal lines wider than 4 in. Do not use RPMs for words, symbols, shapes, or diagonal or transverse lines. 3.2. Marking Removal. Remove markings that conflict with succeeding markings in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers." Remove short-term markings that interfere or conflict with final marking placement immediately before placing final pavement markings, unless otherwise directed. Remove the remainder of the short-term markings before final acceptance. Remove all temporary markings with minimal damage to the roadway to the satisfaction of the Engineer. 3.3. Performance Requirements. Ensure all markings are visible from a distance at least 300 ft. in daylight conditions and at least 160 ft. in nighttime conditions when illuminated by automobile low -beam headlights. Determine visibility distances using an automobile traveling on the roadway under dry conditions. Maintain the markings for 30 calendar days after installation. The end of the 30 -day maintenance period does not relieve the Contractor from the performance deficiencies requiring corrective action identified during the 30 -day period. Remove and replace markings at the Contractor's expense if they fail to meet the requirements of this Item during the 30 -day period. The 30 -calendar day performance requirement will begin again after replacement of the markings. Ensure daytime and nighttime reflected color of the markings are distinctly white or yellow. Ensure markings exhibit uniform retroreflective characteristics. 4. MEASUREMENT This Item will be measured by the foot or each word, shape, symbol, or temporary flexible reflective roadway marker tab. Each stripe will be measured separately. RPMs used to simulate a marking will be measured by the foot of marking or each RPM. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Work Zone Pavement Markings" of the type and color specified and the shape, width, and size specified as applicable. This price is full compensation for furnishing, placing, maintaining, and removing work zone pavement markings and for materials, equipment, labor, tools, and incidentals. 819 662 Elimination of nonremovable markings will be paid for under Item 677, "Eliminating Existing Pavement Markings and Markers." Removal of short-term and removable markings will not be paid for directly but will be subsidiary to this Item. Type II work zone pavement markings (paint and beads) used as a sealer for Type 1 pavement markings (thermoplastic) will be paid for under this Item. 666 Item 666 Retroreflectorized Pavement Markings „4-° JrTexas Department f Transportation 1. DESCRIPTION Furnish and place retroreflectorized, non-retroreflectorized (shadow) and profile pavement markings. 2. MATERIALS 2.1. Type I Marking Materials. Furnish in accordance with DMS -8220, "Hot Applied Thermoplastic." Furnish pavement marking material used for Type I profile markings and shadow markings that have been approved by the Construction Division, and in accordance with DMS -8220, "Hot Applied Thermoplastic." 2.2. Type II Marking Materials. Furnish in accordance with DMS -8200, "Traffic Paint." 2.3. Glass Traffic Beads. Furnish drop -on glass beads in accordance with DMS -8290 "Glass Traffic Beads" or as approved. Furnish a double -drop of Type 11 and Type 111 drop -on glass beads where each type bead is applied separately in equal portions (by weight), unless otherwise approved. Apply the Type 111 beads before applying the Type II beads. 2.4. Labeling. Use clearly marked containers that indicate color, mass, material type, manufacturer, and batch number. 3. EQUIPMENT 3.1. General Requirements. Use equipment that: • is maintained in satisfactory condition, • meets or exceeds the requirements of the National Board of Fire Underwriters and the Texas Railroad Commission for this application, • applies beads by an automatic bead dispenser attached to the pavement marking equipment in such a manner that the beads are dispensed uniformly and almost instantly upon the marking as the marking is being applied to the road surface. The bead dispenser must have an automatic cut-off control, synchronized with the cut-off of the pavement marking equipment, • has an automatic cut-off device with manual operating capabilities to provide clean, square marking ends, • is capable of producing the types and shapes of profiles specified, and • can provide continuous mixing and agitation of the pavement marking material. The use of pans, aprons, or similar appliances which the die overruns will not be permitted for longitudinal striping applications. Provide a hand-held thermometer capable of measuring the temperature of the marking material when applying Type I material. When pavement markings are required to meet minimum retroreflectivity requirements on the plans: • Use a mobile retroreflectometer approved by the Construction Division and certified by the Texas A&M Transportation Institute Mobile Retroreflectometer Certification Program. • Use a portable retroreflectometer that: • uses 30 -meter geometry and meets the requirements described in ASTM E1710; • has either an internal global positioning system (GPS) or the ability to be linked with an external GPS with a minimum accuracy rating of 16 ft. 5 in., in accordance with the circular error probability 821 666 (CEP) method (CEP is the radius of the circle with its origin at a known position that encompasses 50% of the readings returned from the GPS instrument); • can record and print the GPS location and retroreflectivity reading for each location where readings are taken. 3.2. Material Placement Requirements. Use equipment that can place: • at least 40,000 ft. of 4 -in. solid or broken non -profile markings per working day at the specified thickness; • at least 15,000 ft. of solid or broken profile pavement markings per working day at the specified thickness; • linear non -profile markings up to 8 in. wide in a single pass; • non -profile pavement markings other than solid or broken lines at an approved production rate; • a centerline and no -passing barrier -line configuration consisting of 1 broken line and 2 solid lines at the same time to the alignment, spacing, and thickness for non -profile pavement markings shown on the plans; • solid and broken lines simultaneously; • white line from both sides; • lines with clean edges, uniform cross-section with a tolerance of ±1/8 in. per 4 in. width, uniform thickness, and reasonably square ends; • skip lines between 10 and 10-1/2 ft., a stripe -to -gap ratio of 10 to 30, and a stripe -gap cycle between 39-1/2 ft. and 40-1/2 ft., automatically; • beads uniformly and almost instantly on the marking as the marking is being applied; • beads uniformly during the application of all lines (each line must have an equivalent bead yield rate and embedment); and • double -drop bead applications using both Type !land Type 111 beads from separate independent bead applicators, unless otherwise approved by the Engineer. 4. CONSTRUCTION Place markings before opening to traffic unless short-term or work zone markings are allowed. 4.1. General. Obtain approval for the sequence of work and estimated daily production. Minimize interference to roadway operations when placing markings on roadways open to traffic. Use traffic control as shown on the plans or as approved. Protect all markings placed under open -traffic conditions from traffic damage and disfigurement. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use material for guides that will not leave a permanent mark on the roadway. Apply markings on pavement that is completely dry and passes the following tests: • Type I Marking Application—Place a sample of Type I marking material on a piece of tarpaper placed on the pavement. Allow the material to cool to ambient temperature, and then inspect the underside of the tarpaper in contact with the pavement. Pavement will be considered dry if there is no condensation on the tarpaper. • Type 11 Marking Application—Place a 1 -sq. ft. piece of clear plastic on the pavement, and weight down the edges. The pavement is considered dry if, when inspected after 15 min., no condensation has occurred on the underside of the plastic. Apply markings: • that meet the requirements of Tex -828-B, 822 666 • that meet minimum retroreflectivity requirements when specified on the plans (applies to Type I markings only), • using widths and colors shown on the plans, • at locations shown on the plans, • in proper alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum, • without abrupt deviations, • free of blisters and with no more than 5% by area of holes or voids, • with uniform cross-section, density and thickness, • with clean and reasonably square ends, • that are retroreflectorized with drop -on glass beads, and • using personnel skilled and experienced with installation of pavement markings. Remove all applied markings that are not in alignment or sequence as stated on the plans, or in the specifications, at the Contractor's expense in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. 4.2. Surface Preparation. Prepare surfaces in accordance with this Section unless otherwise shown on the plans. 4.2.1. Cleaning for New Asphalt Surfaces and Retracing of All Surfaces. Air blast or broom the pavement surface for new asphalt surfaces (less than 3 years old) and for retracing of all surfaces to remove loose material, unless otherwise shown on the plans. A sealer for Type I markings is not required unless otherwise shown on the plans. 4.2.2. Cleaning for Old Asphalt and Concrete Surfaces (Excludes Retracing). Clean old asphalt surfaces (more than 3 years old) and all concrete surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings," to remove curing membrane, dirt, grease, loose and flaking existing construction markings, and other forms of contamination. 4.2.3. Sealer for Type I Markings. Apply a pavement sealer to old asphalt surfaces (more than 3 years old) and to all concrete surfaces before placing Type I markings on locations that do not have existing markings, unless otherwise approved. The pavement sealer may be either a Type II marking or an acrylic or epoxy sealer as recommended by the Type I marking manufacturer unless otherwise shown on the plans. Follow the manufacturer's directions for application of acrylic or epoxy sealers. Clean sealer that becomes dirty after placement by washing or in accordance with Section 666.4.2.1., "Cleaning for New Asphalt Surfaces and Retracing of All Surfaces," as directed. Place the sealer in the same configuration and color (unless clear) as the Type I markings unless otherwise shown on the plans. 4.3. Application. Apply markings during good weather unless otherwise directed. If markings are placed at Contractor option when inclement weather is impending and the markings are damaged by subsequent precipitation, the Contractor is responsible for all required replacement costs. 4.3.1. Type I Markings. Place the Type I marking after the sealer cures. Apply within the temperature limits recommended by the material manufacturer. Flush the spray head if spray application operations cease for 5 min or longer by spraying marking material into a pan or similar container until the material being applied is at the recommended temperature. Apply on clean, dry pavements passing the moisture test described in Section 666.4.1., "General," and with a surface temperature above 50°F when measured in accordance with Tex -829-B. 4.3.1.1. Non -Profile Pavement Markings. Apply Type I non -profile markings with a minimum thickness of: • 0.100 in. (100 mils) for new markings and retracing water-based markings on surface treatments involving Item 316, "Seal Coat," 823 666 • 0.060 in. (60 mils) for retracing on thermoplastic pavement markings, or • 0.090 in. (90 mils) for all other Type !markings. The maximum thickness for Type 1 non -profile markings is 0.180 in. (180 mils). Measure thickness for markings in accordance with Tex -854-B using the tape method. 4.3.1.2. Profile Pavement Markings. Apply Type 1 profile markings with a minimum thickness of: • 0.060 in. (60 mil) for edgeline markings, or • 0.090 in. (90 mil) for gore and centerline/no-passing barrier line markings. In addition, at a longitudinal spacing indicated on the plans, the markings must be profiled in a vertical manner such that the profile is transverse to the longitudinal marking direction. The profile must not be less than 0.30 in. (300 mil) nor greater than 0.50 in. (500 mil) in height when measured above the normal top surface plane of the roadway. The transverse width of the profile must not be less than 3.25 in., and the longitudinal width not less than 1 in., when measured at the top surface plane of the profile bar. The profile may be either a 1 or 2 transverse bar profile. When the 2 transverse bar profile is used, the spacing between the bases of the profile bars must not exceed 0.50 in. The above transverse bar width is for each 4 in. of line width. 4.3.2. Type II Markings. Apply on surfaces with a minimum surface temperature of 50°F. Apply at least 20 gal. per mile on concrete and asphalt surfaces and at least 22 gal. per mile on surface treatments for a solid 4 -in. line. Adjust application rates proportionally for other widths. When Type 11 markings are used as a sealer for Type !markings, apply at least 15 gal. per mile using Type 11 drop -on beads. 4.3.3. Bead Coverage. Provide a uniform distribution of beads across the surface of the stripe for Type 1 and Type 11 markings, with 40% to 60% bead embedment. 4.4. Retroreflectivity Requirements. When specified on the plans, Type !markings must meet the following minimum retroreflectivity values for edgeline markings, centerline or no passing barrier -line, and lane lines when measured any time after 3 days, but not later than 10 days after application: • White markings: 250 millicandelas per square meter per lux (mcd/m2/Ix) • Yellow markings: 175 mcd/m2/Ix 4.5. Retroreflectivity Measurements. Use a mobile retroreflectometer for projects requiring minimum retroreflectivity requirements to measure retroreflectivity for Contracts totaling more than 200,000 ft. of pavement markings, unless otherwise shown on the plans. For Contracts with less than 200,000 ft. of pavement markings or Contracts with callout work, mobile or portable retroreflectometers may be used at the Contractor's discretion. 4.5.1. Mobile Retroreflectometer Measurements. Provide mobile measurements averages for every 0.1 miles unless otherwise specified or approved. Take measurements on each section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and for each direction of traffic flow. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). Furnish measurements in compliance with Special Specification, "Mobile Retroreflectivity Data Collection for Pavement Markings," unless otherwise approved. The Engineer may require an occasional field comparison check with a portable retroreflectometer meeting the requirements listed above to ensure accuracy. Use all equipment in accordance with the manufacturer's recommendations and directions. Inform the Engineer at least 24 hr. before taking any measurements. A marking meets the retroreflectivity requirements if: • the combined average retroreflectivity measurement for a one -mile segment meets the minimum retroreflectivity values specified, and • no more than 30% of the retroreflectivity measurement values are below the minimum retroreflectivity requirements value within the one -mile segment. 824 666 The Engineer may accept failing one -mile segments if no more than 20% of the retroreflectivity measurements within that mile segment are below the minimum retroreflectivity requirement value. The one -mile segment will start from the beginning of the data collection and end after a mile worth of measurements have been taken; each subsequent mile of measurements will be a new segment. Centerlines with 2 stripes (either solid or broken) will result in 2 miles of data for each mile segment. Each centerline stripe must be tested for compliance as a stand-alone stripe. Restripe at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type 1 marking if the marking fails retroreflectivity requirements. Take measurements every 0.1 miles a minimum of 10 days after this second application within that mile segment for that series of markings. If the markings do not meet minimum retroreflectivity after 10 days of this second application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.2. Portable Retroreflectometer Measurements. Take a minimum of 20 measurements for each 1 -mi. section of roadway for each series of markings (i.e., edgeline, center skip line, each line of a double line, etc.) and direction of traffic flow when using a portable reflectometer. Measure each line in both directions for centerlines on two-way roadways (i.e., measure both double solid lines in both directions and measure all center skip lines in both directions). The spacing between each measurement must be at least 100 ft. The Engineer may decrease the mileage frequency for measurements if the previous measurements provide satisfactory results. The Engineer may require the original number of measurements if concerns arise. Restripe once at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type! marking material if the average of these measurements fails. Take a minimum of 10 more measurements after 10 days of this second application within that mile segment for that series of markings. Restripe again at the Contractor's expense with a minimum of 0.060 in. (60 mils) of Type !marking material if the average of these measurements fall below the minimum retroreflectivity requirements. If the markings do not meet minimum retroreflectivity after this third application, the Engineer may require removal of all existing markings, a new application as initially specified, and a repeat of the application process until minimum retroreflectivity requirements are met. 4.5.3. Traffic Control. Provide traffic control, as required, when taking retroreflectivity measurements after marking application. On low volume roadways (as defined on the plans), refer to the figure, "Temporary Road Closure" in Part 6 of the Texas Manual on Uniform Traffic Control Devices for the minimum traffic control requirements. For all other roadways, the minimum traffic control requirements will be as shown on the Traffic Control Plan (TCP) standard sheets TCP (3-1) and TCP (3-2). The lead vehicle will not be required on divided highways. The TCP and traffic control devices must meet the requirements listed in Item 502, "Barricades, Signs, and Traffic Handling." Time restrictions that apply during striping application will also apply during the retroreflectivity inspections except when using the mobile retroreflectometer unless otherwise shown on the plans or approved. 4.6. Performance Period. All markings must meet the requirements of this specification for at least 30 calendar days after installation. Unless otherwise directed, remove pavement markings that fail to meet requirements, and replace at the Contractor's expense. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 5. MEASUREMENT This Item will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. Each stripe will be measured separately. 825 666 This is a plans quantity measurement item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. Acrylic or epoxy sealer, or Type 11 markings when used as a sealer for Type 1 markings, will be measured by the foot; by each word, symbol, or shape; or by any other unit shown on the plans. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pavement Sealer" of the size specified, "Retroreflectorized Pavement Markings" of the type and color specified and the shape, width, size, and thickness specified as applicable, "Retroreflectorized Pavement Markings with Retroreflective Requirements" of the types, colors, sizes, widths, and thicknesses specified or "Retroreflectorized Profile Pavement Markings" of the various types, colors, shapes, sizes, and widths specified. This price is full compensation for application of pavement markings, materials, equipment, labor, tools, and incidentals. Surface preparation of new concrete and asphalt concrete pavements more than 3 years old, where no stripe exists, will be paid for under Item 678, "Pavement Surface Preparation for Markings." Surface preparation of all other asphalt and old concrete pavement, except for sealing, will not be paid for directly but is subsidiary to this Item. Work zone pavement markings (Type 11, paint and beads) used as a sealer for Type 1 markings (thermoplastic) will be paid for under Item 662, "Work Zone Pavement Markings." If the Engineer requires that markings be placed in inclement weather, repair or replacement of markings damaged by the inclement weather will be paid for in addition to the original plans quantity. 826 668 Item 668 Prefabricated Pavement Markings _14-° JrTexas Department f Transportation 1. DESCRIPTION Furnish and place retroreflectorized or non-reflectorized (contrast) prefabricated pavement markings. 2. MATERIALS Furnish prefabricated pavement marking materials in accordance with DMS -8240, "Permanent Prefabricated Pavement Markings." Furnish prefabricated pavement marking materials used for contrast markings in accordance with DMS -8240, "Permanent Prefabricated Pavement Markings," with the exception that the color requirement for the black contrast portion does not have to meet the color requirements specified for white or yellow markings. Store all materials in a weatherproof enclosure and prevent damage during storage. 3. CONSTRUCTION 3.1. General. Obtain approval for the sequence of work and estimated daily production. Remove all waste generated from the jobsite before the end of each working day. Establish guides to mark the lateral location of pavement markings as shown on the plans or as directed, and have guide locations verified. Use guide material that will not leave a permanent mark on the roadway. Place pavement markings in alignment with the guides without deviating from the alignment more than 1 in. per 200 ft. of roadway or more than 2 in. maximum and with no abrupt deviations. 3.2. Placement Limitations. Do not place Type B pavement -marking materials between September 30 and March 1 unless otherwise directed. 3.2.1. Moisture. Apply material to pavement that is completely dry. Pavement will be considered dry if, on a sunny day after 15 min., no condensation occurs on the underside of a 1 -sq. ft. piece of clear plastic that has been placed on the pavement and weighted on the edges. 3.2.2. Temperature. Follow pavement and ambient air temperature requirements recommended by the material manufacturer. Do not place material when the pavement temperature is below 60°F or above 120°F if the material manufacturer does not establish temperature requirements. 3.3. Dimensions. Place markings in accordance with the color, length, width, shape, and configuration shown on the plans. Locate alignment as shown on the plans or as directed. 3.4. Methods. Place all materials in accordance with the material manufacturer's instructions, as well as the surface condition, moisture and temperature requirements of this Item, unless otherwise directed. 3.5. Surface Preparation. Prepare surface by any approved cleaning method that effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Abrasive or water -blast cleaning is not required unless shown on the plans. Blast clean, when required, in accordance with Item 678, "Pavement Surface Preparation for Markings." Prepare surfaces further after cleaning by sealing or priming as recommended by the pavement -marking material manufacturer or as directed. Use adhesive, when required, of the type and quality recommended by the pavement -marking material manufacturer. Do not clean concrete pavement surfaces by grinding. 827 668 3.6. Performance Requirements. 3.6.1. Adhesion. Ensure markings do not lift, shift, smear, spread, flow, or tear by traffic action. 3.6.2. Appearance. Ensure markings present a neat, uniform appearance that is free of excessive adhesive, ragged edges, and irregular lines or contours. 3.6.3. Visibility. Ensure markings have uniform and distinctive retroreflectance when inspected in accordance with Tex -828-B. 3.7. Performance Period. All markings must meet the requirements of this Item for at least 30 calendar days after installation. Remove and replace all pavement markings that fail to meet requirements at the Contractor's expense unless otherwise directed. Replace failing markings within 30 days of notification. All replacement markings must also meet all requirements of this Item for a minimum of 30 calendar days after installation. 4. MEASUREMENT This Item will be measured by the foot or by each word, shape, or symbol. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Prefabricated Pavement Markings" of the type and color specified and the shape, width, and size specified as applicable. This price is full compensation for cleaning the pavement by any means other than required abrasive or water -blast cleaning or milling; furnishing and placing materials; and equipment, labor, tools, and incidentals. Abrasive or water -blast cleaning and milling, when shown on the plans, will be paid for under Item 678, "Pavement Surface Preparation for Markings." 828 672 Item 672 Raised Pavement Markers _14-° JrTexas Department f Transportation 1. DESCRIPTION Furnish and install raised pavement markers (RPMs). 2. MATERIALS 2.1. Markers. Furnish RPMs in accordance with the following Department Material Specifications: • Reflectorized Pavement Markers. DMS -4200 "Pavement Markers (Reflectorized)," types I -A, I -C, I -R, II -A -A, and II -C- R. • Traffic Buttons. DMS -4300, "Traffic Buttons," types I -A, I -C, I -R, II -A -A, II -C- R, W, Y and B. Round or oval unless otherwise specified on the plans. • Plowable Reflectorized Pavement Markers. DMS -4210, "Snowplowable Pavement Markers," types I -A, I -C, I -R, II -A -A, and II -C- R. The following are descriptions for each type of RPM: • Type I -A. The approach face must retro -reflect amber light. The body, other than the retro -reflective face, must be yellow. • Type I -C. The approach face must retro -reflect white light. The body, other than the retro -reflective face, must be white or silver -white. • Type I -R. The trailing face must retro -reflect red light. The body, other than the retro -reflective face, must be white or silver -white, except for I -R plowable markers which may be black. • Type II -A -A. The 2 retro -reflective faces (approach and trailing) must retro -reflect amber light. The body, other than the retro -reflective faces, must be yellow. • Type II -C-R. Contain 2 retro -reflective faces with an approach face that must retro -reflect white light and a trailing face that must retro -reflect red light. The body, other than the retro -reflective faces, must be white or silver -white. • Type W. Must have a white body and no reflective faces. • Type Y. Must have a yellow body and no reflective faces. • Type B. Must have a black body and no reflective faces. 2.2. Adhesives. Furnish adhesives that conform to the following requirements: • DMS -6100, "Epoxies and Adhesives," Type II—Traffic Marker Adhesives. • DMS -6130, "Bituminous Adhesive for Pavement Markers." • The Contractor may propose alternate adhesive materials for consideration and approval. 2.3. Sampling. The Engineer will sample in accordance with Tex -729-I. 3. CONSTRUCTION Remove existing RPMs in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers," except for measurement and payment. Furnish RPMs for each class from the same manufacturer. Prepare all surfaces in accordance with Item 678, "Pavement Surface Preparation for Markings," when shown on the plans. Ensure the bond surfaces are free of dirt, curing compound, grease, oil, moisture, loose or unsound pavement markings, and any other material that would adversely affect the adhesive bond. 829 672 Establish pavement marking guides to mark the lateral location of RPMs as shown on the plans and as directed. Do not make permanent marks on the roadway for the guides. Place RPMs in proper alignment with the guides. Acceptable placement deviations are shown on the plans. Remove RPMs placed out of alignment or sequence, as shown on the plans or stated in this specification, at Contractor's expense, in accordance with Item 677, "Eliminating Existing Pavement Markings and Markers" (except for measurement and payment). Use the following adhesive materials for placement of reflectorized pavement markers, and traffic buttons unless otherwise shown on the plans: • standard or flexible bituminous adhesive for applications on bituminous pavements, and • epoxy adhesive or flexible bituminous adhesive for applications on hydraulic cement concrete pavements. Use epoxy adhesive for plowable reflectorized pavement markers. Apply enough adhesives to: • ensure that 100% of the bonding area of RPMs is in contact with the adhesive, and • ensure that RPMs, except for plowable markers, are seated on a continuous layer of adhesive and not in contact with the pavement surface. Apply adhesives in accordance with manufacturer's recommendations unless otherwise required by this Article. Apply bituminous adhesive only when pavement temperature and RPM temperature are 40°F or higher. Do not heat bituminous adhesive above 400°F. Machine agitate bituminous adhesive continuously before application to ensure even heat distribution. Machine -mix epoxy adhesive. Apply epoxy adhesive only when pavement temperature is 50°F or higher. Furnish RPMs free of rust, scale, dirt, oil, grease, moisture, and contaminants that might adversely affect the adhesive bond. Place RPMs immediately after the adhesive is applied and ensure proper bonding. Do not use adhesives or any other material that impairs the functional retro -reflectivity of the RPMs. Provide a 30 -day performance period that begins the day following written acceptance for each separate location. The date of written acceptance will be the last calendar day of each month for the RPMs installed that month for the completed separate project locations. This written acceptance does not constitute final acceptance. Replace all missing, broken or non -reflective RPMs. Visual evaluations will be used for these determinations. Upon request, the Engineer will allow a Contractor representative to accompany the Engineer on these evaluations. The Engineer may exclude RPMs from the replacement provisions of the performance, provided the Engineer determines the failure is a result of causes other than defective material or inadequate installation procedures. Examples of outside causes are extreme wear at intersections, damage by snow or ice removal, and pavement failure. Replace all missing or non -reflective RPMs identified during the performance period within 30 days after notification. The end of the performance period does not relieve the Contractor from the performance deficiencies requiring corrective action identified during the performance period. 672 4. MEASUREMENT This Item will be measured by each RPM. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., 'Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments are required. 5. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Reflectorized Pavement Marker," "Traffic Button," or "Plowable Reflectorized Pavement Marker" of the types specified. This price is full compensation for removing existing markers; furnishing and installing RPMs; and materials, equipment, labor, tools, and incidentals. No additional payment will be made for replacement of RPMs failing to meet the performance requirements. 831 677 Item 677 Eliminating Existing Pavement Markings and Markers FTexas epartment ransportation 1. DESCRIPTION Eliminate existing pavement markings and raised pavement markers (RPMs). 2. MATERIALS Furnish surface treatment materials in accordance with the following Items: • Item 300, "Asphalts, Oils, and Emulsions" • Item 302, "Aggregates for Surface Treatments" • Item 316, "Seal Coat" Use approved patching materials for repairing damaged surfaces. Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 4. CONSTRUCTION Eliminate existing pavement markings and markers on both concrete and asphaltic surfaces in such a manner that color and texture contrast of the pavement surface will be held to a minimum. Remove all markings and markers with minimal damage to the roadway to the satisfaction of the Engineer. Repair damage to asphaltic surfaces, such as spalling, shelling, etc., greater than 1/4 in. deep resulting from the removal of pavement markings and markers. Dispose of markers in accordance with federal, state, and local regulations. Use any of the following methods unless otherwise shown on the plans: 4.1. Surface Treatment Method. Apply surface treatment material at rates shown on the plans, or as directed. Place a surface treatment a minimum of 2 ft. wide to cover the existing marking. Place a surface treatment, thin overlay, or microsurfacing a minimum of one lane in width in areas where directional changes of traffic are involved or other areas as directed. 4.2. Burn Method. Use an approved burning method. For thermoplastic pavement markings or prefabricated pavement markings, heat may be applied to remove the bulk of the marking material before blast cleaning. When using heat, avoid spalling pavement surfaces. Sweeping or light blast cleaning may be used to remove minor residue. 4.3. Blasting Method. Use a blasting method such as water blasting, abrasive blasting, water abrasive blasting, shot blasting, slurry blasting, water -injected abrasive blasting, or brush blasting as approved. Remove pavement markings on concrete surfaces by a blasting method. 4.4. Mechanical Method. Use any mechanical method except grinding. Flail milling is acceptable in the removal of markings on asphalt and concrete surfaces. 832 677 5. MEASUREMENT This Item will be measured by each word, symbol, or shape eliminated; by the foot of marking eliminated; or by any other unit shown on the plans. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal unless modified by Article 9.2., 'Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Eliminating Existing Pavement Markings and Markers" of the type and width as applicable. This price is full compensation for the elimination method used and materials, equipment, tools, labor, and incidentals. Removal of RPMs will not be paid for directly but will be subsidiary to the pertinent bid items. 833 678 Item 678 Pavement Surface Preparation for Markings „4-° JrTexas Department f Transportation 1. DESCRIPTION Prepare pavement surface areas before placement of pavement markings and raised pavement markers (RPMs). Item 677, "Eliminating Existing Pavement Markings and Markers," governs removal of existing markings. 2. MATERIALS Use a commercial abrasive blasting medium capable of producing the specified surface cleanliness. Use potable water, when water is required. 3. EQUIPMENT Furnish and maintain equipment in good working condition. Use moisture and oil traps in air compression equipment to remove all contaminants from the blasting air and prevent the deposition of moisture, oil, or other contaminants on the roadway surface. 4. CONSTRUCTION Prepare enough pavement surface for the pavement markings or RPMs shown on the plans. Remove all contamination and loose material. Avoid damaging the pavement surface. Remove loose and flaking material when existing pavement markings are present. Approved pavement surface preparation methods are sweeping, air blasting, flail milling, and blast cleaning unless otherwise specified on the plans. Air blast concrete pavement surfaces, in addition to the above, after the removal of contamination or existing material and just before placing the stripe. Perform air blasting with a compressor capable of generating compressed air at a minimum of 150 cu. ft. per minute and 100 psi using 5/16 in. or larger hosing. Contaminants up to 0.5 sq. in. may remain if they are not removed by the following test, performed just before application of markings: • Step 1. Air blast the surface to be tested, to simulate blasting during application of markings. • Step 2. Firmly press a 10 -in. long, 2 -in. wide strip of monofilament tape onto the surface, leaving approximately 2 in. free. • Step 3. Grasp the free end and remove the tape with a sharp pull. 5. MEASUREMENT This Item will be measured by the foot for each width specified; by each word, shape, or symbol; or by any other unit except lump sum. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Article 9.2., "Plans Quantity Measurement." Additional measurements or calculations will be made if adjustments of quantities are required. 834 678 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Pavement Surface Preparation for Markings" of the type and width as applicable. This price is full compensation for the cleaning method used, materials, equipment, labor, tools, and incidentals. 835 712 Item 712 Cleaning and Sealing Joints and Cracks (Asphalt Concrete) A,, Texas Department of Transportation 1. DESCRIPTION Clean and seal joints and cracks in asphalt concrete roadway surfaces. 2. MATERIALS Furnish materials unless otherwise shown on the plans. Furnish sealant materials as shown on the plans in accordance with Item 300, "Asphalts, Oils, and Emulsions." Furnish fine aggregate in accordance with Section 340.2.1.3., "Fine Aggregate." 3. EQUIPMENT Furnish equipment, tools, and machinery for proper execution of the work. 3.1. Hot -Applied Sealants. Heat in a double -jacketed heater using a heat transfer oil so no direct flame comes in contact with the shell of the vessel containing the sealing compound. Provide a heater capable of circulating and agitating the sealant during the heating process to achieve a uniform temperature rise and maintain the desired temperature. Provide gauges to monitor the temperature of the vessel contents and avoid overheating the material. Provide a heater equipped with a gear -driven asphalt pump with adequate pressure to dispense the sealant. 3.2. Cold -Applied Sealants. Provide equipment with adequate pressure to dispense the sealant in a continuous flow. 4. WORK METHODS Apply material when the air or pavement temperature is within the manufacturer's recommendations or as approved. Clean and seal joints and cracks that are 1/16 in. or greater in width. Fill cracks with dry sand for cracks greater than 1/2 in. or as shown on the plans. Rout joints and cracks to the configuration shown on the plans when required. Clean joints and cracks with air blast cleaning or other acceptable methods to a depth at least twice the joint or crack width. Joints and cracks must be free of moisture before sealing. Dispose of materials removed as directed or approved. Apply sealing material with a pressure nozzle. Completely fill cracks and joints. Squeegee material to no more than 3 in. wide and 1/8 in. above the pavement surface. Prevent tracking with an application of fine aggregate as directed. 5. MEASUREMENT This Item will be measured by the foot, gallon, pound, or lane mile. Shoulders wider than 6 ft. are considered additional lanes. 6. PAYMENT The work performed and materials furnished in accordance with this Item and measured as provided under "Measurement" will be paid for at the unit price bid for "Joint and Crack Sealing" of the sealant material specified and "Joint and Crack Routing and Sealing" of the sealant material specified. This price is full 867 712 compensation for routing, cleaning, and sealing joints and cracks; furnishing and placing materials; and equipment, labor, tools, and incidentals. If measurement is by the lane mile, shoulders 6 ft. or narrower will not be paid for directly but will be subsidiary to work on the adjacent travel lane. 868 (78 NUECES BAY CALL BEFORE YOU DIG! Texasss-1.� w°w;.iar:is, R'1`wa. 511 THE LONE STOP NRCIC470N COMPANY AT )-000-609-7344 NUECES COUNTY N LOCATION MAP CORPUS CHRIST: BAY THIS PROJECT COVERS THE ENTIRE CITY LIMITS OF CORPUS CHRISTI AND IS ONIDED INTO 7W0 AREAS-- BASE BID PART I (WEST), AND BASE BID PART 2 (EAST). THE TWO AREAS ARE DEP:CTEO IN VICINITY MAP ABOVE. THIS IS AN 10/10 PROJECT WITH DELNERY ORDERS ISSUED THROUGHOUT THE LIFE OF THE PROJECT. PREPARED FOR. STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) FISCAL YEAR 2017 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) STREET OVERLAYS PREPARED BY: LNV TUE FIN14 RO F.368 engineers 1 architects 1 surveyors 001 0 PH CORPPUecINIGI, SURE itMOO FAV301,t113.1000 INWNII.NV5NC COM t at ee=atlkyYkYCCYxttsnnn CO.O CUM 3111. MEAL 1202END ANO TERMS SCHEER. COWL NOM EMMA= WARM CITT MORRO ISP. OMEN AND 31112Y14K DETAILS • 374140.4n POMO eS (I R a) COT MS. MONT LLS (A R a) COT MONO! MORAY LLS (3Ra) CO.CM SWAMP° CONCRETE A2udr (l 33.( SINEAVII 248311141.11,1R 0 07 261 (1 R 4) COT MONO) UMW. . (2 OF 4) mm9(3 RO CM maga uslerem3( On*8S(A Or 3) • 37.0110 (1 Or 3) 1FRATER DEWS4 RxeS (2 OF 3) tar SINNYAB x83141 BEL. (3 OF 3) cny rzx Onus(1 wa) COY MOM WATER RMS(3OFA) MIR 31046.1110 2/1081 WAILS (a Or 4) PIT swam W1m1 RILLS (a Or 4) cm swum 0107 oar Ku. (1 R () ore mom CMS WAIF DET42.5 2041 MT mama elm um) cows O (3 OF cm steam CMu am0a bop Be (1) - 14 Banteke5 Mb CONSTRUCTION BC (2) - 14 erma aR 80 wxsmwmx R (0) - 1e ec (4)-1a 8411m8AO1 Alm c0lmm4tnax x (3) - 14 5a408 Axe wxswunON 40 (5) - 14 116A28 AND CmAmb4150 BC (7) - 14 mamma LLm 00xmaw,04 ac (5) -1R m008CONS151.011 R(11)_14 xa W1mle10aax ac na) -14 41110408 Nm CONa111CT36 ac (11) - 14 6.0140E Axa C41m181CRx ac D:) - 14 TRAM CONITIOL PLAN nz (a -D - 12 TRY= COMM PGN TCP (a -E) - 1a TOPIC CONTROL KM 10P (E-3) - 12 PLAN P WIN SOK SNORT 4 P3&0401 )13.53 5435 wE(srex)-13 USCELGNEMIS srom .4187 POILLONINPREVENT. Tor • ""E"MIRO.ul40. Alm CON ( (0 OF)) STORY MATER wPommP3uMON mamma emu 3 R a> STREET PREVENTAPVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DEL VERY INDEFINITE QUANT Tr (10/0) STREET OVERLAY 160063 01 R 0 SHEET 1 or 46 RECORD ORAWINO No. STR 932 001 PROJECT/2666' TYPICAL LEGEND/SYMBOLS CONSULTANTS POO NO. 160063 LINETYPES SYMBOLS I ' tEtp.. Fri T. • ., .33000 WATER LINE — T0 ax. — MITT NE WAT a — CAS UNE .. ea— REINFORCED cor.Erc INPE ir.-. :1 CASINO 01.4 UP.' . . . . . . . . X4 na — NATURAL OR0.0 or or — COMMA= METAL PIK ....., NO 0 ROW LT n. PIPE UNE ..... NO 0 ROW Of CARTE 0 TIECTRIC . 0 CONTROL PONT 00 TELEPHONE NN 0 MONUMENT/POST 1 ANTENNAE 0 COMER 4 o0 0 PK NAIL O INNENNE NARA. • SONE 002E 4.- 1.1001TORIND WELL ET PM EMMET TESTING SCHEDULE LNV 2rchitects surveyors CITY of CORPUS CHRISTI r—ginTs-1 Z411.1= TEXAS Deportment of Engineering Services DESCRIPTION RATE EST. QUANTITY LINE TOP Di MIRO LEFT YE .... — FIRER OPTIO no ov TOP OF CORR RneiT no o. — poRra poop Nyoogg.,, co,No 0000 TELEmoNE WIE To a poop op 3.20,2, LEFT ... P. — OPEPREAD POWER EDGE OF PAVEMENT MONT — P.ECTRIC UNE Cl. of DITC1.1 lo MAL PDX DNS var. VALVE (ITRE IN...0 EN P'...T., • =APO POST/W.. re Aaa NUE. VALVE CO 0033 (4 *3003 00300 e .. a RN. FAucET 0. - SIN GRADE 952795 .... oppooR opo.,pop msmes - 5..00 (Asmino) ovisrnEs - SUBORN. (CONCRETE STREET) DENSMES - SUECRADE (ORNIN0ES) DEMMER - SUSCRADE (S4DENAUTS) COMM - MIND CUM AND CUTTER PEN MATERIAL SOURCE PER STRKTEVATERAL PER 200 LF 00003010)000 PER NM LE.TANEANT PER 200 WISSEAUS, PER 2 ORNIERAYS PER SOW SF PER TOO LT .. - k 707, OP 955/.0PE .0 803308 OF sop., co EDGE OF WATER — — CL ol DITCH oP no — CONTOURS 3000 FENCE FENCE 9 91EN VAULT N ON 0 03300300 840456 INT —) 0/0300003 0 C.A.., 000006 000)0 • 57ORN WATER NP PO N PRONE DOT Po CAS VALVE Pi JUNCTION SOX 311031E BASE. StNE ANALYSIS AITERSORD UNITS LA. ABRASION (SNNOR50 055 79.05 7E9 3003030 0; CONETACTO BASE (R3PALT STREET) DENSTRES OF 090730150 0453 0203035EE MEM DENSTIES OF COMPACTED 9SE (MC) PER 3000 CTE PEFt MOO CY PER 3000 CY pc% ,,00po., p0000p 2%0 NNRct, coN09 89 IN/ ISANRE/707 PER 200 INAPNE/577 PER DO UR C&O _ - - - - T7 1 WARD Rot 2002%2Ny ,NN. — — NR‘NN E,,,,,,N, 0020 NEOUREMENE/500.0183 UNE — ox — rte — ITTEPORART CONSTRUCTOR EASEMENT NOT -mo. ASFOULT (NW) EXTRA0000. SIDE ANALYSIS IAB, DERSITE, .4 STAMM 1108£1103L 000030 (3016 MEMO) TEMPERATURE - ULM. 1/0,10. 7H2CROE55 P IN RACE (CORE2 R N0 VOIDS - N PLACE (WS) . Newlenc., otnr, - .4 MACE (CORE) PER 500 TONS ON OAV pER soo ToRs oR coy POR 500 TONS OR EAT EeNTRocus As REE0o PER 1000 27. STREET pp, ..o. ,p oRTEET PER 1000 LF STREET P - - _ _ - 5 2 O HATCH PATTERNS GENERAL ABBREVIATIONS EXISTING (PLAN) PROPOSED (PLAN) A 000poo 3003)3 L 303) 000303 ra (UNCONFINED COPERRESSIOR. J. 14. R 20 MT) CURB & GOITER / CMS CORR POSE & ORATE O&M SO% CULVER/4 (O157 -22 -PLACE) SpoONRNNpMp op...N.E./poCpAST-0.E) ROO CONCRETE PA,IENT. COMPRE55105 MD.% 77 .2. 952 FLEXURAL 991.0 SERN2051 (7 & 2. OAR) SLUMP PER SOO PF 000/CURE. PER 4000 SF PER 100 27. PER MP PER TOW SF PER 10 EACP PEA 2500 SY OR 9Y KS 2500 OR OR Oa PEA 2500 SE O033 _ _ - __ - - ....., T 3" 8, , E"' ER ON ASCC CONCRETE ' '''PA'TUR014403 C ''''." /.. ..', STREET PREVENTATIVE MAINTENANCE PROGRAM ISPMP1 INDEFINITE DEUVERY YEAR 2017 INDEFINITE QUANTITY (1ING) OVERLAYS TYPICAL LEGEND AND TESTING SCHEDULE nr AN"T 03050 '1' rri ::: ' DIST SNE 3030 E ElfkrIrtv... .. 00 ABOVE TES100 RAIES ARE ONLT A.C.IPATED GLIDE7RES7ZENO'N'EPPA' RESONES TNE fl0NT 10 CONDUCT AMMO, TESTING AT TNE ENOtNEEP.3 INSCROOR. RE -TEST FOP FOUR. ARE NOT WOLIN. 1. MOISTORE CO.TNTS 10 RE INCUIDEO MTN 0.3.1"( TEST. IT. TNE EVENT OF FAILURES. AMMO, TEST WILL OE REQUIRED. if EXCESSAt R. OR ORE PER= OCCURS ON P PREVIONSIN IRMO SECTOR. TNE COT NNI OR09 RE -767 AS NECES9R, 04, .0000.% .0 tilt2414117% \ \\ CONTRACTOR STACRO 0 . . .M.Y. P.Por Pr Ni0... r5.7. 'olut-rw r; 2.,7;r2,-.. „„ - g/s 10 TE ... 47 ONNRC1" OR zoRT , JR, E pj T H , DETAIL/SECTION ID SYSTEM NORTH ARROW sm. cur low. /840.:000o 41131 SECTION TITLE SECTION/PROFILET Hoc, rr ttor 7r5000 , MrPfeTTPAITT.TTF. D., , r. H . ro WEN CR rHrr„, rroGror . tHaH, Tarrt 004ToR Orr NEW, Ank DETAIL TITLE All P VI TITLE 2 ...NEN,. ppop.op, 00 Lr Mr", . . =NORM PAVEMENT SWO H ,..7,7 „„ , Z•r., '''' .0 T Far,, „rrorT„ HHH‘Tror ...err, Lr: : 11411111111111 ' 00.2k oz,2wa4 rtrc SHEET 2 of 46 RECORD DRAWING NO. STR 932 , Vir SCALE: 1,1 WO p \ - . y 2 0 =I....am.. 5 § ''''' "s 3010045 00 „ „ror „Hr„,......... u . !'r;rf' ' poo'IP4OPT PRE '1'.5s F4177r1 r ' ' C SU ,o0o.....3 c.o., 1 w... RNIONNR INANON NAN CITY PROJECT/005261 GENERAL CONSTRUCTION NOTES DRIVEWAYS AND SIDEWALKS CURB & GUTTER x0. 160063 ,. 'I Hs.x .rD ixmoESru ro mE are .xD 1711 Rxos 31 a ,ws CO a IS max DU mss>%,Ex T,�muu..am �s ,wroxAs�a ��n=Qcsan cO,a,xam Su, w rarz ME ro sE CUT ars s c u.w ssroa.i. µD .,nn cwWw„ sw,. «oT DE :,axm OR ms ,wms. ,. m mumoem o... mem./ xTxu. x.SR TMu es cmmmarz° sax nuT rE.nwS asEwEs .xE nar xEnwwEn. o n mE c..sc °f ana FOR 0 SEAT ROME D oE,"D"c'.` S-. <". ,.xE.w TD MR MS 0 ND 0 MS OR ORNMAT AT RD 10 111 °` .,. m,„ ° sro, u,.. EE.RS sxut srof „s cm.xzon ,mxre w smww « r= aD,E"sDSE w,NCRs a. Sn .T ", CU xx x.ufs s» HIec vm ra, morn.. DDr a nmwmIN »ns SWAIM FOOTAGE rax BLOCK amDu D. mreD =nSEMEN ME RAM CURS m0 ALM ME awu E, RE CASxum os.«mn STANDARD r coxa UNLESS DIMMED 011110.3E °. mE CROMER TO MUM FAME OFRFNASE FOR STREET. Am ME aaxau.AS umEEsa«. TO RoxwxC ww mwmmx nnCxEswu°c ,U fE««EaT oousRww. 3. w DsEXPANT&JIMFALMII «°x MO MR . 1511 LONG MOVEN DnS swu m MED "e o UTILITIES q 6 s Q Lw X66 dad m m _o:usm.s nnoT �DEsUro. .ERmm e s Un1,x mx m`,T+. TM Po10PDsm iuv,env:sw,s s,w<,. eE saamm e+,»E 717x°. ».D c°cxxu.,m .,Tx xonRr E�� aF,:Po` «o maEm,xEs, wren cUurcx,s vrcmss n x�wS""ifn'""dam wm.m. ° sxui eE num .s,N E,.o-..rem axon. E.cvr ns o,nEx BE 1111: . Ruax 11.1:. aw,w asc uacEuwxmw wvx°a°s x n e.SEr+DE rc,°a uvvxT,r°nwm° «.�xan mUu �Di "�,oEaxU,S �i�°""wr ,a,•-ter„"an SNORN ON MT FUNS AM APP MITIM MOM OMR a r. Ew a u.mwN.v u,° vuwEs sou <aam.Du� saesmun x .wu. ms.,xED BE .0 FOP ONLY e TRE ROOM OCCURS MIMS ITO LOME Of Maar <,°,aPoww. xwus«onn,c�x,o.Pwow w, 1 T. MERE MUM VIORA 15 an= ROMER/ 1144 CT /NE SME ON WAFER NA R Tm m. ra °wsUS w wamwx wnaxr waz 7.7.1.'"4"^"..41% mx TMn ON ME 0113.03. ARE wrxDnwrz mxmrorm E,w.. NET PROPMED ReN11011 IM ELEVATIONS . ET uusn cows xrc�wND mE muax w vaWANIOMTER AND MAN EATER „a worms swu aE ,m um asUOiruRTZOS PPM 10 6 § co CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services STREETS TRAFFIC u n ExxS ,,,`E s"`mw„a sra TM «ERE ,xsmnm a:,,.ms,«u DE �,sCr CnCw.DD mss MEL/ aEm . m iaYmcwDm,wmcmm°`imr"rs°x`a .s aF °RDww. T- N .,x .- ." «u uSs . R. PRIOR TO ' m .gym' ENT es MESTONEO TM f w "n. , c:sumUx1ptt a w •n D N. RAMBLE BASE SIAM SE TRE A RCM 1-2 CRUMM MEMO. TN ACOOPOANCE VOM MCAT «wD SAMMAION ITEM SO A. SMLITERD ROI IMO MTN Mt ROOM PROCTOR DOSTITiON� MO FI"MESASESVM DrE PAYMMTS. 0,P NOT LESS MAN OM SOMARD ITAVOMOS, PENN MSM p.n.. (MIS D600DR mama read MOM nw (cmexETE) NOISTRK COMM. rsfw,.T 11 s E w s Eauim,`"' s uC T;47 INITT`EROO'''"e"E"rss61,"'uEwm'n-eim`,c""n°usv°w"im ETES uT°o s°N"`ecm"" 02411..Per°i..w7"ewE`"i 7s 'eEm n .t ri."' rr. n.,13, R. umxxn D R. Eau'''''''Nm Y 10. 00=3MM .Dwrs MUM m mmET s MOTES rmu wre SMARTS brilOtig4F RAVEN., o ` �,�sT""mni x,Dma"`'°� N"C`aa ""a.o� .wo o s ,""fD1O1 :r° ESS au+s.s wm�n rxs CanmwcT�m, .xr. s wn Rn x 3. E MRS 1 m0 MEMO. VW..sruea > D,sU c TMm:so,.us SOMA ES v,s ra�eae° 4. TIMOR TRATTIONS ROM R .ws. ,ms,..0« .ns asw +nim. Fw T, wu wxD .XOn0uro°`ir " xesmmecs »w wrsxassss swu es uxrm,um mxa°,mar mE wTEreS. rs .rRxa m er roc EsuxEEa ras 7171 wer aE ,m,Dvm Dunne S,w NMEx E� '"iuDu ne1°Sm � - .+amOFOR OP MD 0 N COOROINATE SRN TEM xuxuoS Of ixwsRDmnnax FOR.ausmEN,s Argu. SWIM fRONEERING STREET PREVENTATIVE MAINTENANCE PROGRAM (SPNP) INDEFINITE DELIVERY YEAR 2017 INDEFINITE QUANTITY (IDIQ) OVERLAYS GENERAL NOTES SHEET 3 of 46 RECORD OWING N0. STR 932 crry PROJECT#ET6R8, DESININNON .....,Nor., UNMATED OUANnir Base Bid Part 1 West) -9110 Bid Part 2 Mast) PART A - GENERAL ACTM1012ES (per SECTION 01 29 91 MEASUREMENT At,10 BASIS FOR PAYMENT) Al W... 15 1 LIrdatt=',:letr'nrcOnZI:M:""'''''""'"'''" T.rattic .ontrol and SWP, Residential Streets. set-up. nuintanartue and EA SO As Traffic Control antlSWPPP, CallostorStreetsNeNN maintenance and rernEval EA 20 A4 nat.... and SWPPP,Arterial Strews: tet,. maintenance and rem. 15 15 05 00 101, Day B6 Walt Saw Cutting Additional 1,Epth, Famplate N Nate =Tref.. Reflector.. Therntoplaati,Type 1,90 WI Thidaless (W) 1, 15,000 As zezrarkIng. Reflect... Ittermaplartic, Type 1. 90 WI Wane. [WI . 80,2 As rmIrcillg, lietlectorJted nemesia., Type 1, 901.11111,kness i'M Ls 6,0,00 . 9 4:7=9'05 '`''''''"' T'''''''''''' Tv" "°m"'"'""" m LF 30,000 Ass =Vint, Ileflectorixed 'MM., Type L90 WI Thickness CO Ls so,. Ass Raised Pavement Markers (Refle.or,zetl), Type, ITRA, or II., as applica. EA 1,5E0 002 0A+721== 4"M'''''"''" n*"'"4"9' EA 20 Ass Pavement MarkIngs ,WIlite ze "stop ear. Marking+) LF 575 Als Pavement Markings (CrouwaNANNINol, ([3611 *01 of crossFaNI LF 1,750 A15 PRVIIIILIII MarkIng, Mac 'TAW LE 30 A16 Payment Madan, White Turn Arrow Markings IMO, Lef, strwelt) IS 60 A17 ENNFNENNGFFENNF,FNNSFFEN LF 500 018 FEN.FNEF Med Ere NNE) LF 500 ::::fOrZTV;'''''''' '".''''""".".'"'"""" SY 22,500 820 020 =====f '"'"' SY 36 A21 Door FldrIgt, deliverer, to the 6Niness and realdenus (two enN LS 1 A22 'ZE .9999999. tyrnpar, Safiment Control Fent, nulmatneci and LF 1,000 023 1.099111,10101111.f. Log, mainuined a. reenta EA SO AEA Street...9., per curb reti6 NINE 42 Ass Altowance for UnantitipaN163neraHmpravernents LS 1 OFSMINION .....,Nor., UNMATED QUANArt PART B • STREET IMPROVEMENTS (per SECTION 01 20 01 MEASUREMENT ANO BASIS FOR PAYMENT) 82 U breallr u '73L "°'-' " 55/19 7,500 42 LIrdatt=',:letr'nrcOnZI:M:""'''''""'"'''" V 2522 . =VettCde TZ0LZZ:Zt"3,='.:7''''''''. SY 7,500 . nts.us niaxigi NeogeN, comp. N place wIN material and prow placement so 2,0 BS MI. Saw Cutt,,s r De. Camp.. in plate 1.8 2,000 B6 Walt Saw Cutting Additional 1,Epth, Famplate N Nate LF 300 ss 11=3:113er r Oepth Nimestone3 exmationNemoval, plaNnteN, SY 2,500 ss Nampaget,,tidonal V Depth NmeNINN. exceNdon/ramoval, placement, . 20,000 89 FahNeg/Small Area Surface INNEration .NN3c. Type NG per Sguare Yarel/N., N.., ENFPNEN ONFENE3 NNE., 0 9.EN ONENEM of new, compact., wing. hauling, Nc. 58/IN 2,000 812 Cra1k30al .. A surface Nese.= ana +PPM LF 2,500 812 Asphalt Naterial,N.C.IN, N,r seal Nat por Single FouNe NNE:3,N*. . NN r.1;73g-=',7,:tiZZ:;:::,=ra""° 006531990,449, 1,, ..] 20.222 812 WAN .. iack Coat GaL 1,740 8a.3 100,101,0" tey.Up Course1e Dep. enavirmin) TON 200 914 ENENEE C.F.,. Nr.d. INFFN2FNYOFF4 am.. at a rate NEON from 033 to ONo sal/St lane to five miles haul distance from an approved Nte with., LINN). per NNW rates arN re3,13ments Gal 23,655 915 Zr:s4?4'34:rds;r1=O7f=37,V137:=1'6Unce tmm apNoved . With. ON 3NN, haul. ro.d, compacted, Nc. Ton 665 826 Asphalt (Material, N[ -INP For Feal Coat per N43.3133 Niakall‘. ANNetl at a N. rr:nty"u'317,43=2';::Vrva:N773'311=37inrolnrtg,"rn compacton, etc. GM 29,222 B17 073OtI/;,',:e'rt=r2F=4:IttVorvtd :7=74 " m 1.1mIte, per applletl rates a. repulrements Ql 23,655 924 Trap Pock (Basalt) Gra. 5 Type E pulped. ,patlation, ileum. and la 829 ::::fOrZTV;'''''''' '".''''""".".'"'"""" SY 22,500 820 flrinf,INNt13,,..,ctral(13 Complete in place with all preparation 00000 Nt 22,500 821 Proof Railing NO equIpment.operatoNNE Hour 50 822 Surface treamen, FINIAC,,YPe V" Pt, quare vont/K.1one tofive miles haui distance from an vpproved site within city limits) complete lo plue with Tack Coat fEE,9),29cement,compattion, cur.. .9999, 5V/IN 36,500 923 Surface Treatment .NNINC, Type .0. por swam yartl/NEn (over Gee mitern ...once horn an Niproved so within WIFE.) compleNN 7099EN T.1 9.t 1N,NI. Placement, tompaRion. F.'s...F.3N. WIN ggggo EEA AIM.. for Unantidpared Street Improremen. 15 1 OFSMINION ENTNIANN COMM PART C . CONCRETE ACTIVITIES {per SECTION 01 29 01 MEASUREMENT AND BASIS FOR AMEND . =2,!=7=,7=,t,,,T i.. 12 ;E-58 300 Replacement of Stamp. 6,..m . rste prIvevray,........M.,.. forms, re., toncrete. wing, comp., fini., e. ss Ls, Replacemant W.A.,' Concrete Driveway Approache,.... .P.a, torn, rebar, concrete,ompalta,urIng,11nIsh, au ss L. , Temporary Drivrneu: se.p. maintenance aruf removal EACH 5 16 genvEal of 99 flerEwement of E. Concrete Sidewalk & [Me Paths, wi. alltlemo, hauling,itiptual, etc. ss 200 , NINuanN NIF3r3lcipoeri Cow. NIN3vements LS 1 ss Allowance for Unanticipated ADA linprovern3nG, -$ 1 PART 0 • MINOR OUR IMPROVEMENTS 9er SECTION 0120 01 MEASUREMENT AND BASIS FOR PAYMENT) 02 Saniter, .wer Man.le PIng.Cover adjuTtenera.lmlutling New mant. Aing & °r;1r:trVV4,1,7trtf=7"trz::— compaction,s, etc EACH 20 02 Starnwar. Manhole Ping &Cover Adjustment Including New manhole .8. Cover Assembly NM New caner. UN, with Nor33,Nsposal, forms, rein, anwrete, cud, compaction, Ilnlab, etc. EACH 25 03 ==`,71,Ad=1"="—"--d'''""'""""' .AC9 25 04 Gat Valve Cover Adjustment. with den, disposal, torn, Taber, cow. curing, EACH 25 05 :===2rgt="'""""hc-'e""n"M"' 57 952 86 AINwance for UnaraNpated WastewateN Water and Stounwater INNEN... Ls 1 0.3333NNIN JOB NO. 160063 55 50 13 ‘• 13 12) 41 E. g r 0 10 SHEET 4 of 46 RECORD °WINO NO. 51R 932 PNG.130,0 EIB2B1 PAW. VARIES 1131.11111111011I-1 170 stomuk —711mit- .2. tYPE SWAGE [MASS ONE -COUPS{ .R.CC IIZZAIMENT CREAM, PFE COAT yiltalkag „ iE =PIT SLISTA0,. WIT PROGROR OEMS. MP) if A SENKSZIO /0 ASI MOTOR. DENSITY (1.) 0 DETAIL A.:A SCA. NIS C051.0 OASE WATERLY. EMISTNG 31.10.A0C 0 TYPICAL PAVEMENT SECTION WM. WRICS 0 PAVEMENT REPAIR DETAILS tiutiloalo5 oar, P.a. =4,'ErITEIMACO. PROCTOR over, taw 0127) OCO4P10 (MG. T., (ceuvo senemmono 50: 7.0 WOO P. :Am vrots 36.211166.20.611121,101 O.£0 NOW MI5 PROM. WV 0 SPEED HUMP TYPICAL DETAILS SGLE: NIS 111—='; CONSULTANTS JOS NO. 160063 `g. 115 0 z 2 = z 0 0- 16 z 16z o w LIJ 500 16 16 0 SHEET 5 of 46 RECORO DRAWING NO. SR 932 El 6781 —cote STD CV. CVMA FLIMIZ,Vg r.VVIX`' 7VOVVA VVV.0,VAtjL, 1/2. MORPA TOPFINO TRANSARSE MARKING riTEr" TYPICAL 6" CURB & GUTTER DETAIL NOT TO St. 4" CURB & GUTTER DETAIL NOT SCALE CAP SEAL DETAIL NEW CONC. TO NEW CONC. TYPE '8' HEADER CURB DETAIL 2Zir 7070V,Mir =In NEW EXIST PAY AS SIIEWA. TOO. EOGE (1, PROP r CONC. CURB .RETANINC CURB Sn41. ENO MTH A a0,74VVZ", Vc4= '.770V4t,rw"`" 6" REVERSE CURB & GU NOT 70 SCALE PAVING GP SEAL OREENSTPE. Erdir,EFUIr CONC. PLACEMENT 3/4 REDWOOD URA,. ON 0:09 CAP SEAL DETAIL NEW CONC. TO EXIST. CONC. SZAC ER DETAIL PAY (ISNOT. TYPE 'AHEADER CURB DETAIL NOT 70 39.E OP vAlcEY LIMIER) CIPAL REIN, A gsAmr (*mut) V.11.'Or • PLAN SECTION A -A 5' VALLEY GUTTER DETAIL NOT TO SCAtE VALLEY GOMA NO, NV,0%V,VVVEt. TV= VEAMII'M M*01201VA.Urt= PANSPON JONI- INPCK MINIMUM :ktOiDIVEVRC DRILL ET IN EPCX.r. GROOT lo (U'INYr0"Ex'ISPCO) PIASTIC SLEEVES Ye/ ENOS C.,. BASE SUBORAOE PER NOTE 5 CURB AND GUTTER TIE-IN DETAIL SIDEWALK RETAINING CURB DETAI NOT TO SCALE WITTZUSIATPEr' NEW CONCRETE V.A. MEW. REINFORCEMENT PLAN FOR SIDEWALK NOT TO BC.. V;TMISI,V=VIZVA. 0-.5 SHEET, T=7,:fw unc• CONC.) /ems, CONC WEN. tTfx", 'OrZno=rigg='"" SURFACE & SIDEWALK SLOPE BEHIND CURB NOT TO SCALE NEW TO EXISTING SIDEWALK TIE-IN DETAIL ScHLE PLAN SIDEWALK DRAIN rvOr K., SECTION B -B wr, TO SCALE CURS & nurrER AND KADEN 01108 NOEEN. 33Z' 3. a/a. 'MICK EXPANSION ,DINTS SHALL BE PROMED AT 38.-0. CENTERS' (MANI!..1.UM, REINFORCEMENT SHALL CONSIST OF TNE NO mr, iN V.. a c 7141. ME` a. WHERE NEW CURB a WTIER OR HEADER CURB 495 EXISTINt CURB ,;eLelr. EttrtION TNE IAST 10' OF 1HE NEW TO NA.H THE tVZIVV'snlZ11,2f, VVZ'grVVV4V4 AND PROJECT DETAILS, PER LOADING DESICN CONOMONS. REEER rg.rs=g,VWNIV,0E71,2 `10 VeV? 0- 0000 AND THE FLEXIBLE BASF (a' r....t) E0,,ALENT SMALL EVEND we... t• BUONO. 7NE BACX OF CURB COB k COTTER DEW. IS, CRT STANDARD ARO.SMALL BE tV,V.VV2 KTAVO Z.0121t02PLA I'VVM =="VF,V4VgrT01-=107."'T gr<zogR"zzurtg„.:441=tmr„--,.. rogl.ggg."zr zglzat.czTomr,gerantArtz i'TOg7LP'tiENT4iFFPEEil:4;Lrii NO LAIIP TON 48 FOURS OF REMOVAL OF FORMS (OR SOONER IN VIVIV,70=1.7VVAX0"'" ""r NUNN N NOTES' ..`t.,1•0=70',770;2." v"'" "°' 3. CONCRETE 70 RECT. BROOM FIN1SN. 4 TRARVERsE CONTRACTION JOINTS 118, WIOE Br lir DEEP SHALL 7NWAS allirTRZEtjt'OlAint'7NOcIrO'F'LNOL. LONSULTAHHS JOS HO. 160063 11 0' CO CC z, 0 3 CC 0 CS Ci SHEET 6 e 46 FECORO DRAWING NO. STR 932 crry PR0JECE9 ,W2 IVer IM o9 Sm.,1 — cOGG STO ORIVEWAY 0,1,11.5 *CONCRETE PAVEMENT ASPHALT PAVEMENT WITH M CURE WITH 6" CAG OR te,RE.F. e. cu. PLAN DRIVEWAY WITH TIED SIDEWALK CONCRETE PAVEMENT ASPHALT PAVEMENT WITH M CURB WITH M GAG DRAW WI TN, {vi, KAN / Ow' ScHEDULE 0,4 PLAN DRIVEWAY WITH DETACHED SIDEWALK 0 SUMMARY OF CONCRETE ORIVEWAT5 SWION ‘,4 'W. OIV.10,C WM:N.0N •S' PIWNSION .9. D.CNSION ,' WIVEW. (.NC RUC) DRIVEWAY (CONCRETE) IMI MIMI =1111 =1. _— STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DELNERY INDEFINITE QUANTITY (10/15) STREET OVERLAY D.E,VEWAY NOTES' EFIZDE w4i'SYTEFFA' 4'74E47rF "'STE iirErgFiAirtIOAtigi-E= 5o. . :VOTIA=VES:TAUTCHNZEDVirarer, i=nriZESnr: C'" A7.,0 An'IORrNALMEGOrIALVVV.r=7'" " S. EXPMSION JOINTS SP., OE Or 3/4. REDWOOD EXPANSION BOARD FROM DIE ...AV TO THE LAP or CURB. '4.0'E'„iFIVi%Rr'iEF'f:J:::EHX'STN'O7EEFrrON'L'A' Th.). MO STANDARDS OMS,ON. 0ARMERs wasymt.E.tr,,eroTar,:g.roaLval)— lej,CAL„2Q,NOTE THE EXACT 1YPE OF DRIVEWAY TO BE DETE.I.0 BY THE ENGINEER, BASED ON EXIST. CONDIT*. 2 CONS...Wes Joe No. 160063 1— se us z ex a — h SHEET 7 of 46 RECORD DRAWING NO. STR 932 CRY PROJECT# Neel a w NtNNt P•og Sm.. No 2,NNoNNNPINN,GNANN - CENCN STO INNVEWAY DEMLBONN EiEFE-1" .5'555;5 55'5:555751 MT 55A 5.-0.11)15 VARIABLE • TO OR EP WEE/PREP JA555155 15574%5 15555555:55,':15,55 '4555 5515555 COPE ExpANSWEE PONT fY4 rr 01741 55:.55:z.z5;,5555 SECTION DRIVEWAY WITH TIED SIDEWALK YOE SEHE s —rtr%unD 55.55 a.E.c"lx * °F55,,751757:ti,7i55:5F "'15'.5155 '::555kV557"' YARIASEE • Myrf514E%‘,FEF'F'POY REMOVE A OPT PEKE Pi A CAEN (101 1000000001) r 3/4. EXPENWON JONA 3/4. EXAANWON yONY 00 000010EE0) SEC TION DRIVEWAY WITH DETACHED SIDEWALK EYEAMSION PONY 00001000100 0001 ja 000 COE, ErAP .) je 00wEt (TM) 00 ))00) 0000 0055) COPT 54 BAAS 012" OCEw 001-T DRIVEWAY WITH TWO 000100LK PEWPSVOLE CONSTRUCUAN AMY W/ 041;20:2741 (00010015 55055001 PLAN DRIVEWAY GUTTER urtu SECTION DRIVEWAY GUTTER Not YO KAU NOTE! 5515554-515=5:53'"' MED TYP. DRIVEWAY HEADER CURB DETAIL n AO APPLE CONC. DRIVEWAY TO ASPHALT PAVEMENT TIE -!N DETAIL, CONELJUMS JOS rtrt. 160063 g SHEET 8 01 46 RECORD DRAWING NO STR 932 CRT PROJECT# E16261 n,002 St,eet Pre, Aka, Pnag 5,n,A1 AE No ,Otowmq,PM,Cia - COCC STO ORNEWAY MAILS g.9 631 300333) -Mkt.) 301NT 33C3 Oi GAB (2/4 303))) REQUIRED W 4 16) MR/ TYPE (C) DRIVEWAY NOT 10 SL43 L., Pr' 01 I I(WE) (CQADE BI)EA))) /PRO3Urrr 3.4 TYPES (TMR) & (TMS) DRIVEWAY Not ro 5C333 Ms) (32) )33)) Lwou..3103 CQR) 3/, EXPANSION 301N3 )343)) MI) minimmEmmmtionimillmium EvAimprwAlimmw 33P3.1QX JaN3 REPT) ExPANSON 301NT /2) OW. GUTTER 0)AV CUQO 6IMER) TYPE (S) DRIVEWAY NOT TO SCAlE TYPES (NRA) Al (MCA) DRIVEWAY NOT 10 SULS (24 T TYPES (MRB) 8 (MCS) DRIVEWAY Ploi RD SCALE STANDARD DRIVEWAY DIMENSION 14); 10 15 MRA MR2 10-30 1,330 MCA 10 16-J5 MCB 1 0 16-35 5-10 45 113-20 <10 TR TS TMR 10-30 <15 10-30 <5 <16 <IQ °VALUE OF F MAY BE CHANCED BY ENC. )) RANGE OF NORMALLY ACCEPTABLE VALUES. TMS LEGEND (DRIVE TYPE) S » SPECIAL EIPIVEVA.) VI7P13)'1ZSCIZ' » TIED RESCENII, DRIVEWAY » 3IE)) SPEC)A3 OAR » RED MULTIPLE RESIDENT), 1»))»).E.WAY 343 » na) maii333 33331, DRNEWAY CONSULTANT, JOB NO. 160063 6 ambri 05 0 CC > w 0 o z SHEET 9 of 46 RECORD DRAWING NO) STR 932 2111 PROJECT# E26281 3/0) ExPANSION JOMS ()))), PROPER, UNE FS) AMA _ _ AZUIIIIIII ,........ , ...... 33C3 Oi GAB (2/4 303))) REQUIRED W 4 16) MR/ TYPE (C) DRIVEWAY NOT 10 SL43 L., Pr' 01 I I(WE) (CQADE BI)EA))) /PRO3Urrr 3.4 TYPES (TMR) & (TMS) DRIVEWAY Not ro 5C333 Ms) (32) )33)) Lwou..3103 CQR) 3/, EXPANSION 301N3 )343)) MI) minimmEmmmtionimillmium EvAimprwAlimmw 33P3.1QX JaN3 REPT) ExPANSON 301NT /2) OW. GUTTER 0)AV CUQO 6IMER) TYPE (S) DRIVEWAY NOT TO SCAlE TYPES (NRA) Al (MCA) DRIVEWAY NOT 10 SULS (24 T TYPES (MRB) 8 (MCS) DRIVEWAY Ploi RD SCALE STANDARD DRIVEWAY DIMENSION 14); 10 15 MRA MR2 10-30 1,330 MCA 10 16-J5 MCB 1 0 16-35 5-10 45 113-20 <10 TR TS TMR 10-30 <15 10-30 <5 <16 <IQ °VALUE OF F MAY BE CHANCED BY ENC. )) RANGE OF NORMALLY ACCEPTABLE VALUES. TMS LEGEND (DRIVE TYPE) S » SPECIAL EIPIVEVA.) VI7P13)'1ZSCIZ' » TIED RESCENII, DRIVEWAY » 3IE)) SPEC)A3 OAR » RED MULTIPLE RESIDENT), 1»))»).E.WAY 343 » na) maii333 33331, DRNEWAY CONSULTANT, JOB NO. 160063 6 ambri 05 0 CC > w 0 o z SHEET 9 of 46 RECORD DRAWING NO) STR 932 2111 PROJECT# E26281 84 BA. CONT 2' RAE. EENSTRVOTION Jour CONC. PAVEMENT SECO. moSTOPE iFT04T70- g.p7:;47.71,1M4 CONC. PAVEMENT 15 BOOMED., TYPICAL 6" CURB DETAIL Nor TO SCALE. vA,MES - aSeRAMT .5' CORO NOTE% r4t1.' SOMALI< AND/C1.11 CONCRETE EAvE4ENT. Atip snATm NoT EBEMEM M.. Bm.E.' 3. WERE NEW CURB BONS EXISTING CURB AND CUTTER TRANSICON TNE UST NM 0, THE NEW TM MATCM TOE OLD SHAPE BrrErWO'CIO""ATT. '.11MALMITZAVECC718'57/LiLL BE SEABED WITX JOINT SEATAME OTtrETTIE. (MAxImUTO. WiaR-SEME CONCRETE TO ASPHALT PAVEMENT SECTION TIE-IN DETAIL NoT To 5L, SAWED LONGITUDINAL Jowl - LONGITUDINAL OR TRANSVERSE CONSTRUCTION JOINT TRANSVERSE SAWED CONTRACTION JOINT EXPANSION JOINT JOINT SEALANT COMPOUND mut T1, SGLE GENERAL NOTES: 1. TOE LOCATION OE JOINTS SHALL BE AS S.M. ELSEWNERE TOE DRAWN. ClitiRT'OTTATM1.15' 7>R111rEONMBia r.10944V9LE"'"" CONSTRUCTION MO THE TWO SAWED .MENTS. Z.T.T,Ltn0=4:4rtlE.T.'=ro..r.. itSTETLZAT."ZZATZTT.Mr,en,ratAVT MrEVT,ZsZgTXMATUN, %°",1.17.Z.,r COMSULTANYS JOB NO. 160063 0 SHEET 10 of 46 RECORD ORM. NO STR 932 CNN PROJECT# E16281 PROVIDE NEW sT(cOL: (SS) eaOwsnxeOEOR aLvusTM Nn (Ries uAx73.000 PS CONCRETE PLACE CONCRETE TO TOP OF CORBEL UNPAVED PAVED THROAT OPENING, REDNRED aAMnER FOR PROVIDE NEW BRINGTEEL COVER R ANDFLOW STAINLESS EDR REBAR REINFORCEMENTS d4 BARS) cAnc 1'7 '27= 00 SANOM( s CAME SACKS OF BONDEnr STONE BASE OR ED BASE MATERML WALL TONT TO ELI 24. 131. SEALED WITH PRE NO USE SHALL ESS OF TOE BASE BE 26232, ,2222,220 E THICKNESS OF ,B,22222 00,22G 22, ADJACENT 8ASE. TABLE. OR CONSHIELD CONC. ADDITIVE s(UE LAR) PLACE “NCRETE TO TOP OF COR8 UNPAVED I NATO THROAT OPENING: guroISAMOS FOR EINRDRGEMEM ATC IN E wnTERIu (T.00T IT MANHOLE REQUIREMENTS PIPE DIAMETER MANHOLE DIAMETER SPAC To(M AIUOM ID THicaweSA) T. R EO03 Me) iE OD FIBERGLASS MANHOLE SOT TO SCALE WASTEWATER MANHOLE (BOTTOM) NOT To scc ,5 e[nD ECTIONS ASTM 8) 28 DAY COMP BTR s 4000PN) DDYSE(ICC asa2 aLLza DAYS) APPROVED COATINGS TABLE JEFFCOAT SREPVIIN WALK. OAT A CARBOUNE MODEL NAME JEFFCOAT 326 RAVEN 405 01116121,TE 6800 PHENDLINE 309 SU ES IN BE ON enRuco (wxIMOM �z THicxxcssj T EO( 'MiOiu) IE COMPACT TOP 6. DE SUBOR,DE Tx 6£L1I4N PIAN QOM W DIRECTION. FORCE MAIN DISCHARGE MANHOLE DETAIL NOT TO SCALE E IG ED OD CONCRETE MANHOLE NOT SCALE MANHOLE Au (EIB PROP BELT OF PIPE 1 INSTALL SEAL IN ACC E. 2. USE RUDDER SEAL B� UTILITY NT.(iFSM INSERT A TEE) PIPE SEAL DETAIL NOT TO SCALE GENERAL WASTEWATER CONSTRUCTION NOTES: CAAR%MRrA22 a IT REQUIRED. ALONG WITH OTHER RESEARCH THAT IS NECESSARY TO ENSURE THAT THE 3. THE CONTRACTOR IS RESPONSIBLE FOR ALL TRAFFIC (MCCONTRo AND MOST A ERE TO TRE MANUAL ON UNIFORM TRAFFIC CONTROL 4 ALL FIFTERGIASS MANHOLES SOOT BE MONOLITHIC VAN 0.50. miximurn wr, THICKNESS. IF PROVIDED OR REQUIRED. FIBEACUSS BOTTOM SHALL BE DES NE0 TO W HSTAND HYDROSTATIC P. PRESSURE UNDER ALL . ( /ZOE OP THE MANHOLE u BE LOBED ax o, 6SEALED COMET. 0000APPROVED EE ET CASKET BER(PROCEDUREDMUSTTHE SE SUBMTTEDNHOLE EON.. MAY BE PRECAST N GROUND TGE ENGINEERING SERV CONSTRUCTION ENGINEER FOR SURFACES, INCLUDING CORBEL AP7 THE CONTRACTOR SHALL PROVAL.) COATING ON MANHOLE WALLS MANHOLE BENCH MANHOLE PROTECTION IN UNPAVED AREAS (CULTIVATED/SPECIAL) 2404 TO 6.4 MANHOLE PROTECTION IN UNPAVED AREAS REDUIREMENTB. rI6ERLASL Bo#OM Axa 6ENaN MDET .LLD RE RADroR.:LTAa (RESIDENTIAL) NOT TO SCALE CONSULTANT. 160063 z 6 N Q CC a0 ov z SHEET 1 1 of 46 RECORD DRAWING NO. SIR 932 CIN PROJECT/'6161 PROVI BEED[E (5E,) 0a nes (R>1INcw5.Ra)TAI1FOow 10 EMENT STABILIZED 13 SACKS OF CEMENT/CV) EXISTING BENG WC TO RE FL (000 POI u AB GROUT (uP EUAL) EXISTING CONCRETE FOOTI,V,C,Z FRP INSERT REHABILITATION OF EXISTING MANHOLE NOT TO SCALE ro OI. NENT NOL I/r LETTEP. (1l/05000550 PI NHOLTS EDGE OF RIND COVER PLAN VIEW NOT TO SCALE SECTION OF RING & COVER NOT TO SCALE FRp INSERT REHARL535ON Or 'MISTING unx0OIF HOT, I THE CONTRACTOR SHALL FIELD -MEM, THE EXISTING MANHOLE DIAMETER. FLOW LINE. RIMAEYEAgN. NUMBER OE LATERALS. LOCATIONS, SIZES, AND OTHER INFORMATION NEEDED TO REHAB. N THE ECONTRACTDR so, PRERARE THE REMOVING ALL DEFECTIVE, BIIS%s000gai aROUGHEN Tx 005 na R or SHE EXIST. OIrE DABETEWIDNEPRB,CBESERAESHITLE. ii'SIEEWESPONSIBLE FOR THE INSPOSAL OF THE RESULTING SLUDGE AND DEBRISAT AN APPROVED SITE. ACCORDING TO ALL PERDNENT WASTE DISP.OSAL cREQMUT/ONS.DiE BOTTOM SUBMIT PROPOSED MATERIALS TO BE USEVIA1,41G,gRa.,CONSTRUCTION WITHIN, ESEAMSEBIONTS OR SECDONS. WALL THICKNESS SHALL PRONDE AN PASHTO sVg 000050TIO� CONNECTION (MAX WAT ZEVNENUTABEWPACE AROUND EXIST LINES WITH JUTE ROPE AND CHEMICAL GROUT. Hoor LOCATION INSIDE IH. WALLALL INED BY .mE ea.H. CONTRACTOR) TION L AIN E PROPOSED FIBE FLOWMLF FILL FRP INSERT PIPE SEAL DETAIL IR NOT 10 SCA, E OE STAINLESS S1ZEL FLOW INHIBITOR N o55EE W SUCH THAT ). [THE INNER LID IS FOR ES HOURS AFTER THEPROVIDE A SUFFICIENT. CLEARHOLE COVERTESTING IS REQUIRED0 INSTALLATION. THEE GIDE (ER(BM RECYCLED BE MANUFACtERIO LLEaR OPENING (I) OR APPROVED EQUAL (MADE er 050ZroionraToOL7TANNIHOLLoiVs ,,,,,u BE n OPNE<EP RING & COVER APPROVED LIST CONSULTANTS JOS HG. 160063 ce z 5 C ate= E z W� 6 F 3 O �d Z Q U SHEET 12 or 46 RECORD DRAWING N0. STR 932 CITY PROJECT, EI5261 koouracrum() NV INFLOW INHIBITOR RON 5 -11680R 24 'E. FGuxOPr EPAUE- 08022550 R-1910-29 REQUIRED ON ALL 00 (2) 3,, cBNOs:sssi INSTALUTIONS PER CITY SPECIFICATIONSNEENAH U.S. FOUNDRY E E FOUND. DE -T 2, (I) OR APPROVED EQUAL (MADE er 050ZroionraToOL7TANNIHOLLoiVs ,,,,,u BE n OPNE<EP RING & COVER APPROVED LIST CONSULTANTS JOS HG. 160063 ce z 5 C ate= E z W� 6 F 3 O �d Z Q U SHEET 12 or 46 RECORD DRAWING N0. STR 932 CITY PROJECT, EI5261 EXISTING NA OVIOE 30. RING 2. COVER () MANUFACTURER GEMENT BACKFILL i 6 SNS OP cEMEUT/cr) (PREo»DDRSEEOARNCRETEOINT VALMATIC H. CAP APPROVED ARVs 2100E2 NAME 0-005 OR D-025 SHORT BS (SS) AND DOB MODEL RGZ (ST. STEP.) MATERIAL ATE 2000 PS, CONCRETE AIR RELEASE VALVE AND MANHOLE NOE TO SCALE OF, EASEMENT TOP OrgONCRETE L.ST 12' ABOVE 0 ATE COMPACT TOP 6' OF SUBSR.E TO C11,1 PLANS FRONT VIEW 00 SIDE VIEW BOLLARD DETAIL DEEP CUT SERVICE CONNECTION NOT SCALE SERVICE CONNECTION NOTES: 1. CONT.CTOR TO PRO., SEIDACE CONNECTION TAP TO THE R.O.W. LINE =Kb EXIST. SERVICE LINE OUTSDE EASEMENT AS SHOWN ANO PIPE ANO MINOS TO BE SOLVENT WELD CH AD PVC OWN OTHERWISE IN THE PIANS ND MAIN PIPE MATERIAL - ANWOR VCP EUSE VTR. NT APPROvED CONNECTOR. FO MAIN AND SERVICE, USE PvC WEE OR TEE ISRECTED AT 5. IF PIPE LENGTH. ON SERvICE LINE. IS GREATER THAN 5111. USE 6' PVC SCH AD FROM CLEANONT VttE TO THE MAIN LINE NOT TO SCALE PLAN NOT TO SC.E CLEAN-OUT BOOT NOT TO SCALE SERVICE CONNECTION DETAILS NOT TO SCALE STANDARD SERVICE MARKER BRASS - ONE REAMED .CH STREET TAP NOT TO SCALE SECTION A -A SECTION B -B NOT 10 SCALE NOT TO SG, TYPICAL CAST IRON CLEAN-OUT BOOT SOT TO ECAFE CONSULTS., JOB NO. 160063 z CC v' <0 0 Q 0 w SHEET 13 of 46 RECORD DRAWING N0. STR 932 CRY PROJECT# E16261 COATED OR STAINLESS STEEL SPACER BODY STEEL CASING PIPE WELDED STEEL OR CAgNIAZ.,YEsT= 4" TO 10" CASING DETAIL NOT TO SCALE COATED OR STAINLESS STEEL SPACER BD STEEL CASING PI WELDED STEEL OR OAAT,,,F3YEsTMZ 12" TO 36" CASING DETAIL NOT TO SCA[ SEE NOTE s °SIDE OF JO CASTING DETAIL CASING NOTES: CASING. DIAMETER. TMLOCATION.» WALL BE NESSSUPPORTED RHALL Y PERBOLT PROJECT CN ST.LE E ERS(EArnANCEDLN IT55OR T'ED EOOAL)o OWNYVoN 'BE.= me, JOINT RESTRAINTS OR APPRO.ED EQUAL SHALL BE LISEO. BETWEEN THE MAXIMUM O.D. OF THE GRRIERL PIPE,,AND THE 8. SPACE. AT END SLL T RE THAN 12' THE END C. CASING OF THECASNO. RSHALL BE INSINTS FOR FORCE MAINS ITTAALLED INMGTE CCENT. OF THEOPIPETHE MAXIMUM SPACING OF THE CASINO SPACERS SHALL BE 3 FEET. IWO ENOS OF THE CASINO PIt'E SHALL BE SEALED WATERTIGHT WITH AN ADVANCED Sy,S2A, MC MODEL AE - 2IPPER, PSI MODEL C END SEAL. OR AN sEci oN. TOPSOIL SEE TABLE 2 -ITEM S NN UNPAVED PAVED ASPHALT REPAIR. CONCRETE REPAIR: rjEWNT . AN. -YM MESTONE BASE DR APPROVED BASE MATER, TMST ITEM 24M TYPE A. GRADE I)SN NO CASE SHALL D L BE A NS OF CEMENT/OT) —SELECT MA RI EY A PORTED MAT£Ru1 SEE TAet£ (PAVE AREA) \—Au BEDDING AND INIT SHOWNANY OVER EXCAVATION IN AR MAT RI W. PIPE DIA.. z TRENCH BACKFILL AND PAVEMENT REPAIR FOR WASTEWATER LINES NOT 70 SCALE GENERAL NOTES FOR BACKFILL CONSULTANT'S J. NO. 160063 TABLE 1 BEDDING AND INITIAL BACKFILL jBELOW PIPE TO 12" ABOVE PIPE) TABLE 2 FINAL BACKFILL )GREATER HAN 12" ABOVE PIPE) UNPAVED AREAS PAVED AREAS ALL BEDDING AND IMTML BACKFILL SHALL CON OF E RESER TO oS ITIT Ri,,Eg,CRUSHINO REO SAN Ar. TONE" M proOAE gra.OGETANLAIMOME WATER TAR USE MATERIAL TS OF ASTM D2487 FOR: Hci Nae s - SIEVE - aox MINIMUM PASSI 00PSTIGTY 00E0 (PO - NP To LO MAx. O STON R H NSCFnVEL) 1.XEZGIRA'ATDATONTt E, 200 CRUSHED A. ZrETE COARSE AGGREGAT, MOOT ITEM 421; MADE 2. 3. OR CRUSHED LIMESTONE PEN TYDOT 421. GRAOE 2. 3. OR 4 A. SHALL BE AP P RO4EED &a, EFarongt DEBRIS. OR ANY CLUMPS GR- EATER TITAN 2' IN DIAMETER: LOOSE LIFTS TO BE PUCED COMPACT MATER,. TO 95% STD. PROCTOR (059B)_ THICKNESS (CONSTRUCMON TO BE PERFORMED eY'MOUBLE TDM METHOD-TOPM TO BE PLACER ON m� A. FROM ABOVE PIPE TO ' BELOW NO CLUMPS LOOSE LIFTS OF 1, MAX OR IF SELECT MATERIAL FROM EXCAVATION 006 NOT MEET REQUIREMENTS. THEN USE CEMENT STABILIZED SAND. SEE TABLE 2. -ITEM B BELOW eDTTDu OF ROAD BAs . ROAD BASE TO SANDR(1 S SK/i ixELL SHAM. BE EMOLLOWIENT ABIUZED vgatkx SAND 55-100 25-100 E DBBB. MOISTURE TO 00 (/ z0) 00 OPTIMUM. 5 Q .�Q 0 U SHEET 14 or 46 RECORD DRAWING ND. STR 932 CITY PROJECT.E,6261 W , SAAAl 1,¢An , smoI1 AE , CI, SIA,A, SADIE,E, KEEL OA GUTTER ON NW.) • ERRE - T REED mwr aro) PLAN OF 5STANDARD INLET SPFC441 /WEE, Cater.crox ro (MOE x (TOWELS a WERE PROF SORRA, ABUFS MEE (NO SEPARATE PATATENS) SECTION A -A NOE TO SCALE FLOWLINE TRANSITION AT INLET FOR 4" OR 6" STD. CURB AND GUTTER NOR tENGS, MR. 6" LIARS '"C" BARS ""0" Noes TSee'nf STANDARD CURB INLET STEEL SCREW. AU SNOT No 4 PADEOPARD ASO ESE.. 34 .8. RATS SISAINNT SIRANNT CUSTOM L030 3/SE g2•1541 .%1 3/11' PLAN VIEW 3/. PICKSLOF NIIL GRATE 5EC0/ON na see orr GRAFE BLOCK CITY STANDARD INLET AND SIDWAUf MANHOLE RING & COVER CASTING DETAILS NOT TO SCALE AN I H FON MANHOLE RINC W COFER S SE JO MANHOLE ASSEMBLY FOP LOAD RATING NONATRAFFIC THESE DETAILS SHOE/ CREW -IRON USTWOS FILLETED AT AROSE, ORLI SHARP AND PERFECT ARISES CASING SHALL SE MN TO PATTERW FORM AND OWENS.. FREE FRON CRACKS. SPONGINESS MU BLOWHOLES NACHWE SURFACES TO YIELD FIT WHILE WILI NOT PAT!. WON PASSING TRAFFIC LOAD TRAENC SHALL ef RESTRICTED FROA1 LI IL FOR 311 HOOPS ArLEP PLOCENFAT OF MO RIND ARC COVER SHAN. BE CEPPFLO IN CON OW OR ASP., OINFR CASTING PATIERNS FOR RING Lc COVERS MAR SE SUBMITTED FOR APPROVAL PROOPEO TUE PUN PATTERN OF COVER IS TRE SANE AS SHOWN ON IHIS SHEET AND PROoDED OTHER OASTNGS SHALL SE =Tr - MINIMUM WEIONTS OF NHISHEE CASINGS: 111E COVER N 60 POUNCE. IRE RING 135 ROMPS. co PLAN OF POST INLET NOT TO SCALE GONG APRON S. 'MCA LOP 45 a.s (aucO.LI S. MACS TOP /1"IrriZI.'{'•5L'O'7.470'0WEX SECTION BB NOT 11, SCALE PLAN OF STANDARD ORATE INLET NOT TO SCAtE o- ,1"=" 4043)"'" .70 C.LAN AROUND woRbETFR WI, SECTION C -C Nor TO SUAE CONSULTANT, JOB KS 160063 13 0 1 06 0 cc, art =0. 01 t en 'E CC 0 0 co 0 0 SHEET 15 of 46 RECORD ORAWNG NO. STR 932 CITY PROJE011. 626, war ua,09 5n,,,p A, No CITY 5,1•10a. VO.WATER 0E1,10 f3 OF 3,1, 80 $&9102'2 4=7, 4Miiimair,11 ADZ Wsrzt :wan MYMME RUN LOADING 33. (JAY sTRENo. — NENFoRGENENT STEEL — 6,1,0Do RED. 3IN SPLINE LE... 0-00- 66-3. LIARLIOLE WASS/RISER REINFORCED PER ASTA KEYWAY DETAIL TYPE "A" MANHOLE M MALY Wg'sg"„t°V PLAN VIEW PICKSLOT DETAIL 0:/21DA M NOr TO SC.r COVER BACK SES• " Tie • 1J 6 S/D• DEA 72• COVER SECTION FRAME SECTION CITY STANDARD ROADWAY MANHOLE RING & COVER CASTING DETAIL Nu To sa., Y M TXX".=47A 6. MEG AND COL. SHALL BE DIPPED IN COAL TAR OE ASP.. CNISNED PiNEDENT No. RaINTs slai (ZA) 9/QM, FOR NC, PIPE SIZES, NNO STAgrZINTPANINTXPALA. FLAN TYPE '5' MANHOLE NOT TO SLNI. tll'. 2' e?.71,20 ?rzur Fe. WARD. SEE RR.. NET. 0000: arT rAgr4" fL,w PLAN TYPE C MANHOLE MX= rAA'Ag a 3.0 PSI CONCRETE nellsoED PAVE.. 600022. 01 22101 35"TrcraCZT3 92'11 ETD 0,ENSIty (ASTIE ..) poR PREEN. VANNOIER LS. No. 131 0.4m. VAAA Arca', SECTION SECTION TYPE'S' MANHOLE TYPE CMANHOLE N. TO SCALE NOT TO DCAsE 0010 rn,gEman STORM WALEA PLAN AND PPE.. PLAN TYPE '0' MANHOLE Noe To E. E a7417112 = PERVISSISSE CORSTRUGTION Jo. FERERFD PAVE.. Po o NC ROW, 2202 93 0 9. ON VERT DANS SA.,,,eg•00C seD, FROCTOR DENS. (ASTM FoR PRECAST URN.. (SEE NOTE /21 1 ErINEWACE SIIMMIMINSISOMMXISHOMMENSI 111111 62 0080. ° =A Ar4A4AI PIPE Vi/ GROIN 3. DETELL 93 • 0 C EA, viser SECTION 0000 TYPE MANHOLE Ir.egO=4; NOT TO SCALE GENERAL NOTES FOR CON,RFTE 000000210 01R210111505. ZHE' '.'"" =.T. O7c...:PEP tZ7.71 ,t11LZ 4 I, All CONCRETE SNIEN DE CLASS .• ISS. PRO EXCEPT DITS STAN.. A. N. COry,,,,,, ,(Ay ,,,,P0,:,5, A,,,,,,,, p...... co,e, T. ,., ,,,, ,,,,,,,,,,4, , ,,,,,, ,,,,,,„,,,,. ....,,. ,,,,,,,, „, CURE INSETS MD CONCRETE CONARS DV ST CUSS .3 COZETTTSAME AS GROWN ON SIAS se.. NED PROADED 2. ALL REINFORcmc sTREL DNA. liF GRADE 60 «`AN.'"XA4FreArUCZIAA074SED AsTERNEAAATEAA.SAXEINIVALsANTO'ALE .... °.„,,... 1.4..1 '.3.......'...A.A..... 'We'r A.:LAZT eZVANIAETTLfEen" A'AAA'AA'A''''' INRESS ''• a PROPER.. D D 00r,..,.,.,„.7...,,,...z. sag. 4,44 .401 4 ...4 .4.4. 1444 .44.40 ..........4 ..-4."47:A......4.- '' Arjr.A".."AAAAMWALA.A.FAZZAAA Ir..A.A.trr.A.g. 9, Ali INLET .1. SNELL ST FOREITO EXCEPT AKRE NIE NATURE OF AGGREGATE, Notei ITEM RES 0.0E 2. 3. OR 4, AAAAAV6tAAN:',4%...".,„..X.... : ".....".. ... 5: tA7.2 PLAA."4"4=417MAN212.4".7 `.4114. 4, IAL."4"ZAAVAAA,AtrAAVA AAAP.A'411.A"44747AILA' " c,...re As DIRECTED 01 OLE ENGINE.. EXCAVATION ONES INF WALL THICKNESS E.. NOT EXCEED 10 IN.. zz=„m=f.r.67,1.— 'A" """A° ...... ..... E....A' 0023.ezeT.ToR 7.1- Kr Ass cows., PRICE SW. INCLUDE 131E 1 CONSULTANTS 401,1 NO. (60063 X tfl a 0 =0, SHED- 1 6 of 46 RECORD DRAWING NO. STR 932 ary PROJECV E.2.1 ToN Co) 333" CURB INLET THROAT EXTENSION PLAN ON grgo— REMOVE AND REPLACE TOP PROP. PIPE TO EXISTING OF EXISTING CURB INLET DETAIL R.C. BOX CONNECTION DETAIL Nor Jo SC., NOT TO SCALE SECTION A -A Nor TO SCALE UNPAVED AREAS � PAVED AREAS SECTION MANHOLE RISER DETAIL NOT TO SCLTZ UNPAVED AREAS � PAVED AREAS e t:ioPzEi7 o „OFITTNCRUE PAVEMENT 233333.333333:33 'Z; %333313"33 333 3,1333=33r3' DENS, µnu OJSTU TRENCH BACKFILL FOR STORM WATER PIPES TOP oENstt (nstu oaSTU TRENCH BACKFILL FOR STORM WATER R.C. BOX CULVERTS EXISTING R.C. PIPE PLUG CONCRETE COLLAR DETAIL Na NOT CT Wolf uGENERAL NOTES FOR BACKFILL T ARI 1 1 BEOOING R INITW 6AGKF111 $t'♦'YiliY (GR ATERTHAN 12 ABOVE PIPE] AREAS PAVED AREAS 02467UNPAVED PROQ�ur sN»� nsneo vus>Kvn (nl �aN> Jtl uu. [RaSHeo 5mx£ c(Mrs FovaW wvmr�xeR rfaaJarrox oT. ow x roHesc noaPcaJ[. moor rrtu ezr, caarrt' z, a. P aI. uxaww v+rocx AOR swan, CON re, asc a Yr.w[. P creurtP mary 15, us[ s uwruuw SCOOP. bf of SS 72,7 a+rwuu. ltcro'mactxmo er �� [[TO LAcfa ex xN.r sJ r w:o st'[ rte.[ z-rz[u s BOJmu of Pao easE Rm0 ftast Jo fa rasa 233333.333333:33 'Z; %333313"33 333 3,1333=33r3' DENS, µnu OJSTU TRENCH BACKFILL FOR STORM WATER PIPES TOP oENstt (nstu oaSTU TRENCH BACKFILL FOR STORM WATER R.C. BOX CULVERTS EXISTING R.C. PIPE PLUG CONCRETE COLLAR DETAIL Na NOT CT Wolf uGENERAL NOTES FOR BACKFILL T ARI 1 1 BEOOING R INITW 6AGKF111 TABI E_2 P N II (GR ATERTHAN 12 ABOVE PIPE] AREAS PAVED AREAS 02467UNPAVED PROQ�ur sN»� nsneo vus>Kvn (nl �aN> Jtl uu. [RaSHeo 5mx£ c(Mrs FovaW wvmr�xeR rfaaJarrox oT. ow x roHesc noaPcaJ[. moor rrtu ezr, caarrt' z, a. P aI. uxaww v+rocx AOR swan, CON re, asc a Yr.w[. P creurtP mary 15, us[ s uwruuw SCOOP. bf of SS 72,7 a+rwuu. ltcro'mactxmo er �� [[TO LAcfa ex xN.r sJ r w:o st'[ rte.[ z-rz[u s BOJmu of Pao easE Rm0 ftast Jo fa rasa 'ra TO �o sz.ao z s,cs K. Y. a sr+.n. ec wH,srca°Jo r%ia`>ioc,•ro CONSULTANT'S JOB NO. 160063 4.1 O N SHEET 1 7 of 46 RECORD DRAWING N0. STR 932 CITY PROJECTIE'0261 «eMean. lerommisek. Sleeee Mee Iemni Meg Ne Atrame WATER DISTRIBUTION SYSTEM GENERAL. NOTES SEPARATION OF WATER ANO WASTEWATER LINES PROPOSED WATER o Is net rikr rrom SYST. SHML HE INSTALLED IN ACCORDANCE W. . CORPUS CHRISTI WATER DM., DISTRIBUTION SYS. STANDARDS 1 THE CI, RESERVES rre RIGHT TO ACCEPT THE SYS. FOR OPE.PON or ANY TM., BUT THE DATE . OFFICHL ACCEPTANCE . THE SYSTal PILL SE UPON COMPLETION OF THE PROJECT AND .DSFACTDRY MST RESULTS. THE Ermsnrso SYSTEM SHALL RE.21 IN SERV. UNTIL PIE PRO.. SYSTEM IS PUT Iwo SERVICE THE" CONTRACTOR SHALL PRO.) rric EXISTING srsrsrs UNTIL IT IS .XEN OUT OF SERB, A THE. CONTRACTOR S.LL FURNISH ALL MATERIAL, LABOR AND ...ENT REBORED TO INSTALL NC PRO,. SYSTEM 5. TESRNG 05 0559 (STERIL.MON AND PRESSURED) SHALL HE DO. EPA 7510 0057740705 05005 7010 SUPERVISION . THE WATER DIVISION, WATER FOR FEU. THE' NEW WATER LINE AND PERFORMING rEsrs PILL BE FURNISHED TO Dir CONTRACT. BY THE CI, OF CORP, CHRISTI THROUGH A STAY.. WAT, CONSTRUCTION 1.1. cayman., STANDARD WATER CONSTRUCTION METER ANO GAUGE' WILL BE S,PLIED BY THE CI. A.ER TH£ CONT.CTOR .S PAID ALL AP.CABLE FEES FOR BIE WATER CONSTR.]. HEUER ALL WATER DISC.R. MUST BE DECHLORINATED IN ACCORDANCE WITH TNRCC K NPOES REGULATIONS. 6 BE CONTRACTOR S.L1 REGO.' AND srocx-sar AI A LOCATION DESIGNATED BY THE .0j MPS. INSPECTOR ALL FIRE HYDRANTS, VAL. ANO PPT ARE TAKEN OUT SERVICE THESE MAMMALS AMY HE SALVAGED BY THE CI, . HOWEVER, ALL IT.. NOT CLAIMED BY THE C. PRIOR TO THE F.L INSPECTION SHALL 8£ DISPOSED . BY THE CONTRACTOR, 745 CONTRACTOR SHALL BEAR AL COST ASSOCIATED B. WATERLINE REPAIRS (WHICH RESULT FROM 0404400 CAUSED BY rne CONTRACTOR) UPON COMPLETION OF PROJECTS. 411 00705 LINES SHALL BE FREE . ALL F'ATCHES AND S.ICES. ALE PHYSICAL TES OF PE PROPOSED SYSTEM Iwo NE EXIST. WATERLINE SHALL RECONNECTED AND BE WOE LINDER SUPE.I.N OF THE WATER DIVS. INSPECTOR. yr r- CONE.C. S.LL FURNISH ALL MATERMLS AND ALL .1.2. THAT TS REC.. ro MAKE REPINS. CITY WATER OAPS. CREWS WILL 12A. TAPS ON CH YMAINS ARRANGED THROUGH 1.2ATER 0.070021 INSPECTOR (72 HOUR NOTIFICATION), ALL EXISTING SERVICE ,NNECTIONS 1.0 ONTO rx r• EXISTING WATERLINE' SHALL LIE RECONNECTED THE CONTRACT, INCLUDING RELOCATING EXIST. WATER METERS r SHALL 45 570 CONTRACTOR'S SOLE RESPONSIBIL, TO NOT. AND cossmssarc THE' WATER DIVISION INSPECTOR SAIO 05007051007070S/ IMOCATIONS err ADVANCE or CONSTRUCTION 50 045150 DRAYS (NO SEPARATE COSTS) MINOR LEN. OF DUCTILE IRON.. ADJACENT TO FITTINGS AMY BE REOUIR. AS DIRECT. SY THE WATER DIVISION INSPECTOR' BASED ON CONOITIONS ENCOUNTER. IN THE FIELD THE CONTRACTOR SHALL USE 0.1.12. AS DIRECTED AND SHALL BE PAID AT THE UNIT PRICE FOR THE ,ZE WATERLINE, A MINOR LENGTH IS DM. AS A SINGLE socarrorr REOUIRING THE USE . JOINTS OR 11 MINOR ADJUSTMENTS IN THE LOCATIONS . rsrmos. VALVES, FERE HYDRANTS, ETC CAN RE ANTICIPATED. THE CONTRACTOR SHALL .70 SAID AllIVOR ADESTMENTS AS DIRECTED BY THE ENGINEER ANO/OR WATER INVEION INSPECTOR AT NO INCREASE OF CONTRACT PINCE WATER DIVISION WILL . NOM. PRIOR TO ALL CHANG.. ••• ,LoRLER JE2,2,2N ,,,y) ALB, ••••••• ,R0„), 10 ALL 0.710 IRON PIP. 00055, AND FITT.. SHALL BE 85400(0 875 (2) THICKNESSES 005 MIL, POLYETHY.I. AND S.LL BE. REST.INED WISTI IfECALUGI MEC.N.L JOINT RESTRAINT OR ENGINEER APPROVED EQUAL AT ALL MTN, CONCRETE wry sr 81,CKS SHALL . RAC. BEHIND ALL FITTINGS EXCEPT WHERE LOCH. OR SW11,2 FITTINGS ARE UTILIZED, UNLESS. OPIERHISE. SPECIFIED BY PE WATER DI,. ENGINEER ALL OFFS. ARE 70 BE ousms IRON PIPE ASSEMBLES LOCH. TOGETHER BY RETAIN, CLAN.. DUCTILE IRON .NDS SPUR, Be LP.. F. ANY CH.. IN ALIGNMENT OR GRADE IS ir A WATER LINE IS TO BE ABANDON., I. CONTRACT. WILL FILL MTN CONTROLLED LOW STRENGTH MATER. VAIMPLC BRAND OR 550l5550 85750150 .11971 VALVES WU, BE REMO. OR RUED AS. REQUIRED BY WATER DIVISION INSPECTOR 5,22) quo ••• App2.8 .).),Rus , HOURS PRIOR ro ..011T OF' EXISTING WATER SYSTEM 17. WATER DISTRIBUTION SYSTEM STANDARDS .LL FOR MAXMIAN COl. ON WATERLINES WHEN DEPTHS EXCEED d. COVER TO AVOID OBSTRUCTION,HE USES OF BENDS COULD REWIRED CONTRACTOR SHALL KEEP ALL EXIST. VALVES ACCESSIBLE WRING ALL PHASES OF CONSTRUCTION. ALL NEW .TER MA. SHALL RE INSTALLED SO HOT PIPE IDENTIFICATION MARKINGS ARE' L.ATED ON THE TOP OF PE PIPE, ALL SERV. LINES UNDER PAVEMENT SHALL BE ONE INCH, ABIDE OPMETER, HAM. SPECIAL NOTE: ENGINEER SHALL CONTACT THE UM. DEPARTMENT FOR WATER WILT DES. GOORDINATI, 1 THE SEPARATION WATER AND WASTEWATER ONES AND PE MATE. USED SHALL BE IN ACCORDANCE WY. THE 'RULES W REC.PONS FOR PUBLIC WAT£12 sysr est s TEXIS NATURAL RESOURCE COMMISSION AND THE CI, WATER .TAES E WHENEVER WATER WASTEWATER LINES CROSS. ONE rows OF COW AK WATER UNE S.LL BE CENTERED OVER PIE WASTEWATER LINE IN AO.. TO ANY REOUTRETAENTS AS DICTATED SY ITEM I 210150 EBErgaiFEEFI9FEIPI° WATERLINE MINIMUM COVER REQUIREMENTS NOT 1.0 SR. NOTES' 1. AU MAINS IN THE S MEET SHALL HAVE A AJIN111., J. OF COVER AND BE 12." AMVIA.J. BELOW S.CRADE Ar AU POINTS ARO HAW VALVE CLEARANCES IN ACCORDANCE W. rtrf VA. DEJA. 2, ALL TRANSMISSION MA. (15” DIAMETER ABOVE) IN 015474095 SHALL .VE J. OF COVER AT ALL POINTS S. ALL WINS NOT UNDER THE STREET SHALL HAVE A MIVIARIM OF' J. OF COVER AT ALL POYNTS. UNPAVED AREAS 1 PAVED AREAS BELE. MAILAK FROM EXCAVATION 20.21. To 25x SIB PP,. 0.5m ['tsar 02.1 SRE Ps. - Bzu A SEE NORS BELOw 60 WARPLANE 7204004( 044047/57 Una?4402/7759077490 co)170 APOYEWMPE 2.22.422. TYP. PIPE TRENCHING, BEDDING AND BACKFILL FOR WATERLINE NOT TO SCRE GENERAL NOTES FOR BACKFILL • , 69.742,:412=27...‘71,, 708/5 55771710 047/80/79 WERFIEE 404400.1 BINA 07009/ GEBIOW PIPE TO AB." 484041 PIPE) R T R NAN 1 :• P UNPAVED AREAS PAVED AREAS :19,Trf,sts'f, ,T,'",.,TZT sn't,P"'" ' '""'“'"'''" °." =`,',11=`,0=9.01,=',7r,,,19,1:1 '4'6 V.I. ' ',7”-Z"r4;:,` ' ,,,,,,,,, ,.., ,, = Ng; 'il,rr, wort. PATE. 44. TO ' 7,74.,n•LILT i,C,:`,97,.... ,„ ••,,,r },•••••,, ••••• ...A., •ry• Tar If°,7iff,XYZ, WM' F.01.2 Wqrrle ,,,,, IX FREE OP R0.2 022, . Any mown [REVD, .022 tn. TO BR .220 LLta5 NO C.PS. 2 X' . 3.2. 1.1.2122 OR RSA, .87 .R. 20.21 25X .28 sro PROC. SE CP-. 8 TOP. TV BE .0,0 821. (OR PPP .2), ov..2) PASS. ,9 SI, - jox .2. 2. (X, Run, ruAN ups. W. 2EPTH K 2. •• ,,,,,, Rpm. By Rut, R•sy. )0. ' 7854WX4 1r cZ22,13;49f7ZZ LT,..'47.9, TSIgf:ZZ'"" .,,<4. Sin. MEW VABIL an, 112provxZp;'o'd.R,711.r.‘ A gyEIE. 20A.E ALLRECATP, Ty00.1. ,N ..£ ; A pp pTi•FSZT; wy r.Efp ''''' ''''. ON RAND .1.11.00P 11,1,: 011(00 ,f2po l•-,, R NP -10 (02 AS FER OES, rsurserw) V07 oir a i :0 7: frj2gr or g 'Zs AP CO.ULTANYS JOS NO. 160063 00 ID z 07 ou" TANDARD WA SHEET 18 85 46 RECORD DRAWING NO. STR 932 CrlY PR4JEC8�51828/ EWE. WORRIES' awasr REALE, Iv/COARSEsAWN HEN WARR CETERAALL REE WAIRITI1 EXTENSION DETAIL NCI ro SCALE FIRE HYDRANT ASSEMBLY DETAIL (TYPE 1) NEE SC.11 RAS FIRE HYDRANT ASSEMBLY DETAIL (TYPE 2) WATERLINE BEHIND CORR NTS SO SCOT. VALVE BOX DETAIL ®PAVEMENT VALVE BOX DETAIL 1 NATURAL GROUND NOT SO SCA, PICK NOTCH FIRE HYDRANT ASSEMBLY DETAIL (TYPE 2) vor TO SOW LID DETAIL NTT CONSULTANTS.CU No. 160063 w f Z F Occ Q z U SHEET 19 or 46 RECORD DRAWING N0. STR 932 OGY 1,2020°1 E16261 CASING SPACERS PIPE INSULATION DETAIL CY BBB MOS Bram DA, BEA Skr AS, INSULATOR SPACING DETAIL NOT TO 5.Em FS SPA THREE TO SIX WATER CONNECTIONS NOT TO SCALE DETAIL A" TEST RISER ASSEMBLY CONNECTION TYPICAL VALVE INSTALLATION AT INTERSECTIONS NO, TO SCALE WATERLINE ADJUSTMENT DETAIL DETAIL "B" TEST RISER ASSEMBLY rtArri5MFD 4,40 0,41(0 Br SSA frliArrOD TYPICAL CASING DETAIL uOT NQI. ," APSES SAUNA BASSES DETAIL "C" TEST RISER ASSEMBLY NOT TO SCAIE RAD.. AND INSOSIDS BS SONSIUDTDA CONSUL-WES JOE t10. 160063 o STANDARD SHEET 20 ei 46 RECORD DRAWING N0. STR 932 0ITY MOJE00I E16261 SERVICE WITH SIDEWALK PROPER, ORE - SERVICE WITHOUT SIDEWALK VAL SERVICE WITH SIDEWALK TIED TO CURB .or 0:1 SCALE TYPICAL CUL-DE-SAC SERVICE MvJ AUK:: oxe MAN s (Ors swot ee SE.£0 Pea ISG TYPICAL CONNECTION DETAIL 017 TO 3.00-E JOa TYPICAL CONNECTION DETAIL NOT r0 5[40 LW OR BRASS "W" DETAIL MARKER LOCATION PRE-SET SERVICE LINE MARKER DETAILS 4'07 TO 5C4E SERVICE LINE MATERIALS MPi I i/z" <>. nwcw FOR s MAWR z (P. nwuO CU. cw CO.wttcxx AN. MFTFR stop x: si<^ . .0 �... urxcss Owscre0 Orwsa�w� <a�a raMPasss""`awi = s�„P �:� a..�6,Fa �PSM6 xvr Ovas,. No crrErx vu IOAPTER COttx CHF MfrER PoN CAST MN R1 HiR 5aA55 rr�'r1Nrs w,rr BOLLARD DETAIL OB 00 'i 0 z SHEET 21 of 46 RECORD DRAWING N0. SIR 932 PROJECLI E!626! (SIDEWALK ADJACENT TO CURB) PARALLEL OURS RAMP mTy TO ANN, (USE ONLY WHERE WATER tNLU NOT POND 01 1. LANDING) Fn. n AIWA AAUP DIAGONAL COMBINAL/ON CURB RAMP PERPENDICULAR TO THE TANGENT 00 THE CURS RADIUS AND CONTAINED IN CROSSWALK DIAGONAL CURB RAMP (RETURNED CURB) disp, j4RFCTONA, RAMP MINN RA0I15 (5/0000(1 SET HACK ARM C1108) DIRFrTIONAL RAMA WINN RADIUS (SIDEWALK ADJACENT ID CURB) rApq RAMP WO-M.0ffFIVE-YEA, PERPENDICULAR RAMPS ',ASH CURE{ RAMP AI MEDIAN ISLAND CAVA, CONSULTANT, ,O6 NO. 160063 0 BC o 0 fftz 0 SHEET 22 of 46 RECORD DRAWING NO. S7R 932 CITY 0004ECT1 E1626I AT INTERSECTION W/FREE RICH( TURN & ISLAND COMBINATION ISLAND RAMPS (S(DEWALK SET SACK FROM GYRE) (4 =7 TJ cuRs RAMF f151°- 1.411,511.1e HEADER ORBS Ar CURB RAMP SITBDRADE 719705525417105 I. SUBCRADE UNDER CONCRETE SIDEWALKS AND CURB RAMPS SHALL BE COMPACTED TO 95E STANDARD PROCTOR DENS,. SIDEWALK 00 70(7 1 THE 671NIMUM SIDEWALK MOTH FOR ALL ARTERIAL AND COLLECTOR STREETS 5 51 WHERE A 5' SIDEWALK CAN Nor BE PREMED ELIE TO sirE CONSTRAINTS, A MINIMUM 0 SIDEWALK MAY SE PROVIDED. 51Y5' PASSING AR.S S.LL BE PROVIDED ar INTERVALS Nor ro EXCEED DOE1 FOR ALL SIDEWALKS LESS THAN 5. IN WEE 2 MAXIMUM ALLOWABLE MOSS SLOPE ON SIDEWALK SURFACE IS 2X D ALL 7777275/05 40/575 TO BE El, THICK 000D near ASPHALT -IMPREGNATED EXPANSION BOA., UNLESS OTHERWISE NOTED. T ALL CONCRETE TO BE CLASS 'A' TETER., PSI AU REINFORCING srm ro BE GRADE 60, fy-677,7100 PST 5. SIDEWALKS SHALL BE AT LEAST41 THICK CONCRETE 5 CONCRETE SURFACE TO REM.' SPOOM T. TRANSVERSE CONTRACTION JOINTS 1/8" 4757 8Y 1/2" DEEP SHALL BE CUT IN ALL SIDEWALKS AT 5"-01 INTERVALS 002716(110). 8 PROVIDE PEDESTRIAN ACCESSIBLE ROUTE WITH orrEcrAscr WARNING SURFACE' FOR SIDEWALKS THAT INTERSECT CONTROL.° DRIVEWAYS. DETECTABLE wARNING SURFACE STIALL BE A MINDIUM , 241 IN DEPTH IN THE ERECTION OF PEDESTRIAN TRAVEL AND EXTEND Nc FULL 777DTH OF THE ACCESSIED, ROUTE wHERE IT INTERSECTS THE CONITHILLED ORIVEWAY CURET RAMP NOTED' I PROVIDE CURB .6IPS ...YEA, AN ACCESSIBLE ROUTE CROSSES (PEN(TRATES) A 7068. 2 SLOPE' CRITERIA. 82475 200 LANDING AWED RAMP IN offiworlono TRAVEL SIOE SLOPE 07 0457 (FLARE) CROSS SLOPE OF RAMP LANDING AREA (ALL D(RECTIONS) 4040151145 40745 SIMVALK IN DIRECTION OF T.. SIOEWALK CROSS SLOPE CUTTER IN DIRECTION OF TRAVEL MAX 0 0. (v.6 D. IN PER FT) 1,2 / 0048 / ('7776 17 C10 / tax / 1.2" 760 (7 / 28 / 0.24" PER FT LEO / 20 / 0.244' PER FT 1,20 / 50 / 060" PER FT 1750 / 28 / 0,24" PER a 1.20 / 57 / 750 (7 A SMOOTH TRANSITION (50(50) IN DIRECTION OF TRAVEL IS REQUIRED WHERE .AIPS TRANSITION TO THE STREET J. PROW. FLARED SIDES WHERE THE PEDESTRIAN CIRCULATION PATH CROSSES THE CURB RAMP. FIARED SIDES SHALL 8E SLOPED ATIOX MAXIMUM, MEASURED U 5 MA 8E 7'.17,SA.fTD =S=1 ZDI4TICIR ADJACENT SURFACE RANTED. SUBSTANTIALLY OBSTRUCTED, OR OTHERWISE PROTECTED 4. LANDINGS SHALL SE 5X.D. MINIMUM 714796 A MAXIMUM 2% SLOPE IN ANY DIRECTION 5. CURE RAMP MUST BE WHOLLY CONTAINED WHIN CROSSWALK MARKINGS, EXCLUDING SIDE FLARES NO NT 6. CURB F7AMPS. FZARES AND .NDINGS S.LL DE AT LEAST 5" THICK CONCRETE AND EXPANSION JOINTS SHALL DIF9CALLY BE USED AT AtATCHLINE WITH ADJOINING AR.S. E MANEUVERING SPA, AT THE BOTTOM OF CURS .4IPS SHALL BE A MINIMUM OF 70 X47 wHOLLY CONTAINED VDTHITI 740 CROSSwALK AND WHOLLY OUTSIDE THE PARALLEL 71741CLIIAR TRAVEL PATH B. tAX.C1, CURB AND GUTTER MAY BE CONSTRUCTED MONOLITTDCALLY MTN CURB RAMPS PROVIDE NO. 4 X 12" LONG SMOOTH DOWELS 0 12" ON CENTERS IF NOT PLACED MONOLITHIC., 9. PROVIDE A SMOOTH TRANSITION WHERE T. CURS RAMPS CONNECT TO THE STREET. 5X MAXIMUM SLOPE GNTER 10. ADDITIO.L INFORMATION ON CURB RAMP 4.0.770N, DESIGN, LIGHT REFLECTIW VALUE AND TEXTURE MAY 8E1 FOUND IN THE CURRENT EDDION THE TEXAS ACCESSIBILI, STANDARDS (161.1 AND 16 TAG 068E02. 11, DIAGONAL CURB RAMPS ARE DISCOURAGED. DIAGONAL CU. RAMPS MAY HE ALLOWED ON A CASE-817,1SE .SIS ONLY IF OTHER CONFIGURATIONS A. NOT FEASIELE AND MUST 0527807570 BY THE (05 770107 TO CONSTRUCTION 72 DN. ACCEPTA,VCE OF THE PREFECT SHALL BE CONT7NGENT UPON THE CONTRACTOR PROVIDING THE" CI, MTH A MAL INSPECTION REPORT FROM A CERTIFIED REGISTERED ACCESSIBILEY SPECIALIST (RAS) PER 76 TAG 961952 STATING' THAT ALL A. (AMERICA. WITH 015.71815(55.5 ACT) HAND10717 IMPROLTEMENTS, AS CONSTRUCTED, COMPLY wn-H THE TEXAS ACCESSIBILITY STANDARDS (720) 775 £1.101674505 OF ARCHITECTURAL BARRIERS PER 7EXAS Govrnmuo, CODE CHAPTER 469. TEC WARN/FA T I CURB RAMPS MUST CONTAIN A DETECTABLE WARNING SURFACE THAT CONSISTS OF .1SED TRUNCATED 009.6 COMPLY7NO wITH SECTION 705 OF THE rAs. THE SURFACE MUST CONTRAST 91SUALLY WITH ADJOINING SURFACES INCLUDING SIDE FLARES 2 DETECTABLE WARNING SUPFACE FOR RAMPS SHALL SE ADA SOLNIONS, !NG PART NO 2460REP CAST-IN-PIACE REPLAC.PLE TACTILE WARNING SURFACE TESS IRUNCATED DOME OR APPROVED EDUIVALENT, IN 13050 RED" COLOR. TRUNCA. DOMES IN THE DIRECTION OF PEDESTRIAN TRAvEL wHEN ENTERING THE STREET 4. DETECTABLE WARNING SURFACES S.LL BE A WNW OF VT oEPrre IN THE DIRECTION OF PEDESTRIAN TRAVEL, AND EXTEND THE FULL 46061 THE CURB RAP OR LANDING WHERE THE PEDESTRIAN ACCESS ROUTE ENTERS THE STREET 5. DETECTABLE WARNING SURFACE. SHALL BE' LOCATED SO THAT THE- EDGE NEAREST THE CURB LINE 1S A MINIMUM OF 6" AND A mAXIMUM OF 10" FROM THE EXTENSION OF THE FA, OF CURB DETECTABLE WARNING SURFACES TO BE CURVED ALONG THE CORNER .DIUS. CONSULTANT'S JOS NO 160063 5 5770 itt itt C f 5 2 7 0 57 CSI SHEET 23 of 46 RECORD DUMNO NO SR 932 DRY PRI:NEC/ D2D, AttAnenAA PpommRAOPZ 50Aet Pre, Mei, Wag Pm. AC no A,AARozAMA,CiA,25 CRT VARDAR° PURR RAMP DUMAS Srr0.4., K APRON OFFSF1 SIDPWAI WM SINS. SIDEWALK TREATMENT Ai ORNEWAYS PROTECTED ZONE zrztr tr. ALIGVE Mie %WAGE CLEAR GROUND SPACE CENTERED Ar PEDESTRIAN POSH BUTTON OBS7RuCTION (CONMMIUMM GMAT. PLAN VIEW PLACEMENT OF StREEr FINTURES (ITEMS NOT INTENDED 501? PUBLIC USE. MINIMUM 4' X 4" CLEAR GROUND SPACE REQUIRED AT PUBLIC USE FIXTURES.) ,.2222.22.1.2221. 2 ALL SLOPES ARE MAXIMUM ALLOWABLE TH£ LEAST POSSIBLE SLOPE .T MEL STILL DRAIN PROPERLY SHOULD BE USED. 2. PLACE TRAFFIC SIGNAL OR ILLUMINADON POLES. GROUND BOXES, CONTROLLER' BOXES, SIGNS. DRAINAGE FACILINES AND OTHER ITEMS SO AS NOT TO OBSTRUCT THE ACCESSIBLE ROWE OR CLEAR GROUND SPACE TH£ M4A2MUM ALLOWABLE SIDEWALK CROSS SLOPE EQUALS 22. STREET GRADES AND CROSS SLOPES SHALL SE AS SHOWN &SEW HERE IN THE PLANS. EXISTING FEATURES THAT COW,' WITH us MAY REMAIN IN PLACE UNLESS Or...E. SHOWN ON 22, PIANS. 6, CHANGES IN LEM GREATER THAN W INCH ARE NOT PERMITTED. 7 rh, LEA.S1 POSSIBLE GRADE SHOULD SE USED TO M9.2.4222. ACCESS., TH£ RUNNING SLOPE OF SIDEWALKS AND CROSSWALKS. WHIN THE PUBLIC RIGHT-02-wAr MAY TOLLOW THE GRADE OF THE' PARALLEL ROADWAY. WHERE A CONDNUONS GRADE GREATER THAN SS YOST 8£ PROM.. HANDRAILS MAY BE DESIRABLE ON ONE OR ROTH SIDES OF THE SIDEWALK TO IMPROVE ACCESSIBIL, HANDRAILS NAY ALSO BE NEEDED TO PROTECT PEDESTRIANS PROM POTENT., HAZARDOUS CONDITIONS IP PROVIDED, HANDRA2S MUST COMPLY WITH TAS .22 5. 2 HANDRAIL EXTENSIONS SHALL NOT PROTRUDE INTO THE USABLE LANDING AREA OR Iwo INTERSECTING PEDESTRIAN ROUTES. 9 SIDEWALK DETAILS ARE SHOWN ELSEWHERE IN THE PLANS CONSUL...ft J00 NO. 1 60063 , WHEN AN OMMMLCIMMX etricHr GRE4SEM NAN 27. ROM RS. SOMmACE MtHRO 222Art ;FM( ,00/ Or MORE MAN 4- MOM IME TAZ ''",671==7,17 ro PROVIDE .4 AMMMUM MIRMONM DETECTION HARRIER FOR VERTICAL CLEARANCE c80" Ram z a M Z SC 01 M 01 044 0 0 •••-• CC SHEET 24 of 46 RECORD DRAWING NO. STR 932 000 p,o,...T# DETECTABLE WARNINGS AR PARALLEL CURS RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON LANDING AT STREET EDGE (DE esj oe1EcmeLE wn6NINc SHALLPANEL YiFA E DIRECTIONAL CURB RAMP TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN AT A RADIUS o DI Mar TYPICAL PLACEMENT OF DETECTABLE WARNING SURFACE ON SLOPING RAMP RUN SECTION A -A TYPICAL SECTION TiAROUCM CURS RAMP SECTION a-8 oNRR RAN, PROF, E CONSULTANTS JOB NO. 160063 V 2 oQ W c co 4- c 0 fiS CC2 N SHEET 25 of 46 RECORD DRAWING NO. STR 932 ClOR P6014005 416261 BARRICADE AND CONSTRUCTION (BC) STANDARD SHEETS GENERAL NOTES: 1. The Barricade and construction Standard Sheets (BC sheets) ore intended t0 show typical examples for placement Of temporary traffic control devices, construction pavement markings, 000 typlool work Zone signs. The information contained in these sheets meet or exceed the requirements shaw0l in the "Texas Manual On Uniform Traffic Control Devices- ITMUTCO). 2. The development and design of the Traffic Control Plan (TCPIis the responsibility of the Engineer. 3. The Contractor may propose changes to the TCP that are signed and 5e0(0d by 0 licensed Orafessfonal engineer for approval. The Engineer may develop, sign and seal Contractor proposed changes. 4. The Controctor is responsible for inst0l Ing and maintaining the traffic control devices es shown in the plans. The Contractor may no+ move or change the approximate location of any device without the approval of the Engineer. 5. Geometric 000190 of Ione shifts and detours should, when possible, sleet the applicable design criteria contained In =ninths such as the American Aseoci001on of State Highway and Transportotioo Offlciols 10058701, "A Policy on Geal0tric Design of Highways and Streets," the 70007 "Roadway Design Manual. or engineering judgment. 6. When projects 0but, the Engineerlsl may omit the END ROAD WORK, TRAFFIC FINES DOUBLE, one other advance warning signs if the signing would be redundant and the work dr appear continuous to the motorists. tf the adjacent project completed first, the Contractor shall erect the dry warning signs a shown on these sheets, toe TCP sheets or directed by the Engineers The BEGIN ROAD WORK NEXT X MILES sign shall be revised to show appropriate work Zone distance. 7. The Engineer may require duplicate warning signs on the *701On side of Divided highways Wore median width will permit and traffic volumes justify the signing. 8. All signs shall be constructed in accordance with the details farad in the "Standard Highway Sign Oesigls for Texas," latest edition. Sign det0110 not shown in this manual shall be shown in the plans or the Engineer shall provide a detail to the Contractor before the sign is manufactured. s. The temperer, traffic control devices shown in the illustrations of the BC sheets are examples. As neoe Bary, the Engineer will determine Inc most appropriate traffic control devices to be used. 10. As shown an 80121, the OBEY WARNING SIGNS STATE LAW sign, STAY ALERT TALK OR TEXT LATER (see Sign Detail 020-1071 and the WORK ZONE TRAFFIC FINES DOUBLE sign with ploqu0 shall be erected in Odv*lce of +he CSJ limits, However, the TRAFFIC FINES DOUBLE sign will not be required an projects consisting solely of mobile operation work, such as striping or milling edge! lite rumble Stripa. The BEGIN ROAD WORK NEX7 X MILES, CONTRACTOR and END ROAD WORK signs shall be erected at or near the C50 limits. (l. Except for devices required by Note 10, *rOfflc wntrol 00,1702 should be to place only 00112 work is actually in prarya85 or 0 tlef finite need exieta. 12. The Engineer nos Hit Final decision an the location of all traffic control devices. 13. Inactive equipment end work vehicles, including workers' private vehicles at be parked away from travel laces. They should be as close to the riga-of-woy line as possible, or 00located behind o barrier Or 0r0roi1, or as approved by the Engineer. WORKER SAFETY APPAREL NOTES: Worker. an foot who ore exposed to traffic or to construction equipment within the riglt-of-soy shall weer high -visibility safety apparel meeting the requirements of I5EA "Ameri0on Notional Standard for Nigh -Visibility Apparel," or ed equivalent revisions, and labeles 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. 10 -STAY # ALERT �ry TALK OR TEXT LATER 1 SO - 0.75' Indent" Block on Yellow, MAC ALUM Fonts 0 m 0,11,0a0,11,0a0,11,0aUCLA a x TEXT LATER, Fm+. C ep.f,ea ancIrc SIGN DETAIL (G20 -10T) Only pre -qualified products shall be used. The "Compliant Work Zane Traffic Central Devices List" 1002000) describes pre -qualified products and their sources and may be found on -Inn at the web address given 0,100 or by contacting) Texas Deportment of Transportation Traffic Operations Division - TE Phone 45121 416-3118 THE DOCUMENTS BELO. CAN BE F0000 ON-LINE AT hlfpJbxwv.OBbt.gov COMPLIANT WORK ZONE TRAFFIC CONTROL DEVICES LIST ICW2TC01 DEPARTMENTAL MATERIAL SPECIFICATIONS (OMS) MATERIAL PRODUCER LIST (MOLT ROADWAY DESIGN MANUAL - SEE "MANUALS (ONLINE MANUALS)" STANDARD HIGHWAY SIGN DESIGNS FOR TEXAS 150501 TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES (1WTC0) TRAFFIC 080)2007)80 STANDARD SHEETS SHEET I OF 12 !f" /nvw dwp.reaw54f hey.., W0 5 BARRICADE AND CONSTRUCTION GENERAL NOTES AND REQUIREMENTS BC(1)-14 trpR+ Vey oar am e T pit J0.T.aATje ran roN5LTANn JOB No. 160063 9z0 Z h F In SA 7.2 CC 0 0 0 00 )— Z 0 0 < W ro 0 SHEET 26 of 46 RECORD DRAWING No. STR 932 CIiY PROJEct8 E1000) CONS1NO. 60063 TxDOT STANDARD TYPICAL LOCATION OF CROSSROAD SIGNS Te INTERSECT ION TYPICAL CONSTRUCTION DARNING SIGN SIZE AND SPACING A 4x0.3'XmX\i ii.0.10, I AxEAO ,m xmtsolcm ,o¢ SIZE SPACING MofGmA, ,= � ((CxCXoi 1 M Iain I»° �j x 1 eix. y o�5e°r las Convq ,mwl ExareewYY/ speed V `Spacing GmSSXWO s x e tAPPrx.l �D g g wa B R" dY N �F - C18 /� r 400 C42CIV20r 98 x 4e 98 x 98' 30N 1. = E F \ F 020-50.J ; / Ltmtf 35 160 2_F Mos VI. Am si C0422 W-23 240 AYM my Knxn \ MU OOi F 5 c $ : a X a m m a roan ®i R".c;,. COO, x 36 36 6 4A a x ,20 GD a �. ' CR, 1, 5E BOOx 1me„ C.9, Ian n m-tcaza-,01 nim .fro amrwol x Erv1m�. m emx m I''''''''' CVO, ew9. TOO r _ w cws, 90" x 9e^ .0 ne 110mnwns , macro mon wwlaaa• -, 1 a C Itwm ms m me gmRea1n �i CSJ LIMITS AT i-7NiER5ECTIIXN - 900= 'g6 ` L may uwAxxe ns u is u u�tzm>bigtp ggelu�iE�O two- SI mtr1anp C410, On 2 1000 r $$e $ ` :im fro SI ze 36ar' i6' •F!9 PAPO iN6A• IC30-m .I lar ro we ettmvaa0etm pate arae- uvt 5pmim'1. See1. acmw�ynMvlm4 aroMer v m m If n ,clooee of a1y,e. MM sIwIC b° useb eRgn toil e, w w $ aA atlefmmfn M+nr m1+ me oarune1 atmem lw M 6q,rev it lnei mm n m w ue• , a t o-mtimWi�i Ee Nxnn +ne w�".r/IMa.ata, mm rewire em;tease m FLAME, Sm ae Ooarllor Wlwlam'om, m tN y m°oetp�i otlia ,0l 2*810 0 10 mMe MM o are re.lree, Mem slam 0111 Pion tin - Ria i II tcm m oa11 ee rewlee w x, w;um crmmmm ro arv;ee roanCt`v Bill 1020'10Tm ems eM„ ba ra910122 09 »pOMtpr a'0 :AACTIM amxoAwAXc m„ mraa 0111;n0 co, ire ,vrrll l78 27me. ttWfe 14-rexeemYvx of m� ngwynex[e'nuwyII m o, +rolml ewe lcai;m Olamine m ICP seance -a s+een.° r A VW 1mw beeline ehw vola P to (Ire eaVonee Won 0, elan nearest +M arm wally etmtt earn oceltIcem wpm GENERAL NOTESa s _ C N IIIj} 4 j}yy III" ti W 0 0 > Egegb ?b el or v y ;an�maawxwi rmr n w m. tty,wr ° a a° � > ins o tl»iro�'a '°" i"a e° e�A aa' :Ian netle in mw,,, o-. (IN OMVLTIPLE ,. special or Ian e;» slam eat u wa a newt., roan,Pewee elate P.m Pe ;mrweea rte1» ir.a m naw 1000 Not AP. WORK AREAS LOCATIONS WITHIN CSJ LIMITS SAMPLE LAYOUT OF SIGNING FOR WORK BEGINNING 4 AT THE C5J UNITS mars NH..wer0. i - 0 065 typp '0.0'2 '.'0:: unw , III SPEED LIM(i .EW6. nAN eswoam of fns aimmim 01 m Fagl 2 uxerw(yaiml mr;m of irmroae S;w E_^ E' wwtm-St POeO ° 0 YiPom.ei a ;;:c LQ ai q® 0 mvwi ° ai3 fV ® X X az ., amm.0�+• \^m'=•n wA EIS Geer """a'a" LAw S. only a.cwg maa.e earning elm epee we 1m; etee et� gin It.,;ng In -,Kttca s Xppmi;e tne •afvma x 9 FL. AaOMEAO AHFAO N / aye %X a,X-- i' �SiArE ax is t�tf� x- rR%7 at m mrr Linn fee ixm- imval e, o Gre.imle a m STREET PREVENTATIVE MAINTENANCE PROGRAM )SPMP) INDEFINITE DELIVERY YEAR 2017 INDEPINRE QUANTITY 1IDIQ) OVERLAYS BARRICADE AND CONSTRUCTION BC (2) - 14 ,e yliz m momow;us LEGEND TYPO 3 °arr,caae b im1 b 000 awn 1e11Zing . leas �aF r bt 6PYE0t,a,\,SIon (� MT inimi erimi . 0. tne Eigirwrllnepeerm awia m Y=1 Ihm extend.t roan m•00.1.0 X X CanOn meve`Itiwei N elan 4094 MEAD` IOOO m In 0Cmwme m teen wx gnaw ,a reniro awv s rn a+1 i, Iamr�m aPPIlo lomat. gears a sect I«ar on ana spm �g sty» one the oalvo NOTES 0 Nvnlnal5i rto anamei a elmri0e..atm . SADLE nay ConSrocror Moll Petermlne Too r_ a tea f c n rr A �1emw+A a LAYOUT OF SIGNING FOR HONK BEGINNING DORNSTREAN OF THE C5J LINT TS N A O m T DE lf to p0o1,0 t lf°at4 NEXTX ISItBeES•m20-ST,a SHEET 2 OF 12 : O SPEED AMgxg-soar STAY .tt2Ri pmt 14501, to . era ne . fl0A0 ¢AO PO60 AA Cta ;IPP X 'h "'t'1iE LINti XX K zAm.Sr 00pBf ermiw siva SiAiE LAK r rug bwloois e+e ern: V.I."' e oea Gf E 0 nee . on0 MC n -, 'Am0prawenta0Nru4aritlat TruNb gyemur RLOS�ED MILE E AK `V,wi s evT+'O.3 na AEAD' -,a oma ,A � wAt-i kwmo-sa,P ra �w.0:\ "F' 4 ea when cavonce ort ,;;,, o, ext CPT w3,020-910, a.+" ;They Inform the wr. +ra(° a+awa` BARRICADE AND CONSTRUCTION \\ KK La AF PROJECT ]E(i T 1 G ew°,1:;a Prgimte "R''"Es F.'VF «. D wy X AxE g• 1 °1*7.a 8C (21 -14 E:,.1°.«.°L-',',=':,ay`.r. m acI Iw .. ;7; moor 1. moor yammer �t j ti 9 0 (ate -,Ra `—' 2+ i ire+alI a new a+vr1 space 1101+ elan atII 0:,m, a mor MX • SHEET 27 Of 46 RECORD DRAWING N0, STR 932 oe *92 XX lI +CO+nnt100120 '°r . CITY PROJECT, E1R261 SPEED 11140 70 CSJ LIMITS TYPICAL APPLICATION OF WORK ZONE SPEED LIMIT SIGNS Work Zane SpM0 11011e Shall be rag -eatery, 000001 ISIwO in 0OCOr0alce with the •PrOOed¢ee for 700a01iMIDq Speed Z0 and ow-ovod by tn. Te*ae Tro'epartatlan Cammi691ay ar by City drain»,. elan within incorporated City Limits. Reduced speeds should only be posted in the vicinity of work activity and not throughout the entire project. Regulatory work zone speed signs 0R2-1) shall be removed or covered during periods when they are not needed. mannavao..939, t\ananvU\\\o\o\oar\\o\\\\\\O\\\\\\\\\\\\\\\\\a mv,soxvvxavmss,vmsa Siolingg shown for ons SeerBaal for 0additigning.ce ON GUIDANCE FOR USE: LONG/INTERMEDIATE TERM WORK ZONE SPEED LIMITS 00(0 type of work zone spited limit should be included on the design of the traffic control plans wen restricted gamirics with c lower design Speed are pre0ent in the work zone and modification of the geometries to a higher design speed is no+ feasible. Lmlyinterme0l0te term Work Zone Speed Limit signs, wean approved as described above, should be posted and visible t0 the notarial- when work activity is present. earl, 00tiv1+y army 0100 be defined as O shape in the r0 000y that re0Jir00 a reduced speed for motorists to safely negotiate the work area, inoludi(p: 1 rough road or (Imaged pavement 01.10+° xesiont(ol alteration of roadway geareirlcs Idivarsional ci ccostroctico detours di grade el width fl other conditions readily apparent to the driver Ae Img as any of these conditions exist, the work zone speed Knit 0199 should rennin in pima. SNORT TERM WORK ZONE SPEED LIMITS This type of work zone speed 1im(t may be included on the design of the traffic control plans Men workers or egu(pment are not belled concrete barrier, when work activity is within 10 feet of the trovele0 soy or octuai ly in the troyel(ed coy. Short Term Work Zone Speed 1(0(1 signs should de posted one visible to the motorists only when work activity is present. When work activity Is not 0present, signs shell be reeved or covered. (500 (See Removing or Covering on 0019)1. GENERAL NOTES 1. Regulatory work zone speed ((mita should pe used only for sections of construction Projects where speed control Is of soja imor00a00, 2. Regulatory work zone speed 1910 signs snail be pieced Co Supports of a 7 foot minima malt( 0 he10t. 3. Speed zone supe are illustrated for one direction of travel m0 ore normally posted for each direction Of travel. 4. ar00ueney of work Zane Speed limit signs should be: 90 mph and greater 0,2 to 2 miles 35 mph and less 0.2 00 1 mile 5. Regulatory speed limit signs shall Dave black legend a a border m a Mite reflective background (See Reflective Sheeting' on 000011. 6. F00(1000ion,n1010nd tis matntanoe of il-O'3300NCE SPEED 1131V1003-51010+, WOR6 ZONE'1G20-S0Pl placue orld the 'SPEED LI301'IR2-1101wu sh011 not be paid for directly, but shall de considered 1936idi0ry to item 502. I. T:m 1+3 signs frau 003033(60 00000 undvrew0InNg 300Over40or m d (31,1 600 0(0300, 4000 w 0. Ted'nla10* that may help reduce traffic speeds 1rcw0e but ore not limited ton A. Lw enforcement. B. Flogger stationed next to sign. C. Potable a00acle message sign (PUS/. 0. lop-po1 or d(mei (odor transmitter. E. Speed s n(ta /rollers or signs. 9. Speeds sham on details above are fa illustration only, Work Zone 50ee1 Limits 000110 only Oe posted os depraved for each project. (0.Fm mars specific guidance concerning the type of work, work Lone conditions ago factors 19act(ng 0I lovable re00(atdry 40nstrub0100 speed 001+0 reduction see 00000 f0rm 31204 in the T000T a -farm sy0t0m. SHEET 3 OF 12 •4Arereol llw,myYg3x e BARRICADE AND CONSTRUCTION WORK ZONE SPEED LIMIT BC(31-14 edg 1r3 Na. 160063 oz z N 06 Z P Ck Z 06 0. Z z SHEET 28 of 46 RECORD DRAYNN0 N0. STR 932 CRY PROJECTg E16251 CMSUrntan nae NO. 160063 TxDOT STANDARD TYPICAL MINIMUM CLEARANCES FOR TERM AND INTERMEDIATE m tI K SIPS LONG TERM SIGNS I2 gala 1. rt.tor Meli as mintrein signs m a mol mimed mita � as °nae daaltion awe av alraaa h rag Enpimm. erriacaler ralNi W m e.." to Mall . mfr.. MMc.whe are Epytlrem. 5 �5 'S5 { ( ROAD MDR K ARAD ROAD ROAD '2 ROAD RORK WORK _ WOR% MEAD AHEAD A1WAG g4. .. the tragi.°.IieewWen from. oin netl s 1. Contrmrr f either .e atm maim na.e In me plea name •nm�a M.o. sign Dotage for famevel. the EMt nmanis mm non. tag Ca... m fuml�on ,°r, m. elm, ,ant an ague+ to the loom but my m.e sem ea.. ao-larlm m the plea shall h mitten a e.exx rm�apt mw }merme> a 6°S ® I Aj o 6. p mine repo MM., , Mango mar m doomMea In mit. mems mine a ,W m clan. In theeplame.. 1S.i diary nm0 M:TM win trcnnee Mor as Coo.. int»- as ems tag agreed wag m a "° he -Moi fun egn taboos lie •tuel mtmt bk Cans .affto Mt., Oorie tiff• mi Ole loam ovally a: CmtreMo. ell ore being it. Dol a °f Me °auf°prma a installation °n ,moat Me Em?nem on ' D ,w or re°°w I» for Inst..; ns s a r cta m .. no or. m.rep ..n mrmm m arm...... mode e. ,� ilic°rim sanitise. m only °n 1. I. w tag Olga disaster rag... wryly of lettere ower ampmr ia. ma—t awl Inca e� -�- m EK s _ y ' E m EE a a 8 ./xriy,W� . _ J 61 a•-"�� 5. ,m ra.mt.- M ml °-yea .Om sago. mO ameeva ma vim Ware Moll me m ql tam. WDjit01 ef ID. fansti ion, e: I. Ob.= m M IFarm Crol. Cameral C .f.. PPM $1 ^ FE $g gA e 3 . e • , mhp,aa .elan N Men v totem tag IW co .mem magi m gi.tw o >he also ion aid egaor, epees a R .an a m�Kt. w , es plgW oar alae ,3a a mom m Im,I'am dQa°t ' In pSappmOl.. plata Anxiety m wpm. rimle i vela root the e°irfa. of m punt mater pea pima. rl. a°..t lona dip. r Ian m mall mitiniat en m on. anrag tpo or elm emmmaH y rhe Hpe pt ale on mrk bairn is re, uin. 6 for r' coming .0......... al. angio m tho In mmi.i on Matra. mMa nmeuftypo ml rev's a mmmnmttasetn a. tono.teno Mot.. - sack'"' akMat a Dort. a more m to 1 m. a°nlprc °mine'm t° a male °r 042.. ear« .... - rim tag .ore rims winw�imarim Iw.v° mm , gar ......... prom. I War. a mat:!m`,ai"- Bork imr mdlamx r a nO r IstoppIng w co to mmrmlmanly IS sal..., ~ E AT TACIAENT FOR SIGN SUPPORTS L ko len ewm'rO ^°+1 terma,at,-term style tett m m I Wet T rant, gar rot ogre ,non 6 foe, atom tag me. dram°, ma°pt CITY of CORPUS CHRISTI TEXAS ,rtment of Engineering Serv,ces s$ $ EFb g pal E 'Ian pl l i° eta and Mfg aam'e Or mnpimhrerl, �twooenaea en mtrmMont of t arm,. Mal ammo 6,ra° "mlON below ether be a Mo,mm al I foot sago Pa pawmt emim, ant m ma , o T feet yam foe Woo. 1. In, tam Mons ea's .ed -lies m S,wi-fvNmrr 6 Y�k1R''8”` FI ,aye �� ROAD '(C " 1 /��/ ♦ // /.I omprev for attach„q Sign dean rage m other Lyme or ,Ian xFPortA .fa pNW eim,w. a.m ageing ah I. me moos. in y or raised ro ageroprl5 ala mq ,era/ . mental aaate at. egt / foot, mar not tore Iwo a foot mem the paved tweeze t dim« or mot armlet sIIEoo_osa 111126 am nyni� • 1. m elm slam dam on N I2I to em mmri n peen In the p me r w arm. h the EMIneer. WON MWsnuroy $ LE {AY��T G5� \ `^ Rolle shall NOT Mall macre ,a Selo, ,me In Instal }n moor.. :len al e want. . r«m°mmn for the type e,1 atm MpOcet 2112. I -aro `D Blexvr. W bW I AHEAD (� `\l kfasts. be allowed. EOM sign .is p aea.o. el °...ere, memN meusere ern anDam are: , ,ion rnaarta re6me .x m me of ,m .ems. leo Ian a ,anoderm z r mere Moon.. 0 are p my.. cleat, yr tnlm n 6i wide, haek y e' tomoa the gB a°aagppeream °1/2 Vey 41 t,a \ ,. ("f r' anal I Ca INtoCh00 directly to the aim rete meofinee olio 1r. t penmen i. per vaM1l m p.ma mevmtel°es m. m lion to'am.a �i i ante..mmMal. , my °prem scaler memo elpemi nim ion atm rage. , x F" o yo ...TO -fa vlron DEW. 04,34 total r Filer moo, R ea Platt. ....r,...,,,„..In14 etgne 86011 telt be joined or 0. toes oY �, mem5e. Woed l �[ .rin on anairuol. of sheet. xHimM to .,r one mire-rHintiritr remlremmte °r ea -s= gas or h115-0910 for rel - e 14 e tr mociligtlos ie . m W ECIN. .tIng, mmveit°rp Omixfe aii�i of ma 900 Type, atoll m uen fa 814. :n e a mica,304x-«ma r reran s ar n tem rag rag mart Nem .I. rape....ae. - 6 r C ma Itee,q me.aa,d mlmpw same mmI 'boot In dam .atom prcevl I I morew lima ern ms teem is oma meq far ooy bene- m, Attlee ext anti 5 HEWCN supports r r nW extended a repaired by icing I mond ro .ARM..'°nmme°'roo mmoo e emimp f x r .rima m °per°mer. reoloroe afirstm au mina 910.4 Um o Opeli far fegq°e+e.'Ipa,ml. stem, °Nmoltgaltye a to tint cites axmlm in r n Moen. Smarm mo 5mifi.tiev. wl m STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DELIVERY YEAR 2017 INDEFINITE QUANTITY (IDIQ( OVERLAYS BARRICADE AND CONSTRUCTION BC (4) - 14 SM. Murat 1. 1. Am�Ie .emaiaum,� tmi I m'moe. pmt e..ace crmtaw m Me splice cm, Rol he other mons. . s lit me.O.amp%n r amxle,r areae. °meant w at on y elr. m else w ern tonal elm ...Ilea oval Meld ho ANN may tram dream mm 1. tees a immmelee. t tins a am nom m o, Inns mmam ad fen o In .too s mlimioee a pa iroxolm In rag axaeon at ateime nigmhm r gar dry ation Merethe fromtraffla intorOInns STOP/SLOW PADDLES I. 604, t. mgln tag elomy mime+° mxrm trmlm Oa a nx 5 /%. pedal. cz..Mold m M• k M' as Moiled.I 2. Imo neon . nirommflootorION, ion SCWy%ae Wgle nal I . J, STOM51.1 Again . attWlw to a Hort ren o Mel. CONTRACTOR REQUIREMENTS 600 MAINTAINING PERMANENT SIGNS WITHIN THE PROJECT LIMITS anal Bela este In alp Wrier x trm11G Ian Cr realatlone, .I 1 at.ntlm i,ima tet map tm�iy Marg. to traffic embalms, route nista. merle., Wlms Of Inter.,, to 5Igo II atom omnia moll leen m nem at o deem melon m tag :many. Ince aim amula x rmrrad w amxmlr _orrr aisle re wa-an, tag evrerial wet shell m apam•, ern m newt wI mm ptosis, r one amrime mien rill ewer ion mimaln melt ppoma prgertia,emer a,totb"I hemnmta m men, :Irma emesis m aim.mtim. f° M Mt x aged to cam Mg. mfim W a slag lana TI-a'emm' aat. Neil oe lormt°rw era no a yeti I in upon amplest. Of wk aitll fapxtllT AEIa.ts Im a. or 6' to Any Mir Igmmmtm ma sariese Wgis a ,I in s.,im W.01 �mnaaMf� gnloal, e011.1m cul m 1.romflak vers r alp lira. a mak eve ern tag add, It not raga AMA come, U i I Ig en e ander ewe mstruttipm l Pae m,m n r 1 ion m . xiprc�a box a hag taeniry are:, >I'ma rommapaaai0p0pBe: iwe ppm- I°asmo aaBe axon Ira. illi th aw ro SHEET 4 OF 12 agmi• na in ion 11YtC0. let vlin ark zea caatiim4 rem. or ' Mo borrow. also Dail aim papwent elm grog mtoneo the rma3. l.m Wmlarneamt.,m ememlett miaowAN to hemi cone Vi' APmmi von..er mt,a.;gim dell Wr. per.. 4. son u gWv zw pal a mmimm a is Ian and a aml� Oaf Ida 1.4101.0.111 1.11.... 1 { \ a!♦Wi011'!` y °°C0i1p0rllom • too cre •Calsis i entatar emll m a Imtgaei lxm� Mee ,�M o be w °stem mlf to enthe Sb 5 mixrdexa same. son ar a demi. IM�,utdle _ q IoW sIpp °� ' I(+ () �} O ' �' Whom mem m the eE .meta r aro SOO i Dela Mr miser tot wmrotrlote boy Um % SI nkdla"° a ram. Mlg a mlggat me .ro mmmn p men°I o, m, x dere tom`, Cr m ifn:�p smell the repartee Mnt.heheonareal a me 54 the "sat m,m °elmremorro kr Mx.wor anal .cold oe My ... i I... m. gaei lznq prim meld gar . far ono e Vie, Manpea me mafwrrW mar , -pmt. m, . . l col to a � plmong mof agar Wmlam w Are elf rope, bra, Amine a other faste11 rot Be "�eH,• , soctam Mal . pima .npfn or tag was r° vele. gm rag elm AN.. e. So. anal placeduMorVa*Ido .all not De amt°le. I p m . ama BARRICADE AND CONSTRUCTION TEMPORARY SIGN NOTES BCf4)-14 — . eio r baffle control amt. mot la mw er doer moM meadaargrn m Noma caner..morw me .I°mloie oy Ale FLAWS YI SIW¢ a .01 j.1.,0*� Tann 1mwi neem stl.ar nae Con1MO-Cr 10 mesa a rale alae Il. my m!.‘11a,P °Innnpso m.. not m anon. gar aq portion of iii °,a oto mA' ,® SHEET 29 of 46 RECORD DRAWING N0. STR 932 3 CV PROJECTWE16261 CONSULTANT'S YOB No 160063 ❑ 0 L ❑z C.2 20 z N 0 z ssooT 30 0r 460 RECORD 0000100 90. STR 932 COY PRDJECT#Ei616, 4.11/401 DI au ft. or 4e o °°' c 2.1nUn al. rdaaa ,.. SIM .- , fo. -.. �C f ecu f �(� T+ 4e, Rrmn9' yN�t e awa mem Da.. eiliey, i ii w bnrc S 1112. o a»„ 3°-' aar ®„e D t,ye ,ed p'"M • Poe, E� _L IPrF6t7•C . rf.N is 4 ix co mir«t Eaaxnn COI. rmn 2 .4,W.. CPT C14 3 6r a all nireo.c m s a.m, WI4NG�CN�APRIEL SKID MOUNTED WOOD SIGN SUPPORTS PERFORATED SQUARE LET AL T TUBING L ib1p,ry LONG/INTERMEDIATE TERM STATIONARY - PORTABLE SKID MOUNTED SIGN SUPPORTS GROUND MOUNTED SIGN SUPPORTS Ne TM wKteua a eyme iot l4 noaen fn eom Tya eton support. fiatoLe Yel shall oMr ,yi. .a . ,.y„ x e a d f ego. elto yr,Yeaatm ID es. aft. or lae. a.", '9':.'� I/2""P1TE.D.eon./ ,le lowed. , WEDGE ANCHORSsubstra dN �"ye " i L -1 •:.e o f DETAILS OF APPROVED LONS/INTERIZIATE THE COLT" LISNORT TEN E Ei,t FOR KER6,TE LOCATION. t00 GENERAL NOTES Mdi'SPLICFi 1 L+' e I"' '� tala.mpee Ina'ai y tma Poet Six iN.iam as feet Sal Flroadynr ner WOO neaire" i• Nolls 4Y a ued In tae eemD�Y m .vaden • mv�m uu erery lolm to rirmi cwncti aarre w i 6 i R' }used . t P•mi� Da,e `aa1T a®dit4a elfn,n�o 4'ac c nod a m on ,re 4rt4t w.e tl tW ^i H Orn, nw . 4 x 6 t 2tt M 35 yE; YES tttrtD tla,. Qaata T4 tiNiMit ' WOOD POST SYSTEM FOR GRIND MOM ED SIGN SUPPORTS errt t. «�err� acs e,Pn rti Te{0 po Y'wN tel 4�. d.rfrnta _ Norm o 6fQ�r lx 5 Bp.i rtva ig - - Se. ECM mitten prmn'ia 5' a r pate ,ot5i a ww al.Ca. is im7q r„I �',are'o �o..d. Pa,. dm,iaw,m.d.n,t6. a el et.'1.1arctaws4Pm'4 `e=t. a Nl'M. .14 xa xi ;:`,;,:f4 SHEET 5 OF 12 in elaa 4 N .6 0Tn6• .I tw rofC�e .due ' /T NNP..ewWatnaNWaeKryrr +6 �tfi^i • 3m ale 1i ynola i(,.' •: ''Wld R niTf no mie n BARRICADE AND CONSTRUCTION TYPICAL SIGN SUPPORT a. ,e A�mmu,d ^Dad s1ua EC WAGE yi / w BM) -14 I aidedx Wed ao.....-x (' rddr .. 6D SKID MOUNTED PERFORATED SQUARE STEEL TUBING SIGN SUPPORTS nmie mos �y.44 1+ 116 „„ } .�`... CONSULTANT'S YOB No 160063 ❑ 0 L ❑z C.2 20 z N 0 z ssooT 30 0r 460 RECORD 0000100 90. STR 932 COY PRDJECT#Ei616, CONSULTANTS Sf.Na 160063 TxDOT STANDARD &FRIUSE,EPGA TR. THE RIGHT-.-FAY ORP GS THE Pam SEHixNOT R ORRGUARDRAIL pile rice PANEL Tanto PARALLEL To TRAFFIC RECOMMENDED PHASES AND FORMATS FOR PCMS MESSAGES DURING ROADWORK ACTIVITIES PfATAW.E CHANGEABLE MESSAGE SIGNS tine En gineer may opprOve Other messages not 6pe0lfic011y covered here.) €5 ti I. ,n. ErWlrep,Insactar x MH , eI I Iowa. 0.1 al portable ........Oemlan MA exam" Pool. m wartle Na epautraw to etamwtmaaw .Arm, not txlwtlq Maple .rw can ee •tp,' O, Phase 1: Condition Lists Phase 2; Possible Component Lists Action to Take/Effect 0n Travel 10000ion Wg-niftg 8* Advoce � E g.4 mrnmlmtm v.119 le... or he Moe. M. Dr r.-Maw Rood/Lane/Roto Closure List Other Condition List List List List Notice List g W 9E gp EW — - =�S Re bg�5 m a3 •[•GI aire. MsepNa ora ix. allava.., Eo. Mme of Me Amoy o MMIa fore ix. pr,,,,,,,,, w aaMetma M Ittwi.. A ' + refer o m 1. rap air I.N. inti McDonotme me Sena kW.• m ae.n FREEWAY CLOSED x MILE FRONTAGE ROAD CLOSED ROADWORK XXX FT ROAD REPAIRS %%%% FT MERGE RIGHT - FORM % LINES RICHT AT FM %XXX SPEED LIMIT XX MPH TUE-FRI %% AM- X PM ¢¢ =ge 5,» m m p in+eNt°. nMrywitm ax, u5, sx, 00 film fn'wt�boffae oFerslmlm vp Mg .wvpe omml should av new a raMwy, YMrs C.alble. 8005 CLOSED AT SH %%% 50001088 CLOSED XXX FT FL00000 %%X%FT LANE NAfl0005 %XXX FT DETOUR NEXT % E%Ii5 USE %X%%% RD EXIT BEFORE RAILROAD CROSSING 400IMUM SPEED %% MPH APR XX- RR % PM-% AM $ •t TM Der.. term MEEKUO• aaAltf M Nest ally 11 ice way IA To of al wtmmy Mr.. pp era by Sunoco evmNtq at mlmlmt. Actum M s ma rows of work 0... M alaplyw m fa Pols If Dare m to beg. or FrtMy event. op/o continuo Into Nappy nor.. TN Engtmer/Ineayc+m ROAD CLSD AT FM XX%X RICHT LN CLOSED XXX FT RIGHT LN NARROWS %%x% FT TWO-WAY TRAFFIC XX MILE USE EXIT XXX USE E%IT I-X% NORTH NEXT X MILES MINIMIAA SPEED %x MPH BEGINS MONDAY o t k 2°^ n my sale. are m to e.tpa.toe De awtl- y.rp o trwgww Nampa on o POS... p.m o. ew aero%1 m /o mw.mme Dam. m.iy.eta eitw "'Pal'," p was Rel (n ° Mwope. Tro Mew. IM urn=ti Ort ie elaol RIGHT LANES CLOSED RIGHT LANES OPEN MERGING TRAFFIC %X%% FT CONST TRAFFIC XXX FT STAY ON US %%X SOUTH USE I-%% E TO i-XX N PAST US X%% EXIT ADVISORY SPEED %% MPH BEGINS. MAY %% '` rH " ma apmmpH g880mirl.e lire. va'• .In.ewpe. CENTER LANE DAYTIME LANE LOOSE GRAVEL UNEVEN LANES TRUCKS USE WATCH FOR x%XXXSX LO RICHT LANE MAY X-% XX PM - R. Go not (11,101. the Nettema DUDS .IFT LEFT. or Pam `TAXES SHIFT RICNI• CLOSED CLOSURES XXX% FT X%X% FT US %X% N TRUCKS %%X%X%% E%IT %X AM CITY of CORPUS CHRISTI TEXAS Department of Engineering Services £Rk . tat soon Darts... er ...wily arose Mao of Ma . wa prye,taf _ me NIGHT LANE CLOSURES I-XX SOUTH EXIT CLOSED DETOUR ROUGH X MILE ROAD %%X% FT WATCH FOR TRUCKS ExPECT DELAYS US %%% TO USE CAUTION NEXTMe FRI-SUN ° w«oae+2Wn+.Fmw or plumewon ilP` almalb'a° r mlwMorn .n Me MI1C0. is . TM NOVd mule be of le. IM. for traialleo name. rrme TIN text rp vARIOU5 LANES CLOSED EXIT xX% CLOSED % MILE ROADWORK ROADWORK *A5T NEAT SN %XXX FRI-SUN EXPECT DELAYS PREPARE TO STOP DRIVE SAFELY x%AM i0 w B k :55S ! 0 m1/0 fr. a Wln a 10 iMee �YI M. ter WINK mounted M wmmee m mei mneme Mala rarer .nm parl..pmnete ustl/i EXIT CLOSED RIGHT LN TO DE CLOSED % BIBAP US x x %%%X FT EXIT 0 MILES REDUCE SPEED XXX FT END SHOULDER USE DRIVE WITH CARE NEXT TUE AUG X% i 04$ -S®s alone. Pas ewe m Aur Mtuwmyu*00rlilwl l:not4fl.fla am'mr,aM �a . e a w m o w TALL MALL CLOSED X LANES CLOSED TUE - FRI TRAFFIC LANES SIGNAL SHIFT X%X% FT A USE OTHER ROUTES WATCH FOR WORKERS TONIGHT XX PM- XX AM -E-'� %XxXXXX% tl`gs MD ON PHRASE N&iEYIATICX WAS OR PRASE AMWYGrIa C005ED LVD A )?MES SHIFT In Nom 1 mut 54 MOM. STAY IN LANE Tn PM. R. STAY L [NE K W S s. ACCT im1im Soleal fires ant 4. I.9e S.4 kart* i Pm•2*580 aA STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DELIVERY TEAR 2017 INDEFINITE QUANTITY (IDIQ) OVERLAYS BARRICADE AND CONSTRUCTION BC (6) - 14 BLVD APPLICATION DUIOEL]TES WORDING 4LTERNATIYEm PBBir R GH1 LEFT In.md.pa T Minae ore tmelauaa {{.tt Ikrl frautaY m Cm wtmropr.ate. wi i. TMootel pant lar tour. y apple/ reelpmf iaa IN, maa oq c.vpsa. tammam Closure Llws+' 00 tt_'Mlaw Camiiim Ltw'. appro... xar.m S1RF .ST Um •m N G G wean Balfr.m.. or Aormm ..,.to TIntal is T..P N pp Marx I aw.rt°xon. E, %. « Pp ss am CS _M.O. MO. rate as p.m. rwlea m .mmrie.e. ion O. ur,D.aono..IfM,s. Iff iioPON r e metl u�f0 M t rt coti NI, MILE ma c.mpaa . mpprep Yat tel st be s rola kr0*0 v�m5nia f ��It' E m to Y+ ° onwe. 9. pletrnms or ARAD tun 0. °AOS sommaar�amo�M maavoe t o in seven aye A• o/evntMMtwl M ant anNr ease Dilh laonm pale fa urn uwlaatarlmlaea r°oematlfMa m IIY o1 am .eex .5814 TM eek.MIX Post Ft SHEET 6 OF 12 FY FrI„ Ahead Tell Biwnr TNaN PCMS SIGNS WITHIN THE R.O.W. SHALL BE BEHIND GUARDRAIL OR AMA' arias i'4 mAs° j� NAB. CONCRETE BARRIER 0R SHALL NAVE A MINIMUM OF FOUR VD I'T€Mw0Anrm0pinaroprce�ar HSN. qqrr 1y P*E DFIYSHc reyyl 0 Cm4Rs PLASTIC DRIA5 PLACED PERPENDICULAR TO TRAFFIC ON THE 441410 Y e «iI[3 UPSTREAM SIDE OF THE PCMS, WHEN EXPOSED TO ONE DIRECTION RTrirmrG�rue. xiOma Leal rum IRR aya OF TRAFFIC. WHEN EXPOSED TO TWO WAY TRAFFIC, THE FOUR DRUMS BARRICADE AND CONSTRUCTION NOW illMM{{ Ire iigry SHOULD BE PLACED WITH ONE DRUM AT EACH OF THE FOUR CORNERS OF THE UNIT. PORTABLE CHANGEABLE P.m..tBp . " s1W DLIPIT FULL M5TRINPPEM SSIORS MESSAGE SIGN (PC►AS) ; t 1= S are uveal Me nal.. and le9.11l..stcl my rawlrmemte ual1 a .alrca w Ii R I K „m t ®1 „w .r « to 13 ma puma GEE IMAM Sap6m »..� BC (6} - i 4 =IT.Pi D bt PfiNEG'TaHHt Fi PIm M.. rm °IU+ lin ins mporoi of t aln .. a apmr I•T�-TI °Te raaramrea pmnlaallY m Me Fall NatrG PMN el. pp, . M F,NNaar. It r""e IMINT T lam e�mpew ors zesestiaa .. M I, vur�°Marla Pap tlm Doll only uaMl«m�t 'Neu. of MO stens elm rmreemta. ma mal l at ewstPnre Nat sum.. Pam my M may io ellulma a mulls) array cora a-erlaea It meta int vlefbl lty, nam rats ant a1.M° 6CHT• fa- gHT�T pa " Nu meF]a. lam IST [ Il 8 SHEET 31 of 46 RECORD DRAWING N0. STR 932 qw aam.v Im.1m . TR-plyar. HIT-.,Howl Sx-mAIMy, a,.®y rewire.. m fay role AN. mem. L I, nn m^^ •` a m, CRY PROJECT' E16281 e§e SS 1. a .2me1 rflwr m ia�m ei i2rl»Ia.o+wo Mt.°fir G 11. M Calor Barrier Ref Whys moll w w mmrfhm in m RRTC0. The we of m rot.. Wall be wok.. steelaie y ro Lim 512 CONCRETE TRAFFIC BARRIER 2CTE11 • eltla of N. CIO, two 1. sof etch sten. of CM. «01rw`e unlreamlr mown or an [Wet mw lore atoll W op II. 10.111.81. or hwawa sailer Reflectors mni w re>laeo w nlrw,m 11.slwn ems barriers Wall a del... as shawl w m wore Wall. LOW PROFILE CONCRETE BARRIER 0LPCB> DELINEATION OF END TREATMENTS END TREATMENTS FOR CTB'S USED IN WORK ZONES On 016X.2122 In yew cow a`rr Om leo. Notraal cwwrmnn NneW Wwarw w WOW . Refend to WOW I�er faere m war BARRIER REFLECTORS FOR CONCRETE TRAFFIC BARRIER AND ATTENUATORS Awn. Lrpn m WARNING LIONTS 2, Wowillrwq 1 hyla a ani I N°bero 11rw ,100210* 2. 3. Tyco A-hz. Intenel Ty Eh . aro 1y wee am Woe. are 1nt.me0 to Own of or wit oon, itnir w+.1rlol ly `a «Io1,. rot W _ wl lb wwan01 mrlewtl w r ra & ei m 0 lest W. a of The m ewlre eet:tar Gaerw°1�«o,102* ,ao.rieE 20.4/1.220/0* ons -Iwo. 360 Towne Towne 2 /4/ Ann Lhp2/ are ImlMseha a am In a swim for allow.. w swam. war aortic 2nxw1 Awl. IW pens° w iMleetm .1 rn1, sheet Arum Wee ,Mete of ,M plan by tM a2rPa.rm "WY rnewo a Or IW 11122 mlr rowlry In, 1201.1 wo ,she m eo,nw 1 rym to M lanl lee w We wino own. aa.la.. When e21ro”. the F10*12 * , m 21.002.22 1* 25 NF.. a copy of tM earn. 11U1fe aril/Wet11.. m .b'nlro l lgrt wvr1Mn .111 ina iM lowtrw or va-nhlp itgl s. taU wnitToce-C on�wr1.Hann Own M. 0 eta 1.0 IRE Pownose�a122i , 1.M .11210. 1.0150 rtf m`�a rm. nth* the I -km tiornIrm wi/0*.. EARNING LIONTS MOUNTED ON PLASTIC 00.116 .11 be are , n rM zea.. Wahl, 1.111110 il1nts are Imam. w tam erhwre mat RIr are epmwwtw m are in a 2rn.iol it W.V.. area. lw,anirw 110n, ww 21.11.021.e not haw.21.11.021.11 lw as 1 W. a wan In o arta. rm.. a0121 porn. 1Inrta p1ea0 m almml raNq Penn. m form a rarplw torn Any a zeal for a2 2/rlm. If the 1 2nrl .anis war Ow m Emlwl22 or fOa r h ;M Intl w m rer0iw torn 12. 1 1.tt00fy thedeer. re.. /poi, Thee We or tiowlw for web 11W1i aa11 55 taw., 1. Warm 10 bone, 2. ate an *mw-wn ,mnrwcon 1.hm/re OH _ 1n o arra m a1 r m Peal of m frown 1 1 M � w ire°.e uwal1522 6 I.. e1 i/00//o a moll r slel 0 /o.ssoe 25 loot/Nona 0011 1 or ale/ i oo*Mr ale.+. Sr phone. w WOW., 2 m 1. the wan..021E10 t1. wan.. UE,M On OMB Nem a Annual TO We weae111.0 Roar0e 1000/04. WARNING REFLECTORS MOUNTED ON PLASTIC 0RW5 A5 A SUBSTITUTE FOR TYPE C 05TEA0Y BURN/ WARNING LIGHTS I. Aworn. ilf/0000 21(W0rovedw°thet12«lu roaain n 20/ 001/ 6wa0 P.n.,. fno T220o. Pian inirn Pant. 1100.201 a. Aro Imn1w arlwtar 1.r 1 a »112 1n 212 m ew11 w wafatw. 'M nthe . ].reflartor.11 WM afminlaue rrerxafi20ra wrfw bran ew..aim M W a Ir1m.e, ror w al.n planW. 5. Opef letteera 111042 M1e a� m man' 20 a mow„ w wr M las lw h tl aM 1r aflw a Warp 11. , TM fan tan, pato .1211 Ow tatlw w mawl 1ar ar.....WO ry .wrrmr .. 6300-Tme II or Ow °etl1 amass nai 1,a 211 atfg,f.r.7lm s 5. TM omlmm N.. w .mnlw ref... Mould be rbn.rwI to ,M a0m»l lobo Webs woonw rawirmnra. • • • CORNER CAUTION WROTE WWI ALTERNATING 0100 CAUTION i LEFT A SIM 'In RiCRT 5. AA'wIZW4I w ru. nr r>,Ir Wer lana tion.w alwna,aaalr, or as A1r.w no itl'"'» riro°nhr 'N'.Mw mar aroiplo7. a«o'1.«. o�°Wolonlaa 50 w . Tia flmiw row of r1. Ion. WW 1 nota Leu rotan f zs o TOro. for so. ALLOWS wren m iMOO oy I. INT USW ...L. M.erer, m .m enrol Chevron 1. rronin Bonn KKaio.1.. It w io1°Q1i amrl. utas art Se we to etIona wo.lae 1t wt. Its, t ' 0/1+.Q alryi reaife 2* 022/2 /a n:aT *221 0122 row*. REQUIREMENTS TYPE Cf PANEL 212.2 30 60 1 REI ATTENTION FLASHING ARROW BOARDS WHEN NOT IN USE, REMOVE THE ARROW SOARS FROM THE 'C BARRIER OR IMARWAIL. SHEET T OF 12 7500242510100 ATTEN00506 O pr2w dQr.,R.aWw, mot min Niu.t.. An Ma meihrtea M Aeseeo-m Report 11., 350 rIam: r l'Sw xTW BARRICADE AND CONSTRUCTION ARROW PANEL, REFLECTORS, WARNING LIGHTS 6 ATTENUATOR BC(7)-14 0.22 Weser OW ® /22011,. tylia Loft [041.2/ NNSuLTA„TG JOB NO 160063 E01 W W � � � O a NC SHEET 32 .5 46 RECORD DRAWING N0. STR 932 CITY PROTECT, E/626t 1. 1.fen Ian NOTES on treesoye, mule ml I a won m Wr=late nano., iseeoe of,nocan. mmne11zin6 p5nl,a soyyon f0 tacw In rmgmrm ra Iw ey ticahap Iweaai ss, imwo aw 74: g,', -17:,:;" m If perevl Me nee. m O the no). f Oil+laaa io,irminiviwn the9. for z '1X.:4 Ive res OZVIeTneren trans ore Me atmerh Izip eferred an1oiaut may be rpi¢eel in tapers, transit. On foxpnt sectInle by vertical owie, fee -plea non or w -piens ewe as Leforw ay to 0p1ed . Noll run1fer rraftlo Conroewic Oee• <Msone. IMS ono w 7Conl Ica Mk I 'raffle Control .1. el 5.so free • mere apon esl mleaimiie lamar•aerx�s car /Pea aaw nlp a. .H 6. ...wari asse mat. at 66 Hera te repines .iia Mica laotttfiwwfm rpiasmt.. Ertimerlepeeto, TMprplpa- pent ani. mat se m proem 0.wtw. GENERAL DESIGN REM11RE930NTS Pre-assiit. wattle trues Plat mat tip re.iret.tat 1. Plastic 6-324 *Col I Po tMe renes ,. 'aopy' ar IM Germ wl I 2. bin'ellytr=1 was mo, to... in pm a rover mm io aeon ton M o rmhcle trerel try of a papa tw as pont. sena..to am� Of Leonel.( 2.161, w Cofersople attar Hee. Cortroctnr,.11 RCS wart., Irmo r m• 36 lt lsslowed and toos w 0 renflm, theM1el0ateot (boar Ie,m�Inseal tea. apse weal an a min. et 66 Inches cod w I o can II., ma � reflector wv %rove E. Hp ester. MTV + les so m men say .11 here o slob. of car alterneriry / wl0l Orton f"8t,m 4 Innes non aImes In An nn- looerlrea car +so aalamt Orlon Hall not ewes t Imps In 7. nal. oft ro...e• 0a o. off Intoo1`.ofa 4,33 taroi,A te1Dore`nmPo calm bon to Pe NIS nen .1131 4. .1111- 0l yepoira.y;ene'eil'MI or once opplro. a eamfnr1c1, armx. 9. 6vn oaf m11 MVO 0 aaNmm Wel lost. vel. Of II In 10.6.1 and Pose .11 Pe mann with noonfoonront nin nnsi mann. RETROREFLECTIVE 5t6ETtN0 BALLAST Alla .ter Cm. 3. It trap of etnml.6 ton tar al intro von.. fir 21. , 041 Int _ a aver mtpte, phm, m my enmat to cafe, sametrlw, or yen ere .., ton as. te rt.trya0snioiee. 6. I.n• auem in rap. ea.a.te. in neem(., m+mtatteif Pon Oren. notea t. rwq ro rmtmty• t mi Ieee a a tr. opal. a 4. BOHM, err rot be plat. 101 000 Of run. x Uhler. aor a wee fa wave Mr Or Orr a mrmmt. PEDESTRIAN BARRICADES Naioem Sim piimrolmi e. est Petel maw. aWmelp irMfia Loa DI., trivets e,oarmr Ota, aaDiOm slplp eon (otos PA eona ma ppaaev rat 5. PlpnW, Alumna. Or Metol sign OutStrafe6 101011 NOT 00 u5e0 co plastic Drum 5IGN5, CHEVRONS. AND VERTICAL PANELS MOUNTED 01 PLASTIC MINIS . 9i�w�mep�no �0.11amulmimm airy 2. Llsonne O. Mb ion elw Nin m au.amvemw or PIanatiOr la Kga0.rq carat, sniW oft.. 213 wPmi6 mih o mufptmw .ion cape w pits onion.. of 3146-33011 1 ti 1 2.133 Moll aloes atam ope vee .wa i me 4, Oner non Innen e0llN cap a ww menages Epic 91m atnmeiw mall rot neimn, empt ren is NI SHEET 8 OF 12 Sf iINN.lalahnf.e ar,9pospvm., BARRICADE AND CONSTRUCTION CHANNELIZING DEVICES BC(B)-14 ., caner one. cape Nos; fa... NMI Jr. .pqr 4-03 2-13 9-0t 11-I. CONSULTANT, e06 N0. 160063 0 0 < 0 F < N w E � F 1OWu O 6 z 0 0 0 2 0 Z 0 — 0 0 m z W m 0 63 SHEET 33 0146 RECORD DRAWNG N0. see 932 env PROJECT# E16261 a m JLTANYS aNO. 160063 0 1— cc Op Z hF 1n ?3� 0 nig Be g 0 U Q za 0 rn QU m 0 0 0 EE SHEET 34 or 46 RECORD DRAWING NO. STR 932 CRY PRDJECTI416261 miry ° 12 r1mvm MI M 1'imlara+agia GENRA= NDTES Mir P -IP I e piI a — fila ar aim ar01 i,nrepo. fa MrI30.p 51 ilwmt at the o;.in + Even.able ore. m ot. at a Maria Mesa dam .11lmn °ar°°`a l . i. 1. m of an m: Moll m In lino moi. m mo,° i� Try En+r°°°eias eallntm' � ter �ae°I.a+o as oca a:aael eoaa nt Isy., am In 0350 155 mal maw* ihm Baal M aw PI raraaat la YR.. m W gam with m. •xma. Rawl on uxlr«,a i1:%tar. a ora M x Mae laic o rias... fla. r• r to -r w„ae a a.1.1. swims or . at riga .1. to viremnliv traffic. Il Ina .nly naal... �awla«.lelale ;�yl; l as + rr; ;ao 6a1'�rm1mi �l, l ..1 ....n. iwm me o.. is ,n a:.a, No. r Other al« nesse, 319 Vaasa a+ .15-rt.tt.m ...to ,vola M 5.5 ,e vara my seas cabs• umna,tzlnp aerlae re {remeatly Wm. 0a emarc rmte,ee otm WM s,3115 all.. of Ma abam.lIzlaama.. or In Me MAN damoll : X10.°MO,e ; r�;ror un;r.at WM 25. r rra.�,�awa� asrmIr011 . 5.1. siva. atil RN �.alawr1.1 Derlive «.rwilesta In a claim ,,alae enlosa. roma iwl� a ie 3000 i6wia r nl+-.,w+,�, +,� I�.a DRIVEABLE ei.. w ;mravm ,.ow. Qmly.. of M15.533.11 Lvy r sa y M,a, bra r 1 mato Gam, r .mod .m. r rrmma a e. a0era Smart cm de uvat'Di aa:iP+IM aMrcau as be ro wmalmm alae+la runs est ret ,e rept..m+ta ora. CHEVRONS Wavle Paseo Mali .atamrom 3D aoam m a.aaner NM V.. arms I.. � 1. 11� t ease, mil r «.cant arfre. lea Mas.. to iM imairnaver'e T. ire Iflatalito.en aul f°ur aaltun,awnes wail1 set Mme Ma flml masa. °masa,, im a1 oav°teat fapenaealtrryE Ori anis it Mall mora* ail mal,m,len MP rte+ v 1m.aa °f fly. 02: 0 m a Pti a mol i2 ° x v,y.,imt i PORTABLE n ` " pmw vstet«1dwtar 1a«'t t 0000 rot. 1/ mow of armor M.N. aM — m. Mare oo.l,i.. a°j m . nip.. yl tra..im to ramlrm r Ervlaverrinervotir Mmol t ref. to r x°w.m wales malt mom-oNyee" for altlftlenol ail. Nes on Me afs m of fat Bev of o:m pee my. Moa, to stair w.e ° fire ". +e ron°p°`m+i°i. orrm. r.:a`aettiva NO t aways twartl Ma trowel lay. ra°am`v0r•M sirs flan C.1...ye ar altar a ihim, v.30' atatattra 15MINI a ®woi IMbereth portable mal. Nava. Eark .o Wilms Lt.. Wei. fa' r RV .11 ba ra+rr•riec+tw Ia. ; 1moray. to0eomlv.. W+riol Swclffcmim 005-6310. uni0 T.MoroMt272* Milson mots.. al thea +iml 6 tents Mal. w was. ar, a w -e /MI. pmol i ]6 i•c.a1. �... Pp.in salla sops hes` �4 � ta 30 150'offs'prise �. 35 CO L. 6 0 205' 265' 225' 295' 295' 320' 40' 00' 4S0' a95' 590' 95' 90' 50 55 L N5 500' 530' 550' 605' 600' 660' SS' ' 110' LONDITUDINAL CMANNELIZIMD DEVICES 3LCD3 so 600' 660' T20' fio' 20' tSOt °r0 kvatraa"• y ore" ;n1, .fors.. devices Mot ma niwlm vial.., tan aura trot ntu as mi w re not asci +° mtn,a m npiext o wnf°la m lopwt. mvw.. TS o 600' too' x0' 770' 240' ego' 50' o' 140' 1 0' VERTICAL PANELS tYP35l yhr. oon. alionio. 3. Lea .l a to 75 TSD' 025' 900' 75' 150' i to ales In nor mal Icf Iwml lat. rewtr,w,te oz.. to r m,;>, aw yed only Mal Vawn M crzrco N 60 00' eeo' 96 BO' 160 A LCOe .315 net 8.6 v. la a ...one r oarwr•. ria :"lx 'i laep00mm entire+a•meli ishan" "tresis., fr +.ammm attire & Ow+i6rmrwrNOna McCen•reWiratimOe fv bare. nails Mould woioi`0•°l.. � ma tab efitn N;Et� Grp s.� es 4.0 tom+ *- ,den w «..., , ,., SUGGESTED MAXIMUM SPACING OF -. i• m�°i'•.. traffic w•asmoiriara ,Ones m. _ Ria m malar ° 'n..°44404`•490 .wo'•0rm� ...lima. wa1270 2. rea..:ma'°•` r ZOO r mol .moth of r ONO. CHANNELIZING DEVICES AND RATER BALLASTED SYSTEMS MINIMUM DESIRABLE TAPER LENGTHS a iti]W a.,°A°tEtPiw' pttree72 mra'm rra use, bn ales to wmwt iM r 029;. xar:r .r irk ,I7 . r r r n ar � °ry" ten +eu°ilem"a aO'eln ?gr«tn e��siptl imm u .� r SHEET 9 OF 12 6 f 0 I mat mM haft r oovanr climes"n• • Imme.iM wet. foal { im •Ith a2• • � p c.tetaar art,a minimize r ar ' La+.e.l the MO awl not .rias ]m feet, I at`vew.e a am°BOww m+ to. Ws pl.. Cehnen me ort a n em6lrx a>,- i. ref MONO » woM.D'�.......69.6.w11 o rtuna to eta e;tom If s;,N3-. in oam� � sripwemnruevt °ice NW. aro a n area. Mon mid iv o 1as .r In a.1 Mal My ""'ow saiAia ao o. I+li .mar .drat h mm 45 IMO van�. `" 1a.rr•.•°,autaant • /�ws.renarexnao pmfim:t .mrwm alma taw '°'"a1 at per ia.Iasi... mtimizo l°mr0 arihc'n:�wa,imi:...r. eentl bmair B. Mon wenir oat ayetr U. a m-rlr. Mn alma awe eaana to .afrl°. n mer .mm am. ""a BARRICADE AND CONSTRUCTION lar Il 1.5..l7llmplimlplMmM.I.Ima.es M „a o as m 7711 *7611 not 6. lass tin, 32 IIs:. CHANNEL[ZING DEVICES wM M iI WV notal nw .-6 OPPOSING TRAFFIC LANE DIVIDERS (OTLDI BC(9)-)4 HOLLOW OR WATER BALLASTED SYSTEMS USED ASr LONGITUDINAL CHANNELIZING Va.r moi mz TOM I01.mrorls 1021 lades' m . ' DEVICES OR BARRIERS IIIf l a m JLTANYS aNO. 160063 0 1— cc Op Z hF 1n ?3� 0 nig Be g 0 U Q za 0 rn QU m 0 0 0 EE SHEET 34 or 46 RECORD DRAWING NO. STR 932 CRY PRDJECTI416261 3. TYPE 3 BARRICADES for deM. ofHuCMahn, 1.4 3B one a mpostof rveiteerleisoo trafflo Control Melees Lie I !=,o clro all traff rood. shoule We sOlp. mat Woe Woorot. mot turn In Ron ��rt. Ms amr'le iwoare most., Wee d ln both eleoctIons from Me can. of Oa TO. Ode'center ' rom a ua a OW sow a ,1. roads, *MM. WWI slo. award to Ma rlotd. lamItt o soy to loorloces id. ohoo f taa„°,oa W A. of topo. toed for t ii4wlIoonn ewllIIcbe lciml M frofflo ml.. m..w.,. clear cons Is Drool.. Rimre iu aw rran ,mmlg .wr, oorea..gw ol. e -y, mn>pimlea awl is ra..a.a.. Tb moons flea tube olIY.. Mas Ion Wiw l emmba Meted In a.amr mot I005 'o3IsTie TOwt wT So1�. �.a any oso d'.:l lw ar33Ibmaamole.on as sama0a 0.031 ..o of a d rm1. Wolof «,.t tura coon ..WM. WOW ala .d eavori of MO or Woll y tretl. or LW mo We .lm rope, . ':� st p°'Type confer. Pw..oSolerlalo..o 205-8300 lerie o,. Barricades sIm11 Oa used as o sop a TYPICAL STRIPING DETAIL FDR BARRICADE RAIL AI ng. 111) Air� TYPICAL PANEL DETAIL FOR SKID OR POST TYPE BARRICADES cod SIMS ROAD CLOSED PERSPECTIVE VIEW PERSPECTIVE VIE3 >M twee mul1.o sm TrD �iwbc lrerlect..1. str too co onofool. ore.. toorrla .1 both oleosfor is,. frottla. I. SIOns should Ino Imoo m rr. Tne srV. Mwla 2. ...co oho. anal I be ....flat elowoo M PLAN VIER TYPE 3 BARRICADE (POST AND SKID/ TYPICAL APPLICATION e e I.Ow lm ..11111yy'aWOW, Woo PmoYb wW.tib IOU* fa Sorely rad.. In flo nay ea ilienertirted fa. Woo Olen Me shoulder W. Is N Ana, .iwMon nOW. man roy hamflfaroaanr a.... of Ma Wort oldonlro. LEGEND +10.10.11,01 Meetly m.+ nm, a old .... r.rl.o,.r oaf Ic aorta so fhe PLAN VIEW CULVERT WIDENING OR OTHER ISOLATED RORK WITHIN THE PROJECT LIMITS CONES Teo -Piece cmee o- b TRAFFIC CONTROL FOR MATERIAL STOCKPILES Ore -Piece Donee Ttmu.or writer 20' Cass Mall +oro+ 01+1000. VaiWlt of 91/2 lbs. d2' 2 -piece cones shall Rave o mimeo r0lant of 30 tbs. including IHIae. Imatmt'na:imt 'r Pim m.. Iwa a. oa.Y and We Of MO rol.0 mr.il .f MIMmmin b.irom.•s mow,..intmm eol..611ht. mite a mi. W Orap¢ ref COW ewtoce W r.yWU on ira.ntON aOf aePwimmtal I Wterl�olw5.oiticmim Ib maild ar wno/l3Ytim.etrArt.term .on as Wt. on 6.41. ,e. W 6. a°P 7. to .dodo a.0. m Or. aojct remold De 0. «..0...I,. .a THIS DUDE 34033 NOT BE USED W. MEM LET AMER LIMO 2014. Is In 2. file dovIca I n. erHro mttamr far the KW. whIte ter riy. a..o.Ii�1'n."for mum t. ed. If '0larlsed mmii+Nnto Me ref ..patnml al kions 101 "n b.. s.i wtm'onlnl.s A ]a tbs. SHEET 10 OF /2 • . is EOGELINE CHANNEL IZER to BARRICADE AND CONSTRUCTION CNANNELIZING DEVICES BC(101-14 Vow 0+000+ m. m f.0., J0. marlme 1.1 a ma CONSULTANTS J09 NO. 160063 Q Op z I% r N 0 z 0 O z g SHEET 35 of 46 RECORD OWNING N0. STR 932 CITY PROJECT0 3032E1 WCRK ZONE PAVEMENT MARKINGS GENERAL 1.. Cantratar MMI m remvinle fa mintbiRim gx m a amee •tm tm etaara mums 71,77Z.:".= m of i rwaayv we+ ataeM In to Pima TO r, w Ptam W alma riaTttua�m Inm<mtnmmee .itn ttN . es Man an fae Mora AI 2MTOTx CNE al v mitt eranw ua11 m Mtn a<mmr aiin Its m2,M� Zxz Parmmi Nv0.t�ge.tell ore not In ma ma me rol aay same is ami totvatua 1. RAISED PAVEMENT MARKERS 1. mie vmelt masers are tom ulama a erbl. M Uro Wier. NARAER6 melDwximmrtol Ma e. EaalfiMtim RS1ti200 r EmA-el00. PREFABRICATED PAVEMENT MARKINGS I. mrlcmea mama gkimm Mall net the rem.... iM Comm,+ gams Ifal I Coal mall met MAINTAINING WORK ZONE PAVEMENT MARKINGS maim vale I Mite. avlm Em m r r*4 e0 00*»*M Mart un inrcla antral normal Per Ma ble reference a am 120 0* Man im-betaIr. at WM. (alms el, tbyeef Coroma. s see.F. Ms refer. stemte 11. Me 3 tm ever. Of Dmir a-Goffer iarr al RaysPer REMOVAL OF PAVEMENT MARKT I. Pmeaat ga. MTor direct a aerate /mars or lato mfine Im maN Cot a toZatm o In aye.'77'.7"' avlwe re uae in iiM to In+ °'rr � msslme. per Pmaao�M tir00T Sowitlm 'T:7; tmK6i frI�EI�Intinp Evi�atiry emir rya em Seat MT partelt.. • faof IWtpmeta'+f ramere Nall m m Area. by tm m avast emYi,y as g-kae .III be m1M ra al et I MAIM m EAISTEW PAVEMENT mPotit& AMID VARMA6,' Mese aalweiw vMiMTin Ha Dime. 10,70.7c1.-. Nor.. iopemay be Deed to cover merle,. It morass fmmine aleu.en to mate MMI tura. M ireEEa... Temarary FIe21bie•Reflectiva Roadway Marker Tabs TOP VER t•—Ar_W'—M PAW VIER SIDE VIER STAPLES OR NAILS SHALL NOT BE USED TO SECURE TEMPORARY FLEXIBLE -REFLECTIVE ROADWAY MARKER TABS TO THE PAVEMENT SURFACE 3 o b6�62A2gmr tae uvea m W iama/m meal me. me tale .ef bm Ermines.. Waled nl4atee rere...Ore, i aalim wra tabs 1.normally rear..., ..mr the Wilittl of the ,at or 127 moi a Imam to MAX. ma s beforee plasm. m the rmavtmla SMtim w aetmm�n�ep�ml�(mrDlvieionlrfbNriale as PawarR� Uma me fel Irma test. ATM flw RAI5ED PAVEMENT MARKERS USED AS GUIDEMARKS Saal. ambers m a as lmarra w. p 1100 Mc I. mara,ai matet 2. ma Paean eras Pralma m a bro1M i w a The sem role. Meeive for Dula.. mall be bitmirwu votertei Cot mPl lab r MOON.. tor m I amfama m therm... fm =erre wtaev. Metm . am, MITE -lav enter refiattra DEPARTMENTAL MATERIAL SPECIFICATIONS PAVEMENT IMAMS MERDECTORIREDm 014-4300 EPDXY AND ADHESIVES ADHESIVE FOR PAVEMENT MARKERS NAS -6130 PERMANENT PRFPARRMATED PAVEMENT MARKINGS BRICATED RECT A ler of precool If I. non -ref marls@ trof ea sumo,pavement male.. cm be Focal a.roes ahem on BD.. SHEET 11 OF 12 sf /ala D.3.tmwKarnamwrmNmm BARRICADE AND CONSTRUCTION PAVEMENT MARKINGS BC( I 1)-14 COM... D E«o. 60063 1 cc 4 Dc, Z KF N 0 F I _ QQW � F W ao a�z 0 03 r Q 0 a SHEET 36 of 46 RECORD DRAWING N0. STR 932 CITY PROJECTPE1V4VI 1 No CORRECTOR MO CONS.... PAVEMENT MARKING PATTERNS 01411 <0 reTr0-A 10 to 12. Ttito 110-A .., -. 4> 0041 Ty. it buttons PESSEETERIEED PAVEMENT MARITIMES - PATIO.. A RAISER PAVEMENT MANNERS PATTERN A impr f 99I1990 - 0; 9 90 r TYPe Y editors E 8- 11-,17' REELLETORIM PAVEMENT ATARRINGS PATTERN RAISED MUM MANNERS - PATTERN 100* 11.0-0 I47$ 052 CENTER LINE & NO -PASSING ZONE BARRIER LINES FOR TWO-LANE, TWO-WAY HIGHWAYS Type I -C - 420V6Z101!0 „,740:.1!e'o-:-II'Zi 004 00 Ty0e I -A, .00,4,00,2000ov 4410000ooc04o0oo42oo22*2o2aoo2 0*440 IMETTETERISID PARRINNT MANI. Prearlarles Rastas@ wir re wereirdree for ref lerrarlx. pwww) wrIkirras type • Type outtoon" 022 00 "---, aaa aaoasasoaasoolloea:NaaosailsotInO-L'aa':Coloos RAMO MOPE WRAPS \ Type OL EDGE 1 LANE LINES FOR DIVIDED HIGHWAY 00e I -C iner one two alba so Type II -A -A type I. button* 033 4> .ww. 290 1 0" 000 .\ Typ. OCR REFISETERIEEN viiniffln RAISER PAVEMENT AMOS Praiser icalw repair. no no ...orr,roa ter re lwar law Resew. .writ,ra. LANE 1 CENTER L INES FOR MUL T I L ANE UNDIVIDED HIGHWAYS ... various pas Rao Ewa \Type REIRMORIZIM ValcINIIS ORONrieWIE Rae., n." be WWI.. for riWealiorlaed pewee. eareieSsi TWO-WAY LEFT TURN LANE RAISER PAVINVIT MARKERS STANDARD WORK ZONE PAVEMENT MARKINGS DETAILS 09. Tyr. 11401 ;099 DOUBLE 0101 i30 0 0 0 o c;\: o Itons ;la 00 0 0 0 0 0 0 NO -PASSING LINE 410 Ir Tel loe SOLID EDGE LINE LINES OR SINGLE NO -PASSING LINE °0 0'00 Noor Imi:mnoe Rolfe or YelIss type I -C I'M 0 IlUttena Of .1 0' WIDE .1..diold000Doof0000 LINE 4-21-00000tfooDoopoo BROKEN LINES In: -C or 0*99 LINE CENTER 0P-400 00 OR LANE notoceon LINE le- Oh - I0 1 30 Wt. or Veil. Type or I.e. Odberi rewired) AUXILIARY OR LANEDROP LINE 30420 F! 0 0 0 0 yip or II -C -P 14" REMOYAKE MARKINGS NITH RAISED PAVEMENT MIPKERS MIMI peverient weave ore WWI to yawl)* NOOTAKE narldnies ma earners 20411 ba opolled to the too or 'Me tone at its approxtmate mid Ion. of loot ueed for Waken 11 or at 20 'oaf wooing far sal Id liars thlt dile. an WON rewire of rialearl pow., woken) teRs 100 " Palm. Fovonent Markers CollarlIne mit nal to to E.eed On 000 Hmt SHEET 12 OF 12 gamed pavement trorlt sr vocal oa standard 0anauent marking. aball NTH the wpraved predierte I let and meet Ow requiremenee of item STS 'WISER PAVEMENT RANKERS. T Amok' ArN.5.0.•••••••watlftra.... BARRICADE AND CONSTRUCTION PAVEMENT MARKING PATTERNS BC(12)-14 rev to -It. 00203. rarest 190 ge, cutoarlot 010414001101 CONSIIII1005 JOS NO 160063 0 00 z 66 1111 0 083 18 ! ca g g iz r = SHEET 37 of 46 RECORD DRAWING NO. STR 932 CITY PROJEcr# Er 6261 CONSULTANT, .100 NO. 160063 TxDOT STANDARD .i, gE, ,i,... •• LEGEND if! 1 type 3 Barricade • Is thenn.irIn0 .vloee iDF 1 • ROAD RORK ,,,,, wer3 venlei• Trtoet ...need • AREND ;TLM:T-4"-1,V.,. (A Poe.tot", 0,,,,...1. Me430.00 33, .,... 6 ROAD T'Z,Iti. 0 6 g LNV .-.......E. engineers 1 architects 1 CITY of CORPUS CHRISTI surveyors m......,,,,,, 11,1:1ra" TEXAS ,,,.,,.......mm MEADEND ItoVIDOID, . D AD WORN ca'alaI;18 I 6 ROAD WORK 1 1• O:21 F cva iiiWORK • A I ,- ..., ^o,. 2,A 'IS?. 0120-10 AHEM) 1 t g, 1 Of fs.1.0133ePottsel W. t ; I Egs C:? -603. , 1 '-• 6 , 4 A i 30 -76-- 2 150' 205' i65' 325' 130' 245. 30' 35' 50. 70' 120' 160- 90' 20 1' '; t .E.t8 i ig . 1 • '- P' /a - I 45 Zan. 450' 295' 49, 320- 540' 40• 45' StY 240. 155. , A 50 500' 550' 600' 50' MO' 400- 230. ?' g 1 1 4 o 55 60 - 550' 600• 605' 660- 660' 720. 55' 60. 110 120' 500' 600' 205' 350' 5 I • LJ 65 . 650' 700' 715' 770. 780' 840' 65' 70' 130' 140. 700- 500' 41. 475 $ 1 e Work 40710144; n i ve 75 750- 8.05' 900. 7, 150. 500' 540' .84 jadlirr777'' 'i r„„„e i 8 1 110 if. inper lenngtles 443 ,e tn rounded off 1,3e04711 een$ of rover (Fil V.13311 of 01 fae1,11 S.Posted Speedf.11 77404,010 174 : — Ao Utramm,otSmro Ait LIZnr*m, Pntei1a firndf f ov Wn -elV.r A v1 e3 711 . G2J,A...ELor0 R0.md., NfAODa=o. .g2 535T 1 :I•11.1i,. 3IVtP1h4,t1g3 0r amot1G'a.Rr,0n, E0E enrnW 1 r.i•mstoom sooChteert"t °mrfIII o3trotVo rnnSlI ome tmaumm r 0uO.o.E1iLnreI 5tAa r..r° eti.1IE1.o0n.e1 mem egn8v376ne0, oVe1tm.wre,Tf1N6a)iin I , ,. , ' =Otfe N13o1Tc rtoT4OV nRoP.I 'lteMemamllm oROt..FrE.aeIlVeRW.eAdVEot o,orY.& no lf,lt6etwo.m3tet,l r osollietin0 imam. * maim vemom , ula iRS mMiaweWTne cuiI oIuVINm opi.n3,.fT de.O.3fflge c.d14ida Or strum to o mma M toe arm exposure Um°, IDS! 86'' .rt A 14 A af crew °fivers., affect tfe amterrname ar mai Ity of ttle worA If warners ore no fitrum present STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DELIVERY YEAR 2017 INDEFINITE QUANTITY (MID) OVERLAYS TRAFFIC CONTROL PLAN TCP (2-1) - 12 i e w O t '.. a • t.' but road or ,NA con,Aom ,oqui,o me moue cootroi to roman ir mace. rm. I &rum. or moor coartm MI, lo,3<es may. ,,,,,,,, , ,,„ ,,,,...„ ,,,,e ,,,n, ,,,„. 5. UPI tionoi Shwa,. VelliC1115 vi HI .8 may . posit ioned Of f the paved 0 •, ROAD 8 L A 6. See ifPle-II Id, vaunter warn on airldel nlatmayS. ex0r•ealwaye ona camoma, A !motive Wer14 VellICIee Or Oh, mulatto, enema oe ...ea near me ,q,..,,, •,, ,,,,, ,p, ,,,,,,,,, ,.... ,,,,,,,,,,,,,.. V. tlfa, .5X0630ER ROW sign re, be towl in 'tout of [1,2,10. moo WM AHEAD' elqns for ..ear +wt. on conveniknol roameye. WORK AHEAD E/10 ROAD 21 - I ROAD WORK A WoRIC AHEAD • • roe constroot ion or motnlerance adaltrcet Ware. BOW, l'n'Itrgtg.Trit&at'Aofat,-,VeglOz' ”' '''''''' TI'I/II.O.I .:51d?.1„tiIId 2/ A VW ROAD Aarricaatta, Mona cm in. (lc Moo... 6 1 TCP 12- 1 5) ,Fte0s- See note 1, TCP 12 -Ib) TV'X'%" 'AreIAIT:t. 1, ROAD WORK F.P.I.! A, TCP 12-16) RORK AHEAD 1, 7111*Texas Department of Tronsrortatton Pro!. a cOpetalkna WV. TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK TCP(2 -1) -12 IiI P. WORK SPACE NEAR SHOULDER WORK SPACE ON SHOULDER WORK VEHICLES ON SHOULDER V.( eseeeber len re nide cooed+ jen wee deo now Conventional Roads Conventional Roods Conventional Roods5.45 Notuda 47 sa SHEET 38 cis 46 RECORD ONAYANG NO. STR 932 ., ,91 *. t` 161 1 2 g g i cm, PROJECTA EIS261 CONSULTANT'S NO. 160063 TxDOT STANDARD 6fi xa2oxt ♦,-. LEGEND TTA 0005* Dira< .Ion ` aa• roe 0 a«r, code • • .,,cee mca . ENO 050 UNE ROAD N0A0 [ eov eacle ROAD WORN AOR% xxxFl HEAD (® i'Itisi ` ��°ews� pAg Seo ro+e + ,. ,na Arro. eoora �I ,e x'e 8E PREPApED Trot Ia FAN VOi xs°x� uaa _ 0 sTOP. ^Sion A 0 D-0 agile g LNV _.�,aa,'.% _ff CITY of CORPUS CHRISTI engineers Iarchitects 1 surveyors TEXAS la�. L' 11=1= Oepa.finent of Engineering Services ONCOMING g Isea wee zed / see roee �� / Irro :<wae �sg'°oeaet;e« Fl,'"-Z, fse aro,a. al z Iseea6e 4e x'4c Ba' t E • a - X% / FEET a 35 d — 5' 5' 225' 245' ] 35' 0' 120' 250' 5000(0 o +ne Tace / ENO 45 450 5 45' La. 019, 305' 5 A T ek- • —�. - ROAD WORN ♦' / 0a 50 L „,s 500. 0' 550' 505. soD 650' 000' SOO' a0' 2`4gk 0+n .ane / ae x 2a 65 • 550' 660. }Sj5' '+2X00' 730' 60 60. 120' 130 6 }00' 3500' 910. 545' 28Q at In i}e° 1 0 700' }}0' 825' Bap' 900' 75' ' 150' 800' 000' 545' 540' }30' 820' nkyggey r !1..}50' Ie rote 2,♦ • • A 0 e a e WI S 30.4e0tn ° iowrlFil w• n e: .Poseeo SpeaatxPxl m i av TYPICAL USAGE 5nyar venl0ie v luAaonlootes o '�- 0 attcln0 WBILE o 1 " RA Iar EmE u+r 5✓i10 STATIONARY `6 RPw t l6se �n'� 6 A it GENERAL NOTES /Tip a 1 m ea `ixa' ua: aaeiie nerve in +moi. gala, « r« .wiineem`°"nfi"'N�xel'pr..i,ex aoero-ea e m ,ax T ° P°a as aPe •xQ x x a m r j ��•_ m-N axe cure 4. t0'm°or a6. • W• TO ONCOMING RI uOO ° inW '�e t .worksame A .6. Vehicle vittr a NA estrce be .4 onY TRAFFIC a5'ext36" a n ° ea 6 i it _ . Data. of the m-ea of ores exposure wIltrou Isee NO:e 2,� • e Ox}ae 3 mato. er ,n ntiv to protea Type « p1 ax wA eare006114040 07 ae toted 4,ND next otoafmu t mm ©aB on im taper `D.A c IFFY 6-2P 5C0m(2-200 STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DELIVERY YEAR 2017 INDEFINITE QUANTITY (IDIQ( OVERLAYS TRAFFIC CONTROL PLAN TCP (2-2) - 12 I i x ,a ,.. t,a, 11 *. = 2< a s BEiri}t0 PREPARED TO STOP elm trmrlc yr°14tH .Irn aw,romi,ea tpr nave 004«,004 .1i.W,e 9 molt RAs t 0 axea,lx6 maFFic a 9n wnl i m Plxee m 0 evocrt 0t o t rmf minlaua TCP 12-21,) I ii Roan E AHEAD +e x ,a tie` rstt +ate 00, is ea.. i 105. ab+o 21. 05 uxT DAD amfer I,ae so be x01,.00 m„ a plot uryMw 0i.1ao00.e000fey NV apace «ara0 mr 0 r,wlvana «+er '614"1 Iz.v% 0 055 04 0504600w ooamea +gy4.747E001 traria�. 5100 50000 05 00+50 10 .en,.l.,. NO 0 1fYX FT CX rml`vw of au. a ROAD WOflN ae x 2+ 44p ROAD �zo ae x as 10 rirTexas Deportment of DYMPOrxa lw Trefflt 1enb ./on Ax0 0 6ROAD ENO WORN woalDc TRAFFIC CONTROL PLAN TCP t2-2of s«rat. 1, 6D-x ANEAD TCP (2-2bS , be nE`arttNiis° ONE-LANE TWO-WAY TRAFFIC CONTROL 2-LANE ROADWAY WITHOUT PAVED SHOULDERS 2-LANE ROADWAY WITHOUT PAVED SHOULDERS Barr. blSigne ,na ' Trot TCP (2-2)-12 ONE LANE TWO-WAY ONE LANE TWO-WAY gpmol aa*l550 i,.� p,. ma CONTROL WITH YIELD SIGNS CONTROL WITH FLAGGERS SHEET 39 of 46 RECORD Ofkw150 N0. STR 932_ (Less Trion 2000 ADT - See Note 9) r,x a� J a.x< a 160 g COY PROJECTWE1626I wo,Pnin,CTAIPTIP PIPPAN ZONE SPORT TEAM PAVEMENT CONSULTAWYS JOB NO 160063 TxDOT STANDARD DE NU "" V1 or SoND ,w.....-------11;ADIM'";71( Tl „ " " LEGEND ispe 3 BorrSCOde 9 II Marne; i XI, 0931CeS aat qs? 5•VV7MEAO 6. ,G. _ EAD mx,:v2z.....• • - :°•gv,',T;173. z•°?,:;. ., - PASS WITH ,E sosi Ism,. s 9n 7raff o Flow .,1 6 GE I! EO Ei sts' 1 V> gi 1 112 . . PAS' DO CARE N., 0, ' EO P ,194, •E DO If 080.80ble NOT . 24. X 50. 'O'ss. .4E... ...... G" Ya' Pe, 23. X 303 NOT PASS 1 .. :NTRE ,,s so, PASS f::;°,7, r• 3=1 row. a oo,E0E, • Tow twOrns Ems. st . I, sOnimys s, 8b.wT,,, .,,,,,,,.. sonl/wWwi !is te,' 000.00,0*-- p E 30 159' 169' 180' 30' 60' 120. 90' E.i.i 35 40 W :-....c.c 205' 265' 225' 295' 8454 320' 35' 40' 70' 80' 169' NO' 120. 155" 95 450' 495' 590' 45' 320" 195. A ••• *.2!.. ::!'n, . 8C -48 I. MS .3' Z`-,,c 600' 060' Mr 60' 120' 350. li! / 411k- • XX b.' ". 65 TO 659' 700' 715' 770. 780' 640' 65' 70' 130' 140' 709. 600' WO. ot, Tk- 111 We- - r- ..il 1 ' i ., 35 750' 825 90 KZ! CITY of CORPUS CHRISTI TEXAS Deportment or Engineering Services e_4 ,..t 0 Or 5ol• • 800.9,00.01 69IXIS Gnly . Twsn, lonwris nano wen rwrwed off Os' LsLenatn o Tosser ,b, WC., of Offset," SsPooted SaceoliWil TYPICAL USAGE DI 409V-rnes iyoe 11-3-s 41'6 ...GT DIVE. r.,11:11;! ,I`Zr,31E1, EEVAJEZ 'Oli Snoa, 389181e Wth ,P.X,r,Vor, 90• Z-8. .• se 'X'1,33.X33.3 i 83598 b"O197:g0'.17a82;Z8." ... GENERAL NOTES g in tmtgirlm,%Jvris, .. Sll'xI, 8 .1',''Ll,H • 8 I. Wow attooneo So sIbros saws snow. •s 38081959. 2. Ait Ire f ic devIces Illustrotetl 6 g ri• ' , 8, i'l, . . 112' u .?8:eencr Snodow Vehicie with torloorgorilr Int,or i'fil!,,,TJ1-,-,,,,,- ., 3..:4 ,„,,,,L, S9.1'' irws e Wannel(3,0 Devices sow. ot 500' to 1009' In tolson ore,. or 3r4 to 1/2 inlIe In rural 0,w work soccen control are REWIRED. own, tboW denoted 3:31•11, irlowle 3,90 ow be W.,. wen storea elsestwo in tne olms. • for soul,» mint... work. Wen ...oven ay fbe Ensirm,. 3. Iften sow spow sill be In place Iwo man three boyo wit/ lop paresent markings nroy row, , place. 19,33.31331.3 berices Wall be us. to Wpowin trofitc. • 6,W0Of COntr, 3.10 NOT 68 wed mtese rummy coalitions Or 9.3 triSr3IO vol. rewire orlaitIonol sopasis to sorely control traff ie. Woos, WwId 'CO • == s WA 5. 11, W.. .3 P353.• 0.2 3.153 Prill SO, owl onnsinctIon repoIalory spe. 3. signs stox be Instal!. within 31320,0 9109, 3636. STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMPI INDEFINITE DEUVERY YEAR 2017 INDEFINITE QUANTITY IIDIO) OVERLAYS TRAFFIC CONTROL PLAN TCP (2-3) - 12 n'',4. - . 9 u 13530. slow. Prob• spoof, of sig. we, Ist wIntainta. .. Conelloll, pavement maxim 9,1,1 W wow. for low terra oroJents. S. a Wodos 3.icie wws o WS srowld be os. anyt. IS ow Pe ponItion. . a.. N. 41110kLoBr X X ." a 4';:`.- ." 'e'ti'it'saf preWT1 but roma er ,rorK cenaittons require me traf 1 ic control to resole In pls., is. 5 BorrisoWs or other channel Wag Avis. ons oe estossito. ' -- -7•'171.7,'Z °^,-.'',L.'''' - --t 14 A • n"Sra- ,tr,';n" •r•:•7,4•%.,:-.'" TCP 12-3e1 Mee note WA PASS WON ,...„,../".".------'7- . . "P" DO NOT '2V.T729. 991-6o7 • Z."..Te E, A , • . . DO NOT PASS .,-, e• , s. amp (wing paws. roarkIws wall be wowed for lang.iwooroinsin. For Wort. drat., Were 1,1 ST< Is rilewsi. ores' o yell,. centerline, ,,,,,,,,,,,,,,,,,,,,s,,s.,.,, „,,,,,,,,,,.,....,„ ,,,,,,,...,„, „.„„s„,,,, tepees ot 20' • IS' I posted tomeas art 35 .1 e, air., ond for twos, seetims. 03 1/215/ 39,6 5 iS 931 S.. in.. Stlit UM., ObsIO MiMMS la lose,. far the poen of ma wen 3.ci ing sorklews. not SW entire sods :ow. .4-, It wee Fowl. CANE PASS E, ••••.- PASS . 0 40* ROAD 70111.7-Exos Deportnvnt of Transportation Trot, Opurateu ... 2 I', • • ., WON CARE ... WOK AHEAD For construction w mimeo., TRAFFIC CONTROL PLAN END .2-2 IRoAo ton 26' 3 10" ......8 If apollcable i .. , . WO-10 4.1,,g;. controat work. 30.1813 prof.. TRAFFIC SHIFTS ON 29-10 TCP 2-301 9, x Str , END MUNK ,1:,:: can Da fotowt in 8214Eang'35 TWO-LANE ROADS Iblow- 2-LANE ROADWAY WITH PAVED SHOULDERS '''''''' TCP (2-30) 2 -LANE ROADWAY WITH PAVED SHOULDERS for Item 502. Sarricoaps, Sions Traf f ic TCP (2-3) -12 to ONE LANE CLOSED ONE LANE CLOSED awl Honal Ws, ,... 1.... [4.,.. ADEQUATE FIELD OF VIEW A-95 2.16 Il...... sHEET 40 e 46 RECORD DRAWING NO. STR 932 1 INADEQUATE FIELD OF VIEW S tia D 5 Graf PROJECT# E16261 CONSolisnrt, .1013 90. 160063 TxDOT STANDARD LEGEND • • RV, 3 Bare-100M • • 0homalinlnp Devices f;! II,A, . j.0 i•0'7''. • I I CP1325e,4a1.T6.' DM AA 0,0;,Vpelnhtc—le M,n,, oo,nm,0 00M....C 15515 1 ee u LNV " rgineerthwchitects vrzyors m,,Lcom • . 05.' '.."' " ADIORK F •• 51.9.8 ifI4 Roo WORK : 4 4 - ROAD WORK P 5 A:91 za- P. 7,44.4,71 ,orau a toper,,eron E 'IV, See cone 1, 3° 6 150' 165' 100' 3, 60' I20' 20 — DXFT 35 40 . 205' 265' 225' 295' 245' 520' 65' 40' 70' 80' 160' 240' 120' 155' Li.? .°2 I 21"XTV2. 6 iSee noie . 1 95 450- 500' 435' 550' 540' 600' 45' 50' 90' 100' 320' 900' 195' 240' ;,0 h 0, .., i 550 605' OW 55 ID 29, • " 60 ' — 600' 650' 720- 60' 120' 600' 350' i?! 0 • 4 t . :IV 65 70 650' TOO' 715' CIO' 380• 840' 65' 70' 160' 140' 200' 800' 410' 475' Fil .F. •,==z 75 750' 825 900' 75' 150' 900. 549' gq Z-116'. • Con entIonal Paaas On, CITY of CORPUS CHRIST! TEXAS ,ertment of Engineering Services 2.Ati • 0 .._. n. •• Toper ler, els ha e Seen rowad off totottun o tmeniFi. Weelfahn of Of fset03. 5.Postea Samoimenn • t -' • m •• • 7YRIGAL USAGE nlr'llArnang"n • ,, : • '.. .C•R CeVrio. rtrlo.Z.Z? rit'r.°W.1., grAor„T, '.. 1 .4, 550 5. MI ‘VS';1. GEN ROL NOTES o M=m5a 000n15y135'n.0.123 oh faTot ,tTID:9eu", g H • • • q 01106055caeredevIcesi10060a50005 6.0 o1siC.oat, 0n0sIta, e5.:ne1 l .... 0 . tTP. I T;? •8 '•sarnce TollmsTaop"ta'eMcr hmiroMN, :M T 2ahr5e4 r.,4749014;1,4;r7A,„.A01.4?7,A,•:i4 • 5'I.. sTt 0r.0 a7elem GuasTm'ea. 0o1 x Mint:150'23' '..' ' to CU , e• . fm, 0, ,,,,,,,,,,,,. , ,,, ,,,,,, , ,..... ,,,,,,,, .,,,,, ,,,,,,,,,,,, ,,,,,,,,, * 0 • • • • , TZ1.;„ ** uernoomm on mole, of toe www If Hofer, frwoo HAAN %Hewn,. ow no, or emu coolielme recut, fto traffic contra, to rena,n in place. type 3 ren,,,,,,,Mo.,,,,g onn.o.men MarnelIzIng Cervices my 50 0,0tiented ear Me Mom, In node closed ' .:-.. tr„'„„It--:V:2-•:;,":.-7,.„'%:=.7Z' STREET PREVENTATIVE MAINTENANCE PROGRAM (SPAM INDEFINITE DEUVERY YEAR 2017 INDEFINITE QUANTITY (1010) OVERLAYS TRAFFIC CONTROL PLAN TCP (2-4) -12 I 1 ' )t .. ,O-08005 e UM, oon mem. * ea erase shown . armr TCP f D-flo) -... tun 1 • • 1. .5 ,a..!-;''''4 ' .,. 2:1TX'TRM T. YueTTR':,0TC0T0a9'MrdZoeT l'117.72 Ore10:=07; T:;:1;TL,1-,..T•°-11°•°:T` ----, - ----- fr,------.• --- -- — ---- ---- ---, -, — clos. lane neor me 84, Of /OE rempIng t TCR 12-96) II. 724 ,, Monnel Inlets tlevion ontm senor. 1,,DY trof f Ic Mould I, spaced on topera END IROAD 5 lik • • me area of ,AilICEID,Ignarlelnot, not n• erMre ASA MA. E WORK] A1?-f4 •..- <A 4 - ROAD WORK RD.a. IROAD WORK _ _ ,., APTIA. 111*Texas Department of TromMidlOn Wt. Operattax 0/810. ; • ...50650 TCP 42-4o) RAD oso °X1.8.,,, AA2-Z 24. TCP I 2-4b) - Fr Z;'1' . RoAD WORK MAO 4 D 44.4 44•4„.4.•• or matntenenoe •,— —• ---0, iAnK4."1.45 NH teem 502, BOrri,,,A Sions ma Traffic TRAFFIC CONTROL PLAN,, LANE CLOSURES ON MULTILANE. CONVENTIONAL ROADS TCP (2-4) -12 • ONE LANE CLOSED TWO LANES CLOSED ,, La;. "°^0. Va. 0,,A. IAD'" , ttr,, NH wan few NA. '.3..R. seo.,.-. , SHEET 41 06 46 RECORD DRAWING NO. STR 932 .. 0 ...f.LT j :4 CITY PROJECTA E16261 WORK ZONE SNORT TERM PAVEMENT MARKINGS DETAILS WORK ZONE SHORT TERM PAVEMENT MARKINGS PATTERNS SOLID L INES DOUNLE rhes NO -PASSING r® LINE TAPE -ememm momiF 3o s- :=:::T 5'I-3 SINGLE NO -PASSING 'e L INE INE cm COMMIES 1 Ar TABS TAPE BROKEN 0 INES lEW iiNNE R LIITNE TAGS TAPE tee ma-� �gm I BtN Y z or -0r 1•.T NIDE DOTTED Teas LINES 1rpP LwT gwP TAPE F—.1 0 0 F 0T D m • - r,r WIDE GORE MARK I NGS TAPE I-- zo -e• —{ OAa_.I, D -r r, Ty.. NOTES, 2. Snort term pavement neerNIngs Sham NOT . off. to ...Se to eow /nem. Mt. markers or deMeeS maao by novo, asturers. os surrh 11 119-1 DO NOT PASS DOT O N PASS t Mt TAPE CENTER LINE b N0 -PASSING ZONE BARRIER LINES FOR TWO LANE TWO-WAY HIGHWAYS 4> i0 enlr•� % '> 1" • R Cc. Dotted ltnes • Xt. Gore Markings Tia rear LANE LINES FOR DIVIDED HIGHWAY TO. o Coe MS, lOarkingS LANE Or CENTER LINES FOR MULTILANE UNDIVIDED HIGHWAYS sings ere In pome. Olsen Ole C aotn NlnpS rupavement r veuentMONOt of CAT000 311011 6. For tee Palm twa-way roadeass. DO NOT PASS MOne shatl erected to mark passing lv preasibited and PASS IVITX CA. Simso also, pe erect. to moth t , REFLECTIVE ROADRAY MARKER TABS (TABS) TAPE TWO-WAY LEFT TURN LANE nom.t of me Tape tr, the app. mote mid tength at tee Tose. ,n„ cos. an rimier r.,<We. eve., Pea mo Pon. PREFABRICATED PAVEMENT MARKINGS 1. Tamperers Removable Pre/at-looted Povement Parkinos ereo ems oce reoProtoPc MIS -8241. at RAISED PAVEMENT MARKERS DEPARTMENTALA MATERIALN SPECIFICATIONS 10451 0 MATERIAL PRODUCER LISTS MRl ve M4s move auln. w6aifel riff. am...i.mm to malr reSOTIOMOITM/S oR Watgnvhual0000 Ua0Ws_wn0 03000 imle_span<ra* of 0auli Mm TABS omternmor WORK ZONE SHORT TERM PAVEMENT MARKINGS WZISTPM!-13 riermtLept .0I.7r 4., Mat a t .T.4., lox Est CONSULTANTO TOO MO. 160063 ¢ orz z H 00 z Q SC 0. 0 Q z z 0 m 0 0 SHEET 42 of 46 RECORD DRAWING N0. STR 932 COY PRGJECTA 616261 EXISTING PAVEMENT TO 11EZ77°. ' TYPICAL PAVEMENT DETAIL 2.-0" DIA, MANHOLE RING & COVER COLLAR DETAIL NOTE: CLASS "K" CONCRETE SHALL CONFORM TO TxDOT SPECIFICATION ITEM 421 HYDRAULIC CEMENT CONCRETE, AND ITEM 360 CONCRETE PAVEMENT FOR HIGH EARLY STRENGTH REQUIREMENTS, NEW CLASS CONCRETE (HIGH EARLY STRENGTH) GONGREIM COLLAR MTV SAW -CUT (rP.) PRON. NEW HMAC AS EEO, EXISTING NOT MIX OVERLAY EXISTING SUSGRARE GTVEML cH"C=RitP AmPRALT c coS7JCVETgffR TO EE A""'LT MIN 2 - #4 REEAR REORI Ai. NEW S.S. INGLOW INHIBITOR -LITHVETZTMENT RINGS REMOVE ALL OLD & REPLACE W/ NEW RINGS MANHOLE/RING & COVER r S. ADJUSTMENT DETAIL (NEW MANHOLE RING & COVER WITH NEW HDPE ADJUSTMENT RINGS) CONSULTANTS JOB N.O. 160063 Of 0 IIAA a c 3 _ a a g O. 0 z 0 (02 SHEET 43 of 46 RE00.30 MA.. No STR 932 000 PROEM SITE DESCRIPTION EROSION AND SEDIMENT CONTROLS CONSUSTANTS JOB NO. 160063 PROJECT LIMITS; C. wo. WHIN CITY TwaS SOIL STABILIZATION PRACTICES: _ :TEMPORARY SEEDING OTHER EROSION AND SEDIMENT CONTROLS: MAINTENANCE At, E.., AND 5....N.oLS w. ST woNTAKTE4 . ODOB W... ORDER. , , • 'H'')- . ' . . A s, -- _ PERMANENT PLANTING. SODDING. OR SEEDING MULCHING FE A R Rua t NEC SA. ,T HF x •• AT in AR 1 T D. -• GS : 1 N• W D TPA 7 CATENDAN DATS API. THE SURROUNDING ExPOSED CROu. HAS ...... "'5,1•PTEWTTR:NCT 0.' -s- ...._ ......_ SOIL RETENTION BLANKET FURTHER OW,ASS FR. HEA. E..... sT, .S. KOK.E. TO CREEKS AND D.RACE wARS RHAL, . P.P. , • • I • Otiw .., Fe, s ,..rTr rtrz;,-',';',', . -- - BUFFER ZONES _ PRESERVATON OF NATURAL RESOURCES OTHER: .. ,- 2 5:i. — t > 1 1 X 1 ......1 e l' ., : Pi E : REPORT SHOW& BE uADE PER EA. INSPECTOR. AND CONTROLS SHA. SE B.S. AS P...C.ED By TH. STRUCTURAL PRACTICES: INSPECT. RE.. ,^"1.21,-zmtEuu-.4„:Z97 ''''' ""'" "'"'" '"'"" "" — "'" .......L_ SILT FENCES 6 ..._. HAV BALES _ ROCK OFR. _ DIVERS.. INTERCEPTOR. OR PERIMETER DIKES _ DIVERSION, INTERCEPTOR, OR PERIMETER SWALES )),,,,, ,,,,),),,,), A, NT,. WE.. 01. BE COLLECTED . STORED Ps A SECURE. LIDDED METAL . _ DIVERSION DINE AND SWALE COMBINATIONS ..... PIPE SLOPE DRAINS 04.5. THE DHOPSTIR SHALL ,,E... ETRE & LOC. C. SOLID W....... REGULATIONS A, ...., AHO. CONSTRUCTFOR DEBRIS HP. THE SKE SHALI SE DEPOSITED FN THE DOW.. . _ PAVED FLUMES _ ROCN BEDDING AT CONSTRUCTION EXIT 4,,,,P5TER THLL BE EMPoED AS BECESS. OP . RE... BY LOCAL RE.L.ONS AND THE T.. WILL BS PAUL. TO A )0Ow wu,.. NO CONSTRUCTION WA. MATSO. ML4 BE WT. ON SHE . ARK _ TIMBER MATTING AT CONSTRUCTION EXIT _ CHANNEL LINE. OTHER ....RUED EKE wASPOuT ARE. sHALL ITE RESTORED FROH PROTECT CO... _ SEDIMENT TRAPS _ SEDIMENT BASINS _ STORM INLET SEDIMENT TRAP STONE OUTLET STRUCTURES u pp ou0). AT A MINIMUM ANC PRODUCTS FN T. CITY of CORPUS CHRISTI TEXAS Deportment of Engineering _I_ CURBS AND GUTTERS STORM 0112,515 0ITSCATO0NAFTI-U00112,00 FREERS...NE .... AODS FOR ....4 HASON. .... C.... 0044012, 22111 61000112, CHETTICAT AMT.. TOR B. STAWL,ZATION S _ VELOCITY CONTROL ITERCES EROSION CONTROL LOGS CONCRETE CUM. COWTO0.05.0 ADD.Es FT, TRE Ev.... A SPFLL V.CH Twx BE ..T.DOUS S. SPILL COORD.FOR SHAS, BF CONT.. 1.10.12. (1.00.35-00, CLEAN UP PROCEDURES S.LL _ .,, BE ..E.T. P.. AS WELL AS N.. OP .1): 1.211)....NEL HAZARDOUS ...KS 2.11 8E HANDLED PT ...A. wITH swPSKABIE FM.. STATE Doo. C. AND , F.X., wATER O... ti 0.. PuTES AND REOUL.O. BE HANDLED IN ACTOR... R. APPLICABLE FEDERAL...E. COUN. -.1. AND sExAS WATER COMMISSFOR 2 SANITARY WASTE: . SAT.. .. wL, . COME. FR. FPE PORTABLE ORBS AS BECSSSART •R AS RE.IRED Bs TOT Rs T A FCENSED SAWA. m 1 KA. T, . .TPAcToR 6 NARRAII. - SEQUENCE OF CONSTR.-TOR (STORM WATER MANAGEMENT) ACTINTIES, 01 AOC I. wsTo S Ana.. w •111 *0 11 TBD TOTAL PROJECT AREA T. OFFS. VEHICLE TRACKING, TOTAL AREA TO BE DISTURBED- T. _ HAUL ROADS DAMPENED FOR DUST CONTROL ......_ LOADED NALL TRUCKS TO BE COVERED WITH TARPAULIN WEIGHTED RUNOFF COEFFICIENT (AFTER CONSTRUCTION), MD STREET PREVENTATIVE PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DEUVERY YEAR 2017 INDEFINITE QUANTITY (WIG) OVERLAYS STORM WATER POLLUTION PREVENTION PLAN NOTES (1 OF 3) OF 3 ... EXCESS DIRT ON ROAD REMOVED DAILY ...... STABILIZED CONSTRUCTION ENTRANCE POLLUTANT SOURCES FROM AREAS OTHER THAN CONSTRUCTOR ....E. S.H.ARy w.TE CHITS EXIST. CONDITION OF SON & VEGETATIVE COVER AND IS OF EXISTING VEGETA.. COVER. HARKS RFir.YDATP,TTRTLPZ:A=T nl'o="LrlY,',ZITAZI4Z1r.Mw,X,..rt'4, — CONS,. • • • R.. OP • . EU E.A.,,,FRT, TERPoRART F..., PAL. WORE DEW. OR OTHER 0..... PLAC. OUR,. CONSTRICTION ...ORS THAT ARE HOT PART OE SHE FINISHED STORM WATER MANAGEMENT: 1HE ....A.R.TFCES v. BE Ps ;FACT PRIOR TO BECINN.0 WORK HO CONSTROCHON wASTE WILL SE ALLOwE0 .. BUR. wITH. THE PROJECT SITE. Tow. SO,L P,STURriNG ACTM.S. STOW mi,r, RON-OFF W. C.T.. TO e, ...KO ou BIER,. SURF. FLOW TO TH, 0, BRAN. STSTE. PERMITS, CONTRACTOR SHALL UTILIZE 111F. STORM WATER POLLUTION PRE.NTI. PLAN AND SHALL .TAIN ALL FTERMITS ANO FULFILL ALL PERMIT REOLEKMENTS, INCLUDING FEES. FOR T.C.E.O. GENERAL PERMIT NO. 00, 150000 RELATING TO DISCHARGES FR. CONSTRUCTOR ACTINTIES. THESE ACTIVITIES INCLUDE, BUT ARE NOT OARED TO NOTICE OF INTENT (NOS REOURED SKE POSIINGS AND NOTICE OF TERMINATION NOT) ALL ece,,,,,Es WILL BE PERFORMED AT THE MILESTONES REQUIRED BY .E EC KO. NO SEPARATE PAYMENT WILL SE MADE FOR St. PERMITS. BS SHEET 44 of 46 RECORD DRAWING NO. STR 932 STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DELIVERY INDEFINITE OUANTRY (15/10) STREET OVERLAY g 6 . 5 CRY PRDJECT# 51626, I Stormy.. Pollution Prevention - Clean Water Act Section AOC ll, Cult.. Peso.'" M. Hazardous Aloterials or Contominotton Issues CONIVICANOS JOB MO 160063 4 ••'`' 1' ' tis ' , . A.,, i '! : si IPDES TAP 1500. Storm:soles OisOorge Permit or Coner.t. Gene. Permit required for projects 1,114 1 n1 more quo diatruked sok. Aril.. Oh ony sksturbed . must protect for erasion ....Mot.. 0 No nction 4404444 0 pu,,,,„, ,,,o, kt.... In in..v.,c nistor.g issues or orcheologicol art... (bones, burnt rock, Aint. pottery, Ito) ore found during construction cease work in the immediate oreo ond contoct the Engineer immediately. 0 142 A.0 ..P,Okd 0 4444124 40444 ActIon No Ceneral NMI. 10 ON projects)! Comply with the liakord CommuMcatian Act Ohe Act) for personnel who witi . work. u,th hakardoue materials by conducting sofety meetings prior to beginning construction and snaking workers °wore of potential hazards In the workpOce. Ensure that all workers are provided with personal protective equiPment aPPsopiote . ony nor... ,,,oteri. m. Obtain 486 4340 osite Material Safety 4(4 00,2(4. BMUS) lor all hazordous 444,used 411 (04 Prole. which may include. but are not Ilmited to the following categories, Points, acids. solvents, osphalt products, chemical additives. fuels and concrete curing compounds or additives. Provide protected storage, off boo gr nd n . for products which nosy be 1103O1110113. 1.1, 1,1"n I Prevent stornooter pollugors by contr.. v... 448me0o04 w. ODES Pet. OP ISOM 2. Comply with the SWAP TO re,. soh. necessary to control OM. or req... the Engineer. 3 P. C.s.clion Site N.. (COU with SWAP War.. on or neer . a,te. a.m. to the phi, and CIO, EPA or Oho inspectors A. Men Contractor proOst spec. loco,. (PAN increase dOkOed sO es. to , oases or more, sok. NO to 70E0 and the Engineer. Work in or near 5..10 Waterbodies and Wetlands Oeon Woler Act SectOns 4. 2. „ A 00 Vegetation Resources PrOductreq.. hY theAl."'''d Maintain an adequate supOy of 412 40111 response mate.. as indicated in the MSOS. 0 the event of a sr., take actions to rnItigate the spiII [15 in... in the PAWS, In accordance with sate work practices. and contact the DOlOct Spill Coordinator inv...., Ose Contractor shall be responsible for the proper containment and cleanup . all product spills. Cantoot the Engineer If any of the takwing are detected, •• Dead or distress. vegetation (not identified as normal) .. Trash piles, drums. canister, barrels, etc. • Undesirable smelle or odors * EOdence of leaching or seepage of substances Any other evidence indicating possible haZardOUS materials or contarnMotion discovers] on site. sk 'a' n HOO L. $g. %II -F.' OOP Ilig 1 1 eh a P' rE ig 0,4 g OS 101 .(4 PSit No Per,. Rooked USACE Permit rooked for filling, dredging, excavating or other work In ony water hod., rivers. 444(83 411(28 vegetation to the extent pod,. 4(18:6814 U41#080 or 0041070416# 62644 Specific to this Pr.,. creeks, streams. wetlands or wet woos. the Contractor must oak... all of the teems and common: meow.. MP me following perm.. 23 . PEROT RECORED o Natio.. Permit 14 - POI not Re.r. No thon Om «re ware, re wetlands affect. o Action,. Permit 04 - PCN Pequk. OM to 0/22100 0/00 um 441118) o M.. 404 Per.... 0 (Alter NM... nennil PM. OVO Required Actions, Ust waters of the US perr. appkes to. loc.. in project and check Best Management Proofices planned to control erosion. sedimentation ane post-proint TPA 0 No Action ke.red 0' Aeon Act. No A 4 0, 0 V Federal LOted, and Proposed Threatened and Endangered SpecOs, 108040134, [2] 44 22(6, 44.4 0 Rm.... Act. No. ,, ,. o OA Other EmArenmentO (some 5 Kag CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Sennces , o State Listed Potties, Candidate SoecOs and MIgratory Birds. Ej . nC1.n11 RM.. 0 'erne' 40. .. Onclude opOicoble regional or site sped, e.o.m. koeSk 0 No Actisn Peg.. 0 Reguired 1.11011 .. STREET PREVENTATIVE MAINTENANCE PROGRAM ISPMPI INDEFINITE DEUVERY YEAR 2017 INDEFINITE QUANTITY (1711110 OVERLAYS STORM WATER ENVIRO. PERMITS, ISSUES AND COM. (EPIC) (2 OF 3) Best Management Practices: Erosion Sedimentation Post -Construction TSS 0 kemposs, ...km M. 0,,„ 06444144 Oter CVOs o Blonketrnotkro 0 R., .. 0 Retextion/riget. Systems 040142 0 TriolgOor Oter oike 0 Extended NM.. Seen 0 4402. D4»4 4« ere. 0 Constructed werere. 0 wrec.,,„, ,„„,, 041:. ede Re 0 . easin Do.., See 0",t, 421114 04:44* 44419 0444441 00o1on Con. Como. 0 Erasion ow. cre,041 0 Mulch Filer Berm on0 So. 0 MOsh Olter Berm ., Sods 0'O Filter Berm 344 4044 0 Compost Filtes Benn una Sewto 0044,4,0 Peer ewer me serm 0 Co.. Oter Bean 0,,asm 0 0,141. Lined ma. 04' Cut. Se... Nos 0 Send 41030 444(4104 0""t Boo. 2. a If any of the ist. species are observed, cease work in Me immediate area. do not disturb species or habit. and contact (48 4044:241 ism..., One work mak not remove active nests ham bridges and 41444 414414134 during nesting season of the birds associated with the nests. If coos or SinkhOleS are discover., cease work in tne Mmemmed arm, cruf contact the Engineer immediately. 2 ,i 4. . SHEET 45 of 46 RECORD DRAW. NO. STR 932 STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) INDEFINITE DELIVERY INDEFINITE QUANTITY (ID/IQ) STREET OVERLAY 0 i e COY PROJECT# Etna, OLOIL CrorioNroZI'lrol= Ags. CURB AND INLET TON SILT FENCE CURB INLET - PLAN MANHOLE - PLAN Nol To BEALE Znia; rie"' .47oVA NET n7 SEALE 00 roams mous. COoLVooso. NOTES agl"Egg.:24,74%11.11t.ZaZ.. zr,Trx.wzrz.„,Anz :Vgt. 2,V47 -47Z?"' TEMPORARY FILTER FABRIC INLET PROTECTION DETAIL To sc., 2)000 EERFe. ="ss:ZZO ri.`TTerMliv7,7 w"" i;:`4":::"`'`7° t,7fAjg AN'4VEV " 000 I00 c5M1 (0000 P2010) FRENCH 7EVL'N'aP=E";217: TP"X7130'41;r" OF5FRE.M' OMEFFE,., MmMUM M4FAN „,„„;:tk,„: V SQUARE MACNEILL AND HUM TAMP 50000 WpOr+,7Warnr" CURB INLET PROTECTION DETAIL NOT TO SCALE CORO OAST PROMOTION NOTES: EL" '"" AOE7CAED"Tr. EA"F'MG" r7X'As1 BOARD. SEENNLD'EFOI IFAiDS %ED- CONCRETE SCALVS. WE 1, OR 3/0. coocoErc WRENS grT"ALND'INSSEr"FraV2 7nZ-jriAgli I'D'alZ'7,-,41K24,c1Zn`ro'fioto`TE =pc= 71.7 EFAE 0„z 0.71noWe D.A,Lr CONSTRUCT. D. ro DANA. ooroow00000 (SUBSDARY TO :0201 PROTECTION). ° CDIETRACNA'uFNEN.A.A DE Room. OF SURROUNDING PROPERTY 5 INLET PROTECTIONS SMALL BE BENT+. AS SOON AS THE SOURCE OF SEDMEtrt M STAMM. ROCK FILTER DAM AT EARTHEN BOTTOM CHANNEL NOT TO SCALE SECTION A•A NOT TO SCALE BOCA FILTER TWAI NOW'S, T SNOWN ON INE PUNS OR 01RECTED SY TIM. ENSFEEER. ALTER 0A+AS SEWED OE DUCED NEAP 100 100 ,.01 02 =10 0 0 0 000 0 00 Es :77gg10glionn,' S. THE ROLE OLTEN DIMENS,ONS SEAN, BE FIDCATED ON NM PUN, SIDE DEES SNOULD DE ON OR FUTTER 5 ROCK ENO, NANI 9NpI, A NINIINAN or noo FEET TH TOGRNES5 Ai TOR OF DAN 6 EVE, DANS SEEMED DE EMBEDDED A woo.. OF 47 INTO EATS!. DROVED 7 THE SEEV,EN4TIMP Er BONDING OF SEDIMENT UDEN RUNOFF SMALL BE 0, THE ONONSIONS ....xgre=„rt.,,Ez,„trruzah-ara-z2.-0-,.,r4„:" tgll'fZTE2%Pfo AZ,' VE.L.' STREAM USE THE NESN SHOULD . SECURED OR SLAKED TO TNE 57REAM DEO PRIOR AMORE.. RAM., 9 FUN DOREN SHOULD ONTO A STASTODED AREA NEGSTATION. ROCK. ETC, ID NM. OMDLELNES SHOWN NERD. ARE SUCOESNONS ON, AND NAV BE MOORED BY ENE ENGINEER u ' TEMPORARY SEDIMENT CONTROL FENCE DETAIL mar TO SCAND K°Z'4`2,'," A M "'AREA'Ar07.17A‘"EOTTEWTOTIFErCEIPIETNENT FEEDUENCT MAT BE USED TO SEDIMENT CONTROL FENCE SiOULD SE WED TO MUER A MAX FLOW 'ENROL. MX11:6..TTVIT,Z7W,VV:nr,:tf.""""' " ..7:=1..,,s.00rm REF. APE SN56.116NS ONLY AND DAV BE NOOMMO BPORLE FEAFZEI;EuT,o3,„ SO. AIN PLAN STABILIZED CONSTRUCTION ENTRANCE NOT .955 TIONATRUCTI. SNIRATIOE NOTES: 7 STONE SIZE: 3-S5 OPEN GRADED FOCE. Z. LEND.: AS EFFECTME BUT NOT LE. ENAN ME. 5 MEEKNESS: NOT LESS THAN BS • YAWN: NOT LESS THAN MILL OWN OF AU_ norm OF INOPEDSZECRESS .▪ Z7N'TEAN'OEVTOTurINZWY.TAVIATM*O4C"VigtZED77171r. rOTETO7n4 Arrg FEFF gV,INTADAV,It ATATREI:oa:p.ti!tEriE gg,gro."1:fs'i':iaiMiln7..FEZFEfir;BETLZW,''' 7. DEANA. ENTRANDE mUST BE PROPER, GAPPED oR INGORPORATE A DRAINAGE SWAGE To PREVENT RUNOFF MOM LEANED INE CONSTRUCTION NTE. 0 = CONSULTANT'S NOB NO. 160063 z 0 CI = E 0 LC 0 uJ u- 0001) cc 0 o • 3 w 0 <cr w < z 0 SHEET 46 of 46 RECORD DRAWING NO. STR 932 0110 swwjEGT# EISSer 00 91 01 ADDENDUM NUMBER 1 Street Preventative Maintenance Program Project: (SPMP) Fiscal Year 2017-(IDIQ) Street Overl Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Dennis L. Miller, P.E. - LNV, Inc. Project Number: E16261 Addendum No. 01 Specification Section: 00 91 01 Issue Date: November 29, 2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement 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. Approved by: Dennis L. Miller, P.E. 11/29/16 Name Addendum Items: Date The purpose of this Addendum is to replace the bid forms and revise estimated quantities sheet. Front End Documents 00 30 01 Bid Form—Base Bid Part 1 (West) -Attachment No. 1 00 30 01 Bid Form—Base Bid Part 2 (East) - Attachment No. 2 Drawings Sheet 4 - Attachment No. 3 Addendum No. 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays, Project No. E16261 ,oh,10boviiik .„ Qt E OFTFC- S � * 'eye . �1� • * /0 0* *i li1.9. 4",.,-.6s9 +61.14°4A/, / DENNIS L. MILLER i ,o,eseaaaeoeoaaesosaseyk. / 0 I, `51503 s4,.. fit Fn la cENS,'U\ CNV engineers I architects I contractors 501 NAVIGATION i1117E Jep CORMS CHRlsm TEXAS 7bw9 TEFF FIRM NO F'Jse PN :MI ISIO.1164 FAX XII66159ffi WWW'. /IANC COM 009101-1 Rev 01-13-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement 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 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS - Article 3 and SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —Article 1: 1. The date and location for the receipt of Bids is unchanged. 1.03 SECTION 00 30 01 BID FORM: DELETE: SECTION 00 30 01 BID FORM -BASE BID PART 1 (WEST) in its entirety. ADD: SECTION 00 30 01 BID FORM -BASE BID PART 1 (WEST) in its entirety (Attachment No. 1). DELETE: SECTION 00 30 01 BID FORM -BASE BID PART 2 (EAST) in its entirety. ADD: SECTION 00 30 01 BID FORM -BASE BID PART 2 (EAST) in its entirety (Attachment No. 2). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. None associated with this Addendum No. 1. ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawing: Deleted Drawings 4 of 46 — Estimated Quantities B. ADD the following Drawing: (Attachment No. 3). Added Drawings 4 of 46 — Estimated Quantities END OF ADDENDUM NO. 1 Addendum No. 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays, Project No. E16261 009101-2 Rev 01-13-2016 00 30 01 BID FORM Project Name: Citywide Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays Project Number: [16261 Owner: City of Corpus Christi Bidder: OAR: TBD Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part 1 (West) PART A - GENERAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Traffic Control and SWPPP, Residential Streets, set-up, maintenance and removal EA 18 A3 Traffic Control and SWPPP, Collector Streets; set-up; maintenance and removal EA 6 A4 Traffic Control and SWPPP, Arterial Streets; set-up, maintenance and removal EA 3 A5 Ozone Days Day 2 A6(W) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (8") (Solid) A7(W) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (4") (Solid) A8(W) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (4") (Broken) LF 5,200 A9 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4") (Solid) LF 10,900 A10 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4") (Broken) LF 100 All Raised Pavement Markers (Reflectorized), Type IC, !IAA, or IIC-R, as applicable EA 450 Al2 Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill EA 2 A13 Pavement Markings (White 24" "Stop Bar" Markings) LF 325 A14 Pavement Markings (Crosswalk Markings), (total width of crosswalk) LF 550 A15 Pavement Markings White "ONLY" EA 3 A16 Pavement Markings White Turn Arrow Markings (Right, Left, Straight) EA 3 A17 Curb Painting (Yellow No -Parking Zone) LF 100 A18 Curb Painting (Red Are Zone) LF 100 A19 Computerized Profilograph Services to include street surface evaluations with calibrated vehicle and equipment and approved reports. HR 30 A20 Landscape Improvements, including 4" clean top soil, sod, excavation, backfill, compaction, with established growth. SY 10 A21 Door Hangers, delivered to the business and residences (two each) LS 1 A22 Type 1 Self -Supported Temporary Sediment Control Fence, maintained and removed LF 50 A23 Temporary Erosion Control Log, maintained and removed EA 150 A24 Street Sweeping, per curb mile MILE 10 A25 Irrigation System Allowance LS 1 $ 2,500.00 $ 2,500.00 A26 Allowance for Unanticipated General Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26) Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. [16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 1 of 5 Page 1 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Subgrade Repair Up to 2" Depth (Cold/Hot) HMAC Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 B2 Subgrade Repair Up to 4-6" Depth (Cement Stabilization) Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 B3 Cement Stabilized Base with 4% Cement existing Limestone Base 3-6 inches. Complete in Place with all grading, mixing, compaction, etc. SY 3,000 B4 TX5-475 Triaxial Geogrid, Complete in place with material and proper placement. SY/IN 14,300 B5 HMAC Saw Cutting 2" Depth, Complete in place LF 5,000 B6 HMAC Saw Cutting Additional 1" Depth, Complete in place LF 2,500 B7 Base Repair, Upper 2" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 12,000 B8 Base Repair, Additional 1" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 55,000 B9 Patching/Small Area Surface Restoration - HMAC, Type "D" per Square Yard/Inch, small equipment placement, removal of existing, placement of new, compaction, curing, hauling, etc. SY/IN 3,800 B10 Crack Seal with all surface preparation and application LF 100 B11 HMAC - Type "D" Level -Up Course (3" Depth Maximum) Ton 200 B12 Planing (Milling)(1" to 1-1/4") Complete in place with all preparation milling operations, hauling, etc. SY/IN 98,850 B13 Planing (Milling) Additional (1") Complete in place with all preparation milling operations, hauling, etc. SY/IN 13,800 B14 Proof Rolling with equipment, operator, etc. Hour 100 B15 Surface Treatment - HMAC, Type "D" per square yard/inch (one to five miles haul distance from an approved site within city limits) complete in place with Tack Coat (SS -1H). Placement, compaction, curing, hauling, etc. SY/IN 100,000 B16 Surface Treatment - HMAC, Type "D" per square yard/inch (over five miles haul distance from an approved site within city limits) complete in place with Tack Coat (SS -1H). Placement, compaction, curing, hauling, etc. SY/IN 130,000 B17 Allowance for Unanticipated Street Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 2 of 5 Page 2 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART C - CONCRETE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. LF 3200 C2 Removal and Replacement of 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 12000 C3 Replacement of "Washed" 6" Concrete Driveway Approaches, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 200 C4 Replacement of Driveway Approaches with High Early Strength concrete, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 200 C5 Temporary Driveway Access; set-up, maintenance and removal EA 5 C6 Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths, with all demo, hauling, disposal, etc. SF 1500 C7 New 4" Concrete sidewalk & Bike Paths, with all demo, hauling, disposal, forms, rebar, concrete, compaction, curing, finish etc. SF 100 C8 Concrete Saw Cutting 4" Depth LF 2500 C9 Concrete Saw Cutting additional 1" Depth SF 100 C10 Removal of and Replacement of Concrete Valley Gutter, with all demo, hauling, disposal, etc. SF 100 C11 Allowance for Unanticipated Concrete Improvements LS 1 $ 2,500.00 $ 2,500.00 SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS C1 THRU C11) Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 3 of 5 Page 3 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART D - MINOR UTILITY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel Inflow Inhibitor and with Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 35 D2 Stormwater Manhole Ring & Cover Adjustment, Including New Manhole Ring and Cover Assembly with New Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 31 D3 Water Valve Cover Adjustment with Concrete Collar, with demo, disposal, forms, rebar, concrete, compaction, finish, etc. EA 28 D4 Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete curing, compaction, finish, etc. EA 29 D5 Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price) with activity 01, D2, D3 & D4 above EA 10 D6 Allowance for Unanticipated Wastewater, Water and Stormwater Improvements LS 1 $ 2,500.00 $ 2,500.00 SUBTOTAL PART D - MINOR UTILITY IMPROVEMENTS (ITEMS D1 THRU D6) Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 4 of 5 Page 4 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART E - ADA IMPROVEMENTS (Ramps/Approaches, etc) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Remove and replacement of concrete curb & gutter returns adjacent to ADA Ramps LF 1850 SUBTOTAL PART E - ADA IMPROVEMENT ACTIVITIES (RAMPS/APPROACHES, ETC.) (ITEMS E1 THRU E6) E2 Removal and replacement of 4" Concrete sidewalk approaches to ramps (ramps only) SF 16270 TOTAL PROJECT BASE BID PART 1 (WEST) (PARTS A THRU E) E3 New ADA TDLR Compliant Concrete Curb Ramp and Landings SF 3510 E4 Remove and replace ADA Curb Ramps and Landings SF 10000 E5 New 4" Wide Concrete Header Curb (0 to 6" high) for offset elevation changes LF 1500 E6 Allowance for unanticipated ADA Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART E - ADA IMPROVEMENTS ACTIVITIES (RAMPS/APPROACHES, ETC. (ITEMS El THRU E6) BID SUMMARY SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26) 365 days SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) 395 days SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS C1 THRU C11) SUBTOTAL PART D - MINOR UTILITY IMPROVEMENTS (ITEMS D1 THRU D6) SUBTOTAL PART E - ADA IMPROVEMENT ACTIVITIES (RAMPS/APPROACHES, ETC.) (ITEMS E1 THRU E6) TOTAL PROJECT BASE BID PART 1 (WEST) (PARTS A THRU E) I Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 5 of 5 Page 5 of 5 Rev 10-28-2016 00 30 01 BID FORM Project Name: Citywide Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays Project Number: [16261 Owner: City of Corpus Christi Bidder: OAR: TBD Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part 2 (East) PART A - GENERAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 A2 Traffic Control and SWPPP, Residential Streets, set-up, maintenance and removal EA 18 A3 Traffic Control and SWPPP, Collector Streets; set-up; maintenance and removal EA 6 A4 Traffic Control and SWPPP, Arterial Streets; set-up, maintenance and removal EA 3 A5 Ozone Days Day 2 A6(W) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (8") (Solid) A7(W) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (4") (Solid) A8(W) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (4") (Broken) LF 5,200 A9 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4") (Solid) LF 10,900 A10 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4") (Broken) LF 100 All Raised Pavement Markers (Reflectorized), Type IC, !IAA, or IIC-R, as applicable EA 450 Al2 Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill EA 2 A13 Pavement Markings (White 24" "Stop Bar" Markings) LF 325 A14 Pavement Markings (Crosswalk Markings), (total width of crosswalk) LF 550 A15 Pavement Markings White "ONLY" EA 3 A16 Pavement Markings White Turn Arrow Markings (Right, Left, Straight) EA 3 A17 Curb Painting (Yellow No -Parking Zone) LF 100 A18 Curb Painting (Red Are Zone) LF 100 A19 Computerized Profilograph Services to include street surface evaluations with calibrated vehicle and equipment and approved reports. HR 30 A20 Landscape Improvements, including 4" clean top soil, sod, excavation, backfill, compaction, with established growth. SY 10 A21 Door Hangers, delivered to the business and residences (two each) LS 1 A22 Type 1 Self -Supported Temporary Sediment Control Fence, maintained and removed LF 50 A23 Temporary Erosion Control Log, maintained and removed EA 150 A24 Street Sweeping, per curb mile MILE 10 A25 Irrigation System Allowance LS 1 $ 2,500.00 $ 2,500.00 A26 Allowance for Unanticipated General Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26) Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. [16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 1 of 5 Page 1 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Subgrade Repair Up to 2" Depth (Cold/Hot) HMAC Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 B2 Subgrade Repair Up to 4-6" Depth (Cement Stabilization) Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 B3 Cement Stabilized Base with 4% Cement existing Limestone Base 3-6 inches. Complete in Place with all grading, mixing, compaction, etc. SY 3,000 B4 TX5-475 Triaxial Geogrid, Complete in place with material and proper placement. SY/IN 14,300 B5 HMAC Saw Cutting 2" Depth, Complete in place LF 5,000 B6 HMAC Saw Cutting Additional 1" Depth, Complete in place LF 2,500 B7 Base Repair, Upper 2" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 12,000 B8 Base Repair, Additional 1" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 55,000 B9 Patching/Small Area Surface Restoration - HMAC, Type "D" per Square Yard/Inch, small equipment placement, removal of existing, placement of new, compaction, curing, hauling, etc. SY/IN 3,800 B10 Crack Seal with all surface preparation and application LF 100 B11 HMAC - Type "D" Level -Up Course (3" Depth Maximum) Ton 200 B12 Planing (Milling)(1" to 1-1/4") Complete in place with all preparation milling operations, hauling, etc. SY/IN 98,850 B13 Planing (Milling) Additional (1") Complete in place with all preparation milling operations, hauling, etc. SY/I N 13,800 B14 Proof Rolling with equipment, operator, etc. Hour 100 B15 Surface Treatment - HMAC, Type "D" per square yard/inch (one to five miles haul distance from an approved site within city limits) complete in place with Tack Coat (SS -1H). Placement, compaction, curing, hauling, etc. SY/IN 100,000 B16 Surface Treatment - HMAC, Type "D" per square yard/inch (over five miles haul distance from an approved site within city limits) complete in place with Tack Coat (SS -1H). Placement, compaction, curing, hauling, etc. SY/IN 130,000 B17 Allowance for Unanticipated Street Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 2 of 5 Page 2 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART C - CONCRETE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. LF 3200 C2 Removal and Replacement of 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 12000 C3 Replacement of "Washed" 6" Concrete Driveway Approaches, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 200 C4 Replacement of Driveway Approaches with High Early Strength concrete, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 200 C5 Temporary Driveway Access; set-up, maintenance and removal EA 5 C6 Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths, with all demo, hauling, disposal, etc. SF 1500 C7 New 4" Concrete sidewalk & Bike Paths, with all demo, hauling, disposal, forms, rebar, concrete, compaction, curing, finish etc. SF 100 C8 Concrete Saw Cutting 4" Depth LF 2500 C9 Concrete Saw Cutting additional 1" Depth SF 100 C10 Removal of and Replacement of Concrete Valley Gutter, with all demo, hauling, disposal, etc. SF 100 C11 Allowance for Unanticipated Concrete Improvements LS 1 $ 2,500.00 $ 2,500.00 SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS C1 THRU C11) Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 3 of 5 Page 3 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART D - MINOR UTILITY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 01 Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel Inflow Inhibitor and with Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 35 D2 Stormwater Manhole Ring & Cover Adjustment, Including New Manhole Ring and Cover Assembly with New Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 31 D3 Water Valve Cover Adjustment with Concrete Collar, with demo, disposal, forms, rebar, concrete, compaction, finish, etc. EA 28 D4 Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete curing, compaction, finish, etc. EA 29 D5 Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price) with activity 01, D2, D3 & D4 above EA 10 D6 Allowance for Unanticipated Wastewater, Water and Stormwater Improvements LS 1 $ 2,500.00 $ 2,500.00 SUBTOTAL PART D - MINOR UTILITY IMPROVEMENTS (ITEMS D1 THRU D6) Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 4 of 5 Page 4 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART E - ADA IMPROVEMENTS (Ramps/Approaches, etc) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Remove and replacement of concrete curb & gutter returns adjacent to ADA Ramps LF 1850 SUBTOTAL PART E - ADA IMPROVEMENTS (RAMPS/APPROACHES, ETC.) (ITEMS E1 THRU E6) E2 Removal and replacement of 4" Concrete sidewalk approaches to ramps (ramps only) SF 16270 TOTAL PROJECT BASE BID PART 2 (EAST) (PARTS A THRU E) E3 New ADA TDLR Compliant Concrete Curb Ramp and Landings SF 3510 E4 Remove and replace ADA Curb Ramps and Landings SF 10000 E5 New 4" Wide Concrete Header Curb (0 to 6" high) for offset elevation changes LF 1500 E6 Allowance for unanticipated ADA Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART E - ADA IMPROVEMENTS (RAMPS/APPROACHES, ETC. (ITEMS El THRU E6) BID SUMMARY SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26) 365 days SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) 395 days SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS C1 THRU C11) SUBTOTAL PART D - MINOR UTILITY IMPROVEMENTS (ITEMS D1 THRU D6) SUBTOTAL PART E - ADA IMPROVEMENTS (RAMPS/APPROACHES, ETC.) (ITEMS E1 THRU E6) TOTAL PROJECT BASE BID PART 2 (EAST) (PARTS A THRU E) I Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQStreet Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 5 of 5 Page 5 of 5 Rev 10-28-2016 41i 4 8250 884 Part I (Weft) BaSe Bid Part 2 (East) AMUR -GENERAL IMPROVEMENTS der SECTION 012001 MEARUREKNT ALR) BA619 FOR PAYMENT) Al Moblhatton LS 1 1 02 az 'r. EA 18 18 36 222271::::7=ZT05IPP=:=7.= compacts, eu 7„`:77•'-'06 3,000 6 6 12 4,22* a2Vii5nrn6ri C'''''''''''''''''''22 Lialinc. Control Hid SHP., Arterial Streetaetiv,06 maintenance and removal 3 3 6 As 3340Days4 Day 2 2 86 A6 zzrz::::;41:Tzfr-m".,- , LF 150 100 300 67 =717'''0650. LF mo 000 200 68 Pavement Arladeing,458544,7..4 Thermsplastis Type 1, so mili irhickeien1W1141110rokeel LF 5,200 5,200 10,400 A9 =05==.:',70705AA'0'444.7.4. LF 00,300 10,900 21,800 600 r71=71/1111"1, LE 100 100 000 611 :7::;i riA' i EA 450 450 900 412 rrre0ttiri;=riiiZenTirer=l14 90,850 2 2 4 613 ""i""' "'it.' 'W'i""' '"rn.""'"1 LF 025 325 650 314 7=,0,54214050-5-10056410.20540512' LF 550 550 1,100 615 revement Markas Write "Os, EA 3 3 6 616 pa. ig imiL;. rings MINH Teriarto,inarirings16414. EA 3 3 6 ALs Curb Painting Slaw, No-Pa.09.55) LF 100 100 200 MB 44110P44011141 fire tore/ LF 100 100 200 469 Corwerlfed Profilograpli Sariones to Include street surface evaluations Antficalihramel vehicle aml equipment aid approved reports. HR 30 30 60 410 12IntiKapc spprovernents, .c.lr,6 4' clean, soil, 441, e,,,,a2asss,25414411, ammo, wm, smed growth. SY 10 10 20 411 =en, de.. to the bu5ineas and residences 15 1 1 1 A22 X,:rteltiieniYAA: LF 50 50 loo 72051300.010450I11on050tog. rrainta,ned artil removed EA 150 150 500 A24 H411.44144, Per curn mile MILE 10 10 20 ,,,,, irrigation sistem.444ance 626 Allowance for Unanticipated General Improvements L., 1 2 1 41i 4 PART 8 • STREET PAPROVEMENTS (per SECTION 012901 MEASUREMENT AND BASIS FOR PA 0028) , 42444 repair. to fi 808,461/Lion Lima compleite In pla4e r,,Sh excavation/removal Op.., ds,M., 50/INI 100 100 200 02 44844 Perelt ne to 4,011 Depth (Gernert Hablinatio11 Complete In Of f e wt. eraivationtreiroval placement. compd.,. 58/19 100 100 200 83 222271::::7=ZT05IPP=:=7.= compacts, eu 50 3,000 3,000 6,000 64 4,22* a2Vii5nrn6ri C'''''''''''''''''''22 58/15 14,300 14,300 28,600 65 14,,In Saw Cu.," Depth, ComNete ,n OP. LF 5,000 5,000 10.000 86 06/44 sais cHane tdditionel 1.1 nerd, Complete in OH e LF 2,500 2,500 5,000 07 ir=iir t7072;,12, SY/IN 12,000 12,000 24,000 . ::::===-=.„ 00/1141 55,000 55,000 110,000 B9 Pe.ing/Snull Area Surface Restore...IAA,. .... 05;of enrsistrifttrt===11=, etc. VAN 3,800 3,000 700 010 cr'`' "' A" '""'"'A""m""PP''''''" LF 000 100 200 811 HMAC, iviel, level -Up Course (3. Ciest.aximum) Ton 200 200 400 BIZ .:7::"LA,:ttS Ze'iZAZAf.'" A' WIN 90,850 98,850 197,700 813 =2=12iid=2=64:6 .“ AA3. WIN 13,800 13,800 27,600 814 Proof floilingo. equipment opera, etc. HOW 100 100 200 815 Surface Treatment , HIAPC, Type, per squar,yardtinch ?.47i=i="'itt=t71,:Ii=da:1Z440 Piacemen6101141411141114110, 44144 Ht. E0/. 000,000 000,000 200,000 me surface Heatment,44464, ride10" pee square yartirinch 'ir=riZ:stti::;;;:irLVArlii:ZigLirnii Placement, compd., curing, hauling., ett, 00/08 090,000 130,000 260,000 8i2. Allowance for ...need Street Improverner. LS 1 1 1 41i 4 PART C • CONCRETE NPROVEMENTS (per SECTION 01 2001 MEASUREMENT ARO BASIS FOR AYMENT) a C=e10'4:I=7,1%:0'2rxritreli:'r7' discrete. compacoon,f1,44.440.441- LF 9,200 3,200 6,400 C2 0erfeivai and 4,14:einem of V Commie orivewav APPiracher Hinders/44.w. form, rebar, comae, compd., cluisg,finis‘e. Sf 12.000 12,000 24,000 C3 Replacement orWashetr 6° Concrete DriVeWay ,,sproadles, Pme,,,16,50, form, mbar, comrete, compacron, curing.11466. etc. SF 200 200 400 04 S.1,...e...P.,..y ApproxiMS He Urh, Strength cond., demo, disposal, forms, res., concrete, cam ractoraitring,finish. et4 SF 200 200 400 ss HirezaH Driveway amen: seiLip, maintenance and 06 5 5 10 05 Zr=f arl:tplatentent of 9' Comm. Sicleves11,1122 a I el mo, hauling., tiSsinal, e. SF 1,500 1,500 3,000 C7 Per 4; concrete rdeuvan and Inte ran, 2141ademo, SF 100 100 200 50 roncrHe Sais rutting 602924 LF 2,500 2,500 5,000 03 concrete favi riming anditionfai OLP. 51 100 10 200 00,., . 4,tnralotanci Replacement of Concrete valley Cum, NI, dem IsislIng„,tlizpul, etc, SP 100 10 200 al AEEPA16.161 94.11611114 .4H. 4P414.4 LS 1 1 1 no id HAL frpf. PART D i 1014106117111Pf IMPROVEMENTS (per 9E941011012A 01 MEASUREMENT ARO OASIS FOR PAYMENT) 01 2.ri4=1t22=r1t=ofi24i=e:46"'" Adjustment RINs, Stainless 51411,11,ow Inhibit. a. with concrete Collar, void demo, disposal, forms, re., =trete, cull,. arrIpttial, Sri., Of. 06 25 35 70 22 Collar, virlisen16!di2PeciZorria,Te'llne:i7i:e, [0111,10.0, nalshoeu EA 31 31 62 D3 Water valve rover Affustment viitM1 Concrete Collar wini den, dnional, Has mbar, concert, compaction,14., etc. EA 28 28 56 34 62,1 il‘f2:760iLT, T:3' TL'indliZtr"''' EA 29 29 50 05 RepHcenient oi connate rams trina400.44144110 concrete iin addition is unit price) inth &ONO 01,07.. 01 a EA 10 10 20 ,,, ,,,rwitrwror 6425200,,,t2 Wastewater, Water and 15 1 1 1 ADDENDUM NO.1 ATTACHMENT NO.3 SHEET 1 OF 1 CONSULTANT, 401 NO. 160063 05414 41 • 0 gc ED QUANTITIES 11) SHEET 4 37 46 RECORD DRAWING NO. STR 932 PROSEGL# 616281 PAU E• MA IMPROV2EN4 (F4m4lApproaches, e4)(per SECTION 0129 01 MEASUREMENT AND SAM F0806886847) El 27,7=117,7000"4"''06 A 'iiA'"'AiAsi is 8,850 1,850 3,700 U 644C4000202'207,2' 17:11711=7144170 SF 16,270 16,270 32,540 E3 ''.W A.... C.,'.'°....°...,..L1'.. SP 3,510 3,510 7,020 s4 Remove and replace ADP all 4011611 aril Landings SF 10,000 10,000 20,000 ES New 6" WIderantseta Seeder Curb SI to V high, for offset ...changes LF 1,500 1,500 3,000 , Rbowance for unaraitIpate,../.41mprovernents LS 1 1 1 ADDENDUM NO.1 ATTACHMENT NO.3 SHEET 1 OF 1 CONSULTANT, 401 NO. 160063 05414 41 • 0 gc ED QUANTITIES 11) SHEET 4 37 46 RECORD DRAWING NO. STR 932 PROSEGL# 616281 OD 9101 ADDENDUM NUMBER 2 Street Preventative Maintenance Program Project: (SPMP) Fiscal Year 2017-(IDIQ) Street Overlays Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Dennis L. Miller, P.E. - LNV, Inc. Addendum No. 02 Specification Section: 00 9101 Project Number: E16261 Issue Date: December 1, 2016 Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement 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. Approved by: Dennis L. Miller, P.E. Name 12/01/16 Date Addendum Items: The purpose of this Addendum is to revise contract documents, provide references, clarifications and revise drawing. Front End Documents 01 23 10 Alternates and Allowances - Attachment No. 1 0129 01 Measurement and Basis for Payment - Attachment No. 2 Clarifications Clarifications & Answers to questions from Civcast and the Pre -Bid Meeting. Delivery Orders Reference - Attachment No. 3 Drawings Sheet 5 - Attachment No. 4 Addendum No. 2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays, Project No. E16261 LN/ engineers I architects I contractors [WNW/VOX/It SURE XS COPPUS CI T1, TEXAS 761x6 Thee F67Y NO. F-]66 PH. (761)!6}4!4 FM (74) SUMO PNM LINDC CCU 009101-1 Rev 0143-2016 ARTICLE 1— BIDDING REQUIREMENTS 1.01 ACKNOWLEDGE ADDENDA A. Acknowledge receipt of this Addendum in the Bid Acknowledgement Form submitted for this Project. Failure to acknowledge receipt of this addendum in the Bid Acknowledgement 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 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS - ARTICLE 3 and SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM —Article 1: 1. The date and location for the receipt of Bids is unchanged. B. SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS — ARTICLE 2 — GENERAL NOTICE DELETE: PARAGRAPH 2.01, B, in its entirety. ADD: PARAGRAPH 2.01, B, in its entirety This solicitation/advertisement provides two base bids with work across two (2) areas of the City— Base Bid Part 1 (West) and Base Bid Part 2 (East). The City intends to award Base Bid Part 1 (West), to the lowest responsive/responsible bidder and award the Base Bid Part 2 (East) to the lowest responsive/responsible bidder. If the same bidder submits the lowest bid for multiple parts, the bidder must demonstrate sufficient capacity and resources to perform all parts simultaneously in accordance with the Contract Documents. This includes sufficient crews and equipment for each Part to be considered for award. The City will determine satisfactory capacity, and if, the award of multiple parts to one bidder is in the best interest of the City. lithe bidder only qualifies for one part, the award of the lowest of the multiple bid will be awarded, and the other part awarded to the next lowest bidder. C. SECTION 01 23 10 ALTERNATES AND ALLOWANCES DELETE: SECTION 01 23 10 ALTERNATES AND ALLOWANCES in its entirety. ADD: SECTION 01 23 10 ALTERNATES AND ALLOWANCES in its entirety (Attachment No. 1). D. SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT DELETE: SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT in its entirety. ADD: SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT in its entirety (Attachment No. 2). ARTICLE 2 — MODIFICATIONS TO THE SPECIFICATIONS OR TECHNICAL SPECIFICATIONS. None associated with this Addendum No. 2. Addendum No. 2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays, Project No. E16261 009101-2 Rev 01-13-2016 ARTICLE 3 - MODIFICATIONS TO THE DRAWINGS 3.01 ADD OR DELETE DRAWINGS A. DELETE the following Drawing: Deleted Drawings 5 of 46 — General Pavement Section & Speed Hump Detail B. ADD the following Drawing: (Attachment No. 4). Added Drawings 5 of 46 — General Pavement Section & Speed Hump Detail ARTICLE 4 — QUESTIONS AND CLARIFICATIONS 4.01 QUESTION A. Question: For Bid Items B15 & B16, where is "approved site"? Answer: For this project the approved site shall be the hot mix asphalt plants located on Hopkins Road. B. Question: Can a sample of streets included in a Delivery Order be provided for reference? Answer: For reference only, a Delivery Order from a previous year has been provided along with a breakdown by street. This is to be used as a reference only and is a typical Delivery Order of the nature of the work provided for street overlays in the current SPMP Year 3 project. See Attachment No. 3. C. Clarification: How will ride quality be enforced on Bid Item A19 Computerized Profilograph Services? Answer: The intent of this item is to be used on a case by case basis. At the discretion of the City any street (Arterial, Collector or Local) can be tested when the ride quality is in question. The City will evaluate the provided IRI value to ensure it is within industry standards. It is not the intent of this bid item to provide bonuses for ride quality. END OF ADDENDUM NO. 2 Addendum No. 2 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays, Project No. E16261 009101-3 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. Specified allowance amount is included in the Contract Price to cover costs for possible unanticipated work that may arise during construction of the improvements. This reserve amount is to be included in all bids for this project. This amount may become available for payments to the Contractor, at the City's discretion, in the event that the unforeseen conditions or conflicts are encountered during construction. There is no guarantee that any of this fund will be used during the course of this project. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 31 00 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. Alternates and Allowances Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 1 Page 1 of 4 012310-1 11-25-2013 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 01 31 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for products specified as Unit Price Work. b. Do not perform Work until selection of alternate has been approved by the Owner. c. Provide actual invoices for the materials. 1.02 DOCUMENT SUBMITTALS A. Provide documents for materials furnished as part of the alternate in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. 1.03 DESCRIPTION OF ALTERNATES 1. None Alternates and Allowances Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 1 Page 2 of 4 012310-2 11-25-2013 1.04 DESCRIPTION OF ALLOWANCES — BASE BID PART 1 (WEST) A. Allowance A - 1. Irrigation System Allowance: The sum of $2,500 to be used for the purchase of Irrigation System Improvements. 2. Unanticipated General Improvements: The sum of $10,000 to be used for the purchase of Unanticipated General Improvements. B. Allowance B - Unanticipated Street Improvements: 1. The sum of $10,000 to be used for the purchase of Unanticipated Street Improvements. C. Allowance C - Unanticipated Concrete Improvements: 1. The sum of $2,500 to be used for the purchase of Unanticipated Concrete Improvements. D. Allowance D - Unanticipated Wastewater, Water and Stormwater Improvements: 1. The sum of $2,500 to be used for the purchase of Unanticipated Wastewater, Water and Stormwater Improvements. E. Allowance E — ADA Improvements: 1. The sum of $5,000 to be used for ADA Improvements. 1.05 DESCRIPTION OF ALLOWANCES BASE BID PART 2 (EAST) A. Allowance A - 1. Irrigation System Allowance: The sum of $2,500 to be used for the purchase of Irrigation System Improvements. 2. Unanticipated General Improvements: The sum of $10,000 to be used for the purchase of Unanticipated General Improvements. B. Allowance B - Unanticipated Street Improvements: 1. The sum of $10,000 to be used for the purchase of Unanticipated Street Improvements. C. Allowance C - Unanticipated Concrete Improvements: 1. The sum of $2,500 to be used for the purchase of Unanticipated Concrete Improvements. D. Allowance D - Unanticipated Wastewater, Water and Stormwater Improvements: 1. The sum of $2,500 to be used for the purchase of Unanticipated Wastewater, Water and Stormwater Improvements. E. Allowance E — ADA Improvements: 1. The sum of $5,000 to be used for ADA Improvements. Alternates and Allowances Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 1 Page 3 of 4 012310-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 1 Page 4 of 4 012310-4 11-25-2013 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 01 29 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS Base Bid Part 1 -West and Base Bid Part 2 -East A. Bid Item Al — 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; Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 1 of 7 012901-1 Rev 01-13-2016 f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. B. Bid Item A5 — Ozone Days: 1. Payment will be made based on the number of declared Ozone Days activated times the bid unit cost per day, and will include all costs including but not limited to labor, materials, and equipment. 2. This item will be measured as the number of days declared by the City of Corpus Christi as ozone days where the Contractor is not allowed to conduct certain activities identified elsewhere in the Contract. C. Bid Item Al2 — Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill, with all surface preparation, application, etc.: 1. Payment for this item will be made at unit price bid for Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill for width of street at 24 feet. Street humps with greater width will be paid for at a prorated price, and will include all labor, material, equipment, and incidentals. 2. This item will be measured by each speed hump in place. D. Bid Item A19 — Computerized Profilograph Services to include street surface evaluations with calibrated vehicle and equipment and approved reports: 1. Payment will be made at the unit price bid for Computerized Profilograph Services for each hour the machine is utilized, including mobilization and demobilization and will include all costs for labor, materials, equipment, and incidentals, and for preparation of a written report. 2. This item will be measured by the hour the Profilograph machine is utilized. E. Bid Item A20 — Landscape Improvements, including 4" clean top soil, sod, excavation, backfill, compaction, with established growth: 1. This item will be paid by the unit bid price for Landscape Improvements and will include compensation for all labor, materials, equipment, and incidentals. 2. This item will be measured by the square yard. F. Bid Item A21 — Door Hangers, delivered to the business and residences (two each): 1. This item will be paid by the unit price for Door Hangers and will include compensation for all labor, materials, equipment, and incidentals. 2. This item will be measured by the lump sum. G. Bid Item A24 — Street Sweeping, per curb mile: 1. This item will be paid by the unit price for Street Sweeping and will include compensation for all labor, materials, equipment, and incidentals. 2. This item will be measured by the curb mile. H. Bid Item A25 — Irrigation System Allowance: Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. [16261 ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 2 of 7 012901-2 Rev 01-13-2016 1. Allowances for Irrigation System Improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer, and will include all labor materials, equipment, and any other costs associated with such directive. 2. This item will be measures by lump sum according to the directive of the Engineer. I. Bid Item A26 — Allowance for Unanticipated General Improvements: 1. Allowances for Unanticipated General Improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer, and will include all labor materials, equipment, and any other costs associated with such directive. 2. This item will be measures by lump sum according to the directive of the Engineer. J. Bid Item B7 — Base Repair, Upper 2" Depth (Limestone) with excavation/removal, placement, compaction, etc.: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Base Repair, Upper 2" Depth (Limestone). This price is full compensation for furnishing and disposing of materials, blading, brooming, scarifying, salvaging, replacing, stockpiling, reshaping, refinishing, compacting, finishing, curing, and equipment, labor, tools, and incidentals. 2. This item will be measured by the square yard/inch of existing base in its original position. K. Bid Item B8 — Base Repair, Additional 1" Depth (Limestone) with excavation/removal, placement, compaction, etc.: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Base Repair, Additional 1" Depth (Limestone). This price is full compensation for furnishing and disposing of materials, blading, brooming, scarifying, salvaging, replacing, stockpiling, reshaping, refinishing, compacting, finishing, curing, and equipment, labor, tools, and incidentals. 2. This item will be measured by the square yard/inch of existing base in its original position. L. Bid Item B9 — Patching/Small Area Surface Restoration - HMAC, Type "D" per Square Yard/Inch with small equipment placement, removal of existing, placement of new, compaction, curing, hauling, etc.: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Patching/Small Area Surface Restoration — HMAC Type "D". The price bid for repair is full compensation for furnishing materials, unless otherwise shown on the plans, application of the tack coat, removal and disposal of debris and excess materials, leveling off or weighting the load for measurement, and equipment, labor, tools, and incidentals. 2. Patching/Small Area Surface Restoration-HMAC, Type "D" will be measured by the square yard/inch of surface area. The minimum quantity per callout respectively is 5 square yards. Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 3 of 7 012901-3 Rev 01-13-2016 M. Bid Item B10 — Crack Seal with all surface preparation and application: 1. The work performed and materials furnished in accordance with this item will be paid for at the unit price bid for Crack Seal. This price is full compensation for routing, cleaning, and sealing joints and cracks, furnishing and placing materials, and equipment, labor, tools, and incidentals. 2. This item will be measured by the linear foot. N. Bid Item B14 — Proof Rolling with equipment, operator, etc.: 1. The work performed and equipment furnished in accordance with this item will be paid for at the unit price bid for Proof Rolling. This price is full compensation for furnishing and operating equipment and for labor, materials, tools, and incidentals. 2. Rolling will be measured by the hour operated on surfaces being tested. O. Bid Item B17 — Allowance For Unanticipated Street Improvements: 1. Allowances for Unanticipated Street Improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer, and will include all labor, materials, equipment, and any other costs associated with such directive. 2. This item will be measures by lump sum according to the directive of the Engineer. P. Bid Item C1 — Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc.: 1. Payment will be made at the unit bid price for Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter and will be full compensation for preparing the subgrade and base; furnishing and placing all materials including reinforcing steel and expansion materials; for furnishing, placing, shaping and tamping backfill; and for all manipulation, labor tools, equipment, and incidentals necessary to complete the work. Q. 2. Concrete Curb and Gutter will be measured by the linear foot for each type of curb. Bid Item C2 — Removal and Replacement of 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc.: 1. Payment will be made at the unit price bid for Removal and Replacement of 6" Concrete Driveway Approaches of all removed materials. The cost will include all materials, labor, equipment, and incidentals. 2. This item will be measured by the square foot of removed driveway approaches, including disposal. R. Bid Item C3 — Replacement of "Washed" 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc.: 1. Payment will be made for at the unit bid price for Replacement of "Washed" 6" Concrete Driveway Approaches and will be full compensation for preparing the subgrade; for furnishing and placing all materials, including all reinforcing steel and expansion joint materials; and all manipulation labor, tools, equipment, and incidentals necessary to complete the work. Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 4 of 7 012901-4 Rev 01-13-2016 2. Work accepted material as prescribed for in this specification will be measured by the square foot of surface area of work completed. S. Bid item C5 — Temporary Driveway Access; set-up, maintenance and removal: 1. Payment will be made at the unit price bid for Temporary Driveway Access and will include all labor, materials, equipment, and incidentals, using appropriate materials to provide safe access. 2. This item will be measured by each. T. Bid Item C6 — Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths, with all demo, hauling, disposal, etc.: 1. Payment will be made at the unit price bid for Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths and will include all labor, materials, equipment, and incidentals. 2. This item will be measured by the square foot of concrete sidewalk or by bike path. U. Bid Item C7 — New 4" Concrete Sidewalk & Bike Paths, with all demo, hauling, disposal, etc.. 1. Payment will be made at the unit price bid for New 4" Concrete Sidewalk & Bike Paths and will include all labor, materials, equipment, and incidentals. 2. This item will be measured by the square foot of concrete sidewalk or by bike path. V. Bid Item C11 —Allowance for Unanticipated Concrete Improvements: 1. Allowances for Unanticipated Concrete Improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer, and will include all labor materials, equipment, and any other costs associated with such directive. 2. This item will be measures by lump sum according to the directive of the Engineer. W. Bid Item D1 — Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel Inflow Inhibitor and with Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc.: 1. Payment will be made by the unit price for each Sanitary Sewer Manhole Ring & Cover Adjustment as specified in the contract drawings, which will include all costs for labor, materials, equipment and any other cost associated with this effort. 2. Measurement will be made for each manhole adjustment as specified in the contract drawings. X. Bid Item D2 — Stormwater Manhole Ring & Cover Adjustment, Including New Manhole Ring and Cover Assembly with New Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc.: 1. Payment will be made by the unit price for each StormWater Manhole Ring & Cover Adjustment as specified in the contract drawings, which will include all costs for labor, materials, equipment, and any other costs associated with this effort. Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 5 of 7 012901-5 Rev 01-13-2016 2. Measurement will be made for each manhole adjustment as specified in the contract drawings. Y. Bid Item D3 — Water Valve Cover Adjustment with Concrete Collar, complete in place with demo, disposal, forms, rebar, concrete, compaction, finish, etc.: 1. Payment will be made by the unit price for each Water Valve Cover Adjustment with Concrete Collar as specified in the contract drawings, which will include all costs for labor, materials, equipment and any other costs associated with this effort. 2. Measurement will be made for each water valve cover adjustment, as specified in the contract drawings. Z. Bid Item D4 — Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete curing, compaction, finish, etc.: 1. Payment will be made by the unit price for each Gas Valve Cover Adjustment as specified in the contract drawings, which will include all costs for labor, materials, equipment and any other costs associated with this effort. 2. Measurement will be made for each gas valve cover adjustment, as specified in the contract drawings. AA. Bid Item D5 — Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price), with activity D1, D2, D3 & D4 above: 1. Payment will be made by the unit price for each Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price) for manholes and valves requiring high Early Strength Concrete, as directed by the Engineer. This payment is in addition to the unit price for the adjustment of the manhole or valve as specified in the contract drawings, which will include all costs for labor materials, equipment and any other costs associates with this effort. 2. Measurement will be made for each concrete collar for manholes and vales requiring High Early Strength Concrete, as directed by the Engineer. BB. Bid Item D6 — Allowance for Unanticipated Wastewater, Water and Stormwater Improvements: 1. Allowances for unanticipated Wastewater, Water and Stormwater improvements will be paid for based on the Contractor's proposal for performing the items directed by the Engineer and will include all labor, materials, equipment and any other costs associated with such directive. 2. This item will be measured by lump sum according to the directive issued by the Engineer. CC. Bid Item E2 — Removal of and Replacement of 4" Sidewalk approaches to ramps (ramps only), with all demo, hauling, disposal, etc.: 1. Payment will be made at the unit price bid for Removal of and Replacement of 4" Concrete Sidewalk approaches to ramps (ramps only) and will include all labor, materials, equipment, and incidentals. 2. This item will be measured by the square foot of concrete sidewalk. Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 6 of 7 012901-6 Rev 01-13-2016 DD. The basis of measurement and payment for other Bid Items shall be as described in specification sections and/or the Bid Form. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 ADDENDUM NO. 2 ATTACHMENT NO. 2 Page 7 of 7 012901-7 Rev 01-13-2016 City of Corpus Christi CITYWIDE STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) YEAR 3 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) City Project No. E15140 / CRG Project No. 20910c DELIVERY ORDER No. 1 OVERLAYS Candidate Streets List Prepared by: Victor M. Gutierrez, Jr., P.E. TBPE PE No. 77761 Coym, Rehmet & Gutierrez Engineering, L.P. TBPE Firm Reg. No. F-388 LINE No. OBJECT ID. STREET FROM TO DIST. CLASS LENGTH (FT) WIDTH (FT) YD2 PCI SPMP YEAR DELIVERY ORDER No. 1 - OVERLAYS 1 902900 STAPLES S SIXTEENTH FIFTEENTH 2 A-1 490 53 2,886 55 Y30 2 903000 STAPLES S FIFTEENTH BUCKAROO 2 A-1 650 53 3,828 55 Y30 3 903100 STAPLES S BUCKAROO BROWNLEE 2 A-1 240 53 1,413 55 Y30 4 903200 STAPLES S BROWNLEE CLIFFORD 2 A-1 210 53 1,237 55 Y30 5 903204 STAPLES S CLIFFORD TENTH 2 A-1 260 53 1,531 55 Y30 6 903300 STAPLES S TENTH PALMERO 2 A-1 195 53 1,148 55 Y30 7 903305 STAPLES S PALMERO ALAMEDA S 2 A-1 210 L 53 * 1,237 55 Y30 8 647200 NAPLES DEAD END KOSAR 2 0-1 335 26 968 62 Y30 9 647000 NAPLES KOSAR SHELY 2 C-1 990 36 3,960 62 Y30 10 646900 NAPLES SHELY EDWARDS 2 0-1 335 36 1,340 62 Y30 11 646800 NAPLES EDWARDS TARLTON 2 01 335 24 893 62 Y30 12 646700 NAPLES TARLTON BLEVINS 2 01 330 24 880 62 Y30 13 646600 NAPLES BLEVINS RICHARD 2 Local 330 24 880 62 Y30 14 105100 BONITA FIG TERRACE 2 Local 325 24 867 56 Y30 15 105200 BONITA TERRACE LYNCH T 2 Local 315 24 840 56 Y30 16 338700 FIG BALDWIN DATE ivift2 Local 275 24 733 61 Y30 17 338800 FIG DATE BONITA \ 2 Local 275 24 733 61 Y30 18 338900 FIG BONITA EIGHTEENTH 2 Local 620 24 1,653 61 Y30 19 271900 DEL MAR BLVD OCEAN DR SECOND ST 2 Local 440 34 1,662 56 Y30 20 272000 DEL MAR BLVD SECOND ST THIRD ST ,. 2 Local 280 34 1,058 56 Y30 21 272100 DEL MAR BLVD THIRD ST SANTA FE 2 Local 290 34 1,096 56 Y30 22 272200 DEL MAR BLVD SANTA FE LAWNVIEW 2 Local 665 34 2,512 56 Y30 23 272300 DEL MAR BLVD LAWNVIEW ALAMEDA 2 Local 950 34 3,589 76 Y30 24 272400 DEL MAR BLVD ALAMEDA BROWNLEE 2 Local 675 34 2,550 76 Y30 25 272500 DEL MAR BLVD BROWNLEE STAPLES S 2 Local 600 34 2,267 76 Y30 26 402700 HAKEL MC ARDLE FOLEY 2 Local 1145 24 3,053 58 Y30 27 402800 HAKEL FOLEY MAHAN 2 Local 1170 24 3,120 58 Y30 28 968900 TRINITY MCARDLE LAMONT 2 Local 830 24 2,213 5 Y30 29 969000 TRINITY MCARDLE MTVERMON 2 Local 780 24 2,080 58 Y30 30 923100 SUDAN PHARAOH DEAD END S 4 Local 390 24 1,040 57 Y30 Coym, Rehmet Ci Gutierrez R Engineering , L.P. TBPE Firm Reg. No. F-388 5656 South Staples, Suite 230 /V- /// Corpus Christi, Texas 78411 Phone crg@crrgei.8com0 Fax 993-7569 E -Mail D.O. No. 1 Total: 53,267 ADDENDUM NO. 2 ATTACHMENT NO. 3 Page 1 of 42 San Pstricio County GRAPHIC MAP SCALE 5000 0 5000 10000 15000 1211 CORPUS CHRISTI BAY PROJECT LOCATION CORPUS CHRIS Sheet List Table Sheet Number Sheet Title COVER SHEET 2 ESTIMATED QUANTITIES— PART A ESTIMATED QUANTITIES— PART ESTIMATED QUANTITIES— PART C 1 & E 5 6 GENERAL CONSTRUCTION EGEND AND ABBREVIATIONS VINCINITY MAP TYPICAL CROSS SECTIONS 8 SOUTH STAPLES STREET OVERLAY (5 A. 00+00 r0 STA. 05+00) SOUTH STAPLES STREET OVER (STA. 05+00 r0 STA. 10+00) 10 SOUTH STAPLES STREET OVER LRY (STA. 10+00 TO STA. 15+00) SOUTH STAPLES STREET OVERLAY (STA. 15+00 TO STA. 20+00) 12 SOUTH STAPLES STREET OVERLAY (STA. 20+00 r0 STA. 22+14) 13 14 15 16 1] 18 t§ •420 CALL BEFORE YOU DIG! se "."'".0.11.61(1,. a. nouns 81r1--�°RE,Ou 0,5 m.ro c... THE LONE STAR NOTIFICATION COMPANY AT 1-800-669-8344 e' PLANS FOR CITYWIDE STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) YEAR 3 INDEFINITE DELIVERY INDEFINITE QUANTITY (/DIQ) DELIVERY ORDER No. 1- OVERLAYS CITY PROJECT No. E15140 27 28 29 30 31 32 33 34 35 36 37 38 39 40 NAPLES STREET OVERLAY (STA. 00+00 r0 STA. 05+00) NAPLES STREET OVERLAY (STA. 05+00 r0 STA. 10+00) NAPLES STREET OVERLAY (STA. 10+00 r0 STA. 15+00) NAPLES STREET OVERLAY (STA. 15+00 r0 STA. 20+00) NAPLES STREET OVERLAY (STA. 20+00 r0 STA. 23+]6) BONITA STREET OVERLAY (STA. 00+00 r0 STA. 05+00) BONITA STREET OVERLAY (STA. 05+00 r0 STA. 10+00) BONITA STREE OVERLAY (STA. 10+00 r0 STA. 13+47) FIG STREET OVERLAY (STA. 00+00 r0 STA. 05+00) FIG STREET OVERLAY (STA. 05+00 r0 STA. 10+00) FIG STREET OVERLAY (STA. 10+00 r0 STA. 11+41) D EL MPR BOULEVARD OVERLAY (STA. 00+00 r0 STA. 05+00) D EL MPR BOULEVARD OVERLAY (STA. 05+00 r0 STA. 10+00) D EL MPR BOULEVARD OVERLAY (STA. 10+00 r0 STA. 15+00) D EL MPR BOULEVARD OVERLAY (STA. 15+00 r0 STA. 20+00) D EL MPR BOULEVARD OVERLAY (STA. 20+00 r0 STA. 25+00) D EL MPR BOULEVARD OVERLAY (STA. 25+00 r0 STA. 30+00) D EL MPR BOULEVARD OVERLAY (STA. 30+00 r0 STA. 35+00) D EL MPR BOULEVARD OVERLAY (STA. 35+00 r0 STA. 38+35) HPHEL DRIVE OVERLAY (STA. 00+00 r0 STA. 05+00) HPHEL DRIVE OVERLAY (STA. 05+00 r0 STA. 10+00) HPHEL DRIVE OVERLAY (STA. 10+00 r0 STA. 15+00) HPHEL DRIVE OVERLAY (STA. 15+00 r0 STA. 20+00) HPHEL DRIVE OVERLAY (STA. 20+00 r0 STA. 23+18) TRINITY DRIVE OVERLAY (STA. 00+00 TO STA. 05+00) TRINITY DRIVE OVERLAY (STA. 05+00 TO STA. 10+00) TRINITY DRIVE OVERLAY (STA. 10+00 TO STA. 15+00) TRINITY DRIVE OVERLAY (STA. 15+00 TO STA. 16+28) 41 SUDAN DRIVE OVERLAY (STA. 00+00 TO STA. 03+69) ROMEO FOR COX/ROCIOI: O*.d& N COWb, Program PREPARED BY Coym, Rebind Gutierrez Rngmeeriog , L. P. S6S6South Sbpl€ ,Sufi! 290 Carpus 61))O914.53 ]8411 Phone 1361)OBehcom Fex 08375&9 emelt' Ory@oryel.mm ADDENDUM N0.2 ATTACHMENT NO.3 Page 2 of 42 C-213 CRGE PROJECT No: 20910c .75 SBLLT 1 t 41 RECORD IIRM ONO STR 929 CITY PROJECT 1E15140 ss aravgTew. .5,10ARTER.- amvioEs-mEETwEvearRM CRGE PROJECTV. 2oa19c , %5r qS1 elll VICTOR M. GUTIERREZ, JR./, 0v 77761 ,n •:PF � 7.26.zo/6 BIDDER COLLECTOR n RE3ioE.Tw REsioE REO �vaERRE2,R.. E.I,�EPa No MO, VICTO a.. COh.,.REN �e.TrWEFIRM REG ..o.E�l 8Ov,88T211. 1EaG,REET 0Rg. ,2.0 eoxrtnaTREEr r EiG'13. OE MAReO u,EVARD avI�.� TRxrry DRIVE suowr DRIVE OEC 'NO" pascatpr on .:r siva-TOTA,. 1 342 s 30-7 2g-o,Avel saa-roT.. 14'. em Ian 4379 .sua-TOT.. BP NI CE 02 C. ''' PA ERAL MO MOTRnEEiCCoxTR«2so, 11N 0 3va-TOT.. O a-roT.. O O a -TOT.. O. OT. OTA, O MTA a-TOTA,. CI cell_ sor sua OT ED OV ESS seT 0202, 0.021 3.021 3.021 s. , s,g, 3.021 3.021 q g.: DE I. SiR sg s A,2o02 8 MPE PIC OL AONTENA,NCEA,.O RE,.ww.aO«,EAE i.P�aE gR OL El EA ss PFOO ueTEay.As-mEET CO3MCE.a�Na,aCE UR E, s s s 3 s s 3 s s s s28 0 123 O ,2 02 125 0123 e,x A,200PA PA ENT rr sua lav no if ® s OK ON 830 COI s X00 TOR MO C 3802 s 2023 3 3 88,a 3 3 3 s CITY of CORPUS CHRISTI TEXAS Department of Eng;neering Services v RAIS PIT QED) IC N«� g,.8 3 3 3 s ErC PR TO 333 ,022 85 PA Err PIGS .0 LE "s-,• leli .FAP. , oNA,T.AseWNr�BTAOE aaEauun va ErC s s s f 3 3 3 s 3 s ppp 0 COM ZED CES WO no 0 (<0°1 a 8 p 0 CITYWIDE STREET PREVENTATIVE ,^ MAINTENANCE PROGRAM (SPEP) TE 3 INDEFINITE DELIVERS INDEFINITE QUANTITY (IDIO) DELIVERY ORDER NO.1-OVERL4VS ESTIMATED QUANTITIES- PART A CO LACE INCL MG ON EST ED TM °I(11°(' A2,a COM LACE Oro,"E av8 M.E33A.O REao em 3 3 0 8023 3 0023 3 8023 s 0023 3 80113 s 002 s 0023 ss A2A a.TAwEon.o Re,O11ro �OGCOWL= PI PACE. E, re 3 ,a s ,8 s ,2 s ,0 s 8 s 2 3 s-raErrsnreaaixs COMPLETE 1,I PLACE PER CURB M E RRIGATONISYSTEMALLOWCE A223 ALLOWANCE FOR .A. µrEOGENERALMPROVE«NT3 a s s 023 s 0 3 0123 s 8123 s 0,23 s 8123 s 0 s 0.,23 s 8.3EeO..8 RE.A2a, TNRO11�A2� OT 8 AMOUR O®AawNTS Ew«CON a:.. ■s ■3 ■s ■s ■3 ■s ■s ■ s CEuvgvoaoECO ,12850.000 oo Eoa u, ovERLA .NEREE,Oaa. RNG EOR EiuEr,xEAs m ADDENDUM NO.2 ATTACHMENT 2 Page 3 of 43 of ' S I F 929 CITY PROJECT 4E15140 C-213 mE .oE�„ A CRGE PROJECT No os Os * ♦-. iti}Pr cc 1i P 11T•-.• 1\ ��� 1 s N 11 C 1�0 ' _ o �.«xExM REG .,� .sox.xs..Puss,nEE. E< BON smEEr E�sn., 13 LI 32n.x DR SE nE.xo,.o„n PAP B C.xnxo.na.3Enao.1.0 an w ro... a,y SUB -ro... a aro... a. 3aaro... m 3 m.� aro... am asro... an• 3. °I _ CO 3M ou @a� P°P oxREw.�.� uno poP s s 3 s 3 s 3 @a3 o., /1 �..n .Mx xrucEw 3. a s 3 s s s s s s s @a. uwcEwnx 3. as 3 a s s 3� ,a ,., s -� s 33 s 3-- B2-00 xRE pp @ , @a, WMP ox . P � a 3 3 BP r , 3 O©.. 18.0 �WCULT 30, 3 aro I/I��� @ @a3B2-0 xs.00x.oEP„,Co3aE.E.. � g3 G CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services @a3 EON a�E x..�o�.�nox. ��n�xs. k. II a 3 3 3 s s s s s mwLLsuaEacE 3 s �-a ALES e° i o s s3 WA rucEaEa.ay.Eo a..Eswxo �,. � a 3 3 rox a 3 3 (<(</ PP Mr PLE'' LAC PAPP 5°P73 ON((/ xro a . 3 P 9 2 y2' CITYWIDE STREET PREVENTATIVE MAINTENANCE PROGRAM (SPNIP) YEAR 3 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIS) DELIVERY ORDER N0.1 -OVERLAYS ESTIMATED QUANTITIES- PART B RE MLAC rox �.. �� @33,:,� 3,� . -�„_ �a@� 3 ,,, . .�.,� . ,�. .p0P.@ .bCM7w:GO�NIP 0 01%1 p00 CO TM®x�PMa APP D 9P SO @-A Pi X.ucEe+Exr.mw.cna+.cuxxo. 112 C 3.�, nom, ,�33, .B .® „a „3, 8070 ,xa @-a te.,. EOR ux.xncimr@smEE.wnovanExrs 3<<C. 3 3 3' 3 3' 3 a.sEe,o.mEerEm@a,.xwox�x3f@ nm..e,�x.3FOP 0.o, a SHEET 3 at 41 RECOM) UP/M1YC NA ADDENDUM NO.2 ATTACHMENT 2 Page4oof 42 f ‹1® ' STR 929 C-213 : CITY PROJECT 1E15140 ---TExO—z CRGE PROJECT No: zosmc L PSE DP ‘j.,x 5rr' ti..... %:E• .*••• .j +l4 M. GUTIERREZ, JR.f, ,EVICTOR., . 7761 ,moo, j/Pt`T • r• '": fVAL -J - /0.7•zaf4 OOLEe6x,. ExmL m O..ZENG! Ex wBB.FIaMa..F-. yo�xpSTAPLES .NI T.EET Fio3. aE wa . DRIVE aIxIarvE aa�a�xE DELIVERY ORDERa, O .y z BO.� � siET m ,LEV.aa ®2000.9 20.015LV., A v.xT rvn�Es xryF o ON 0 R,kE ON TO ma-ror.. or SUBTOTAL SUBTOT.. SUBTor.. , SUBTOT.. , SUBTOTAL SUBTOT.. , SUBTOT.. o-ccncnErEncr RAR aEx.a.COxwETE.cowncnox, C ,�y, yxxx % ay ipl 28 o,y TO .0�% ,�%�% raa ,z. ,aa ids co,, O_CO aaaaOOxcaE.EOOMv�T�OxOUa�xO FOR F�x�sx �acEr.x�nxx.m aay EP ENT IL.. LETE I xcaErecwev,E�E CPRRR! %F a am,FMFoa.a.Oa�V¢,...00E.. yE.-uv.waxrExucEnxLI Ewx co a y y y a y r s CO w G. C 110 yF Ba N ) �a .Oa.. aa% CONCRETE sc.Oa Tx. xG.OEPcoysncrEPI PLACE s y .0 y �» y sro y s ,r. y ara y zoa s % 4IBIT i 3 g G CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services Of,a CO.BOE s.. wnxonomrnxu, vEvm. cowsEiE IN °f" vosA�. AxPC: CORNI o vucEx,ExroFxEw �F a CF,$ ALLOW.. FOR 9x,xnO1v.TEa cOxcaEE19wao.X.19 a,x x a,x y a,x a,x o,x a,x OT B oEun%xuxrsroa ..s . y y - vnaTn- afa, COV UDI ND ON RPR OM OO��nOx. F�x�ax. Erc. aEx.a. xOmaE.E cuarxo. x a, y y a y r y y BOOR ATER C SIT. DE Fixisx. Erc. EACH <(</ ° DT oa a.Fw„s.aEaa coxcaETE. Encx a s s(</o % a s a i e _ ''Cd CITYWIDE STREET PREVENTATIVE MAINTENANCE PROGRAM (SPNIP) YEAR 3 INDEFINITE DELIVERY INDEFINITE QUANTITY P (IDIS) s4 DELIVERY ORDER N0.1 -OVERLAYS s ` ESTIMATED QUANTITIES - PART C, D & E DT RETE coti,viErE P Illi BO BO2 sF ,ss s s s y s s s s y s - R'P APP"PTSFOa Fww rnar % s - - s - Es vC! a, E, r«OEo.D FOawaE aOOxOa a y <1( m y m y a y 1.2-02mo aEana.coxcaEiE. Eic. O po ,00 E.03oEw.oisrow.Foaw. TO C sF o :•<<C) Y $ ¢u, ND op ps U. COT Ok 0.ExaR,CONCRETE osuxEnroas. Erc. PO5"a'Fowu. sF 0.21 s ,e,s s ,as s sss s msaro s ¢as CO .AD RB GIB EMO. FOR OOxOaE,E.00��onOx. e a S! 'CS!!EFoa...SP!" non i.raovEti.Exrs s ADDENDy MONO E 4® = STR 929 enssem swE aEx ¢u, IxaWffl E-zas� omnwuxrsrox '''EAC" xa.,lvR seaT ; ■ ; ■ ; ■ ■ ■ ; /�I IH(;HM P J fi TOTAL .SE BID Oo xo., s : CITY PROJECT 1E15140 C-213 HATCH LEGEND: V/21 r A ..4 GENERAL CONSTRUCTION NOTES: . * a ALL HORIZONTAL INFORMATION SHOWN IS IN NA.E. 80 DATUM. TEXAS SOUTH ZONE. AS OBSERVED BY OHS. ALL VEFGICKL INFORMATION SHOWN IS IN N.P.V.E. 08 DAIL!, WS. SUFVEY FEET. ALL CONSTRUCTION STAKING SHALL 9E PROVIDED EV TILE CONTRACTOR , TILE CONTRACTOR, EXPENSE. ALL PROPOSED SIDEV,LK SHALL BE CONSTRUCTED WITH A [FOSS SLOPE N.K.B3EFOH3FIP1938I3G3N3S P3N'E. ELE.„3=0'0 PE904ZLEZ3ZEE3CH39,1,303E'M LEGEND & ABBREVIATIONS: ST L * • '3 • * - L'33f-CFLE ry CRGE PROJECT No: 20910c '7g rry:3r) OVe ---- PROPERTY/ROW LINE STATIONING 8, BASELINE PENGTH PIPE AST,IONING P67 OLE SECTION INDICATION (BY LETTER) M n 1 OVETCroN"T SECTION CUTS SECTION TITLE 9'EgI3OrF9RAWN 03BrF3B0ERENCES 3 3 rs" THE,. SHEET WHERE DPIETrE/4,4""N DETAIL TITLE ADDENDUM NO 2 ATTACHMENT NO_ 3 Page 6 06 42 C-213 REVISIONS MADE REEFER W.N. -.POLIO!, 03F 0 ,S) E0 001 03< z 030 0 , ?1 0 § z9 0 SHEET 5 of 41 RECORD DM NO. STR 929 CITY PROJECT /115140 EXISTING BITUMINOUS SURFACE • EXISTING CURB & GUTTER EXISTING BASE EXISTING SUBGRADE EXISTING SIDEWALK TYPICAL EXISTING PAVEMENT SECTION (NOT TO SCALE EXISTING LEGEND: PROPOSED LEGEND_ EXISTING BITUMINOUS SURFACE PROPOSED ...ERAS m rV EXISTING BASE EXISTING NATURAL GROUND/SU GRADE . EXISTING CONCRETE GENERAL NOTES: 1. TACK COAT AND P COAT, AS REQUIRED. SHALL BE APPLIED PER P SPECIFICATIONS AND CONSTRUCTION EXISTING BITUMINOUS SURFACE EXISTING CURB Se GUTTER EXISTING BASE EXISTING SUBGRADE EXISTING SIDEWALK TYPICAL PROPOSED PAVEMENT SECTION (NOT TO SCALE) PLANING (MILLING) & OVERLAY TYPI O'34TRUCTION NOTES DELIVERY ORDER No.i ARTERIAL COLLECTOR & RESIDENTIAL RESIDENTIAL ITEM No. DESCRIPTION SOUTH STAPLES STREET NAPLES STREET BO FIG STREET DEL MAR BOULEVARD HAKEL DRIVE TRINITY DRIVE SUDAN DRIVE PLANING (MILLING) (1 - 1/4") COMPLETE IN PLACE WITH ALL PREPARATION, MILLING OPERATIONS, HAULING, ETC_ X X ® C q.. A/" X X X X X 2 ADDITIONAL PLANING (MILLING) (1/2") COMPLETE IN PLACE WITH ALL PREPARATION, MILLING OPERATIONS, HAULING, ETC. X 3 SURFACE TREATMENT -1 1/2" HMAC, TYPED' PER SQUARE YARD/INCH (OVER FIVE MILES HAUL DISTANCE FROM AN APPROVED SITE WITHIN CIN LIMITS) COMPLETE PLACEMENT, PLACE COMPACTING, CU ING,COA PLACEMENT, COMPACTING, CURING, HAULING, ETC_ (SS-1H),DISTANCE Ailic - X X X X X X 4 SURFACE TREATMENT -2" HMAC, TYPE 13' PER SQFROM AN (OVER FIVE MILES HAUL LMFIS)G MPLEAN EIAPPROVEDSITE WITHIN CITY LIMITS)C LACEME T, COMP WITHTACKCOAT HAULING, ETC_IN<"14* HAULIN PLACEMENT, COMPACTING, CURING, ADDENDUM N0.2 ATTACHMENT NO.3 Page 8 of 42 C-213 CRGE PROJECT No: 209100 TYPICAL CROSS SECTIONS SHEET 7 of 41 RECORD DRAWING NO. STR 929 AN PROJECT JE15140 TBM-001 EL. 31.47 CRGE PROJECT No: 20910c $ -1 J m • ® V 0 ✓ R — N 0+00 (A) ti GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. SOUTH STAPLES STREET OVERLAY (STA. 00+00 TO STA. 05+00) 40 80 GRAPHIC SCALE (FEET) O GENERAL NOTE (CONTINUED): 2. TBM-001 IS BACK OF CURB NEXT TO EXISTING CURB INLET (EL. = 31.47). BORING/CORE No. THICKNESS OF HMAC (in) DEPTH OF BASE (in) 34JBGRAE NE CEMENT/LIME INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (T ) 39 10.5 5.5 NO ei_'!8 7 45 26.3 FULL DEPTH REPAIR LENGTH(S): L1 7' El 113.5 El 2' 122' El 10' PROPOSED 4' VAI FY GUTTER FI FVATIONS-; . STA. 1+44.92 L/G (26' & 28' LT) = MATCH F/L (27.5' LT) = MATCH 02 STA. 1+54.92 L/G (26' & 30' LT) = 31.36 F/L (28' LT) = 31.28 03 STA. 2+68.42 L/G (26' & 30' LT) = 31.97 F/L (28' LT) = 31.89 ® STA. 3+81.92 L/G (26' & 30' LT) _ F/L (28' LT) = 31.50 05 STA. 3+91.92 L/G (26' & 28' LT) = MATCH F/L (27.5' LT) = MATCH SOUTH STAPLES STREET CON TNOTES: MILLING) 10 PROPOSED 2,662 SY (1 1/4"). E2 PROPOSED 1,3ip 1, ADDITIONAL PLANING (MILLING) (1 E3 PROPOS ® PR (3") OPOS 5,324 SY. OF 2" SURFACE TREATMENT MAC, TYPE '5'). HMAC SAW CUTTING (1 3/4"). OF ADDITIONAL PLANING (MILLING) PROPOSED 285 5Y. OF ADDITIONAL 3" SURFACE REATMENT (HMAC, TYPE '0'). PROPOSED 968 SF. OF 4' REINFORCED CONCRETE VALLEY GUTTER (TO BE PAID AS DRIVEWAY). PROPOSED 701 LF. OF PAVEMENT MARKINGS, 31.58 REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). PROPOSED 180 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(BROKEN). El PROPOSED 180 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(BROKEN). 11 PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I -C, II A -A, II C -C OR II C-R (TOTAL: 20). 12 PROPOSED 96 LF. OF PAVEMENT MARKINGS (CROSSWALK MARKINGS). 13 PROPOSED 105 LF. OF PAVEMENT MARKINGS (WHITE 24" 'STOP BAR"). El PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 2). El PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). 16 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 2). AOOENOUM NO.2 ATTACHMENT NO.3 Page 9 of 42 C-213 08E81 8 of 4 1 RECORD NOM NO. STR 929 CITU PROJECT 5E15140 — 15 SOUTH STAPLES STREET • 1-I �T ■ r CRGE PROJECT No: 20910c 1 L1 ., 4,4 7 W44 r • o L2 4,5,6 z o m FULL DEPTH REPAIR LENGTH(S): L1 T 120.5' SOUTH STAPLES STREET OVERLAY (STA. 05+00 TO STA. 10+00) 40 80 GRAPHIC SCALE (FEET) SOUTH STAPLES STREET CONSTRUCTION NOTI U PROPOSED 2,944 SY. OF PLANING (1 1/4"). 02 PROPOSED 1,472 SY. OF AD bNA LANING (MILLING) (1/2"). 0 PROPOSED 48 LF. OF AC ING (1 3/4"). ® PROPOSED 564 SYj ITION L PLANING (MILLING) (3"). 05 PROPOSED 5,8 2" SURFACE TREATMENT (HMAC, © PROP/ OF ADDITIONAL 3" SURFACE TREATME HMAC, TYPE 'D'). OSED 105 SF. OF REMOVAL AND REPLACEMENT NCRETE SIDEWALK. POSED 121 LF. OF REMOVAL AND REPLACEMENT 0 CURB AND GUTTER. PROPOSED 30 LF. OF 4" DEPTH CONCRETE SAW CUT. PROPOSED 1,000 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). El PROPOSED 260 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(BROKEN). ERAL NOTE: REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. El PROPOSED 240 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(BROKEN). El PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I -C, II A -A, II C -C OR 11 C-R (TOTAL: 25). 14 PROPOSED 53 LF. OF PAVEMENT MARKINGS (WHITE 24" "STOP BAR"). E PROPOSED GAS VALVE ADJUSTMENT(S) (TOTAL: 1). i6 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 10 of 42 C-213 SHEET 9 of 41 RECORD NOM NO. STR 929 CITU PROJECT /115140 zo U V) ,® , 1111 ADA ROUTE _ __ O Q- ADA ROUTE OJ Q� mi • 121 N 11.7421 42 • 701,7 COM dita, SLI► •A® •,Abdt►®A41r SOUTH STAPLES STREET •T41— m REPAIR AREA(S): Al 4' X 5' A2 4' X 10' FULL DEPTH REPAIR LENGTH(S): El7' El 74' El 237' El 47' El 51' L6 12' L7 55' El 8T SOUTH STAPLES STREET OVERLAY (STA. 10+00 TO STA. 15+00) 40 80 GRAPHIC SCALE FEET) G ERAL NOTE: REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE Na. THICKNESS OF HMAC (in) DEPTH OF BASE (in) CEMENT/L BGI�DE CONE I • X (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (9) 40 11.75 6 15 17 52 31.6 41 11.75 5.5 ' 10 18 56 30.2 SOUTH STAPLES STREET CONSTRUCTION NOTES: PROPOSED 2,944 SY. OF PLANING (MILLING) (1 1/4"). 1 PROPOSED 1,472 SY. OF ADDITIONAL PLANING (MILLING) (1/2"). El PROPOSED 308 LF. OF HMAC SAW CUTTING (1 3/4"). Q ® PROPOSED 1,314 SY. OF ADDITIONAL PLANING (MILLING) (3"). O5 PROPOSED 5,888 SY. OF 2" SURFACE TREATMENT (HMAC, TYPE 'D'). © PROPOSED 1,314 SY. OF ADDITIONAL 3" SUR TREATMENT (HMAC, TYPE '5'). 1E1 PROPOSED 637 SF. OF REMOVAL AND OF 6" CONCRETE DRIVEWAY APPROACH PROPOSED TH CONCRETE SAW CUT. El PROPOSED.6 OF PAVEMENT MARKINGS, REFLECTORIZED ERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4 OLID). 13 :PROPOSED 20 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(BROKEN). 08 PROPOSED TEMPORARY DRIVEWAY ACCESS TAL: 1). E9 PROPOSED 103 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. 10 PROPOSED 104 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. PRO$OSED 160 LF. OF PAVEMENT MARKINGS, REFL CTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(8")(SOLID). PROPOSED 165 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(BROKEN). El PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, 11 A—A, II C—C OR II C—R (TOTAL: 52). El PROPOSED 159 LF. OF PAVEMENT MARKINGS (CROSSWALK MARKINGS). 18 PROPOSED 117 LF. OF PAVEMENT MARKINGS (WHITE 24" "STOP BAR"). El PROPOSED PAVEMENT MARKINGS (WHITE "ONLY") (TOTAL: 1). El PROPOSED PAVEMENT MARKINGS (WHITE "LEFT TURN ONLY") (TOTAL: 2). El PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). 22 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). 23 EXISTING COMMUNICATION MANHOLE RING AND COVER TO REMAIN (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 11 of 42 C-213 CRGE PROJECT No: 204161 5,881 10 of 4 1 RECORD NOM 88 STR 929 CITY PROJECT 4115140 immiu CRGE PROJECT No: 209101 N ADA ROUTE fID T38 SOUTH STAPLES STREET Z N x 8 N Q C C'l —11 ®O 6:55% TT F, 0 �® • ®v m SOUTH STAPLES STREET OVERLAY (STA. 15+00 TO STA. 20+00) 40 80 GRAPHIC SCALE (FEET) NERAL NOTE: REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF DEPTH OF CEMENT/LIME SUBGFRAtt API OF COMPOSITE BASE PI OF SUBGRADE MC OF SUBGRADE HMAC (in) BASE (in) INDEX (tsf) MATERIAL (%) 38 11.5 6 NO 12 30 56 28.8 .55 FULL DEPTH REPAIR LENGTH (S)• Li 7' 10 PROPOSED 2,891 SY .F P,*VON ILLING) SOUTH STAPLES STREET CONSTRUCTION NOTES L2 33' 0 PROPOSED L3 172' (MILLING) L4 40' El PROPO (1 1/4"). DITIONAL PLANING HMAC SAW CUTTING (1 3/4"). PROPO 73 OF ADDITIONAL PLANING (MILLING) PROSED 5,782 SY. OF 2" SURFACE TREATMENT (HMAC,I►YPE 'D'). © PROPOSED 573 SY. OF ADDITIONAL 3" SURFACE TREATMENT (HMAC, TYPE '0'). 44, 07 PROPOSED 185 SF. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APRROACHES. M8 PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL: 1) M9 PROPOSED 822 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). El PROPOSED 175 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(BROKEN). 11 PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C OR II C—R (TOTAL: 39). El PROPOSED 83 LF. OF PAVEMENT MARKINGS (CROSSWALK MARKINGS). El PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 4). El PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). El EXISTING COMMUNICATION MANHOLE RING AND COVER TO REMAIN (TOTAL: 3). i6 PROPOSED 44 LF. OF REMOVAL AND REPLACEMENT OF VALLEY GUTTER. ADDENDUM NO. 2 ATTACHMENT NO.3 Page 12 of 42 C-213 3 'o 551 0HEE1 1 1 of 41 RECORD DRAWING NO. STR 929 CITY PROJECT 5E15140 e ® _43.: q® 0 k OM 22+14 (A) 6 FULL DEPTH REPAIR LENGTH(S): Li 20.5' 17 39' n 23.75' El 163' 4 27' PROPOSED 4' VALLEY GUTTER ELEVATIONS: O STA. 20+00.50 L/G (27' & 29.5' LT) - MATCH F/L (28.25' LT) = MATCH O2 STA. 20+05.60 L/G (27' & 29.5' LT) = 33.18 F/L (28.25' LT) = 33.10 O3 STA. 20+10.00 L/G (27' & 29.5' LT) = 33.16 F/L (28.25' LT) = 33.08 TOP OF D/W (34.5' LT) = MATCH ® STA. 20+42.70 L/G (27' & 29.5' LT) = 33.02 F/L (28.25' LT) = 32.94 TOP OF D/W (34.5' LT) = MATCH 05 STA. 20+47.70 L/G (27' & 29.5' LT) = 33.00 F/L (28.25' LT) = 32.92 © STA. 21+62.60 L/G (27' & 29.5' LT) = MATCH F/L (28.25' LT) - MATCH SOUTH STAPLES STREET OVERLAY (STA. 20+00 TO STA. 22+14) 0 40 80 GRAPHIC SCALE (FEET) SOUTH STAPLES STREET CONSTRUCTION NOTES: LE L2\ El PROPOSED 1, (HMAC, PROPOSED (1 1/4"). PROPOSED (1/2"). PROPOSED PROPOSED (3"). 909 SY. OF PLANING (MILLING)' 455 SY. OF ADD NAL NTNG (MILLING) 65 LF. OMA0 WTTING (1 3/4"). 225 DITI0NAL PLANING (MILLING) 2" SURFACE TREATMENT PROP . •-225 '(. OF ADDITIONAL 3" SURFACE TREATM (HMAC, TYPE '0'). POSED 163 LF. OF 2.5' REINFORCED CONCRETE UTTER (TO BE PAID AS CURB AND GUTTER). OPOSED 185 SF. OF REMOVAL AND REPLACEMENT 0 6" CONCRETE DRIVEWAY APPROACHES. PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL 10 PROPOSED 221 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). El PROPOSED 70 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(BROKEN). GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. 2. TBM-002 IS BACK OF CURB NEXT TO EXISTING CURB INLET (EL. = 33.12) El PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I -C, II A -A, II C -C OR II C-R (TOTAL: 16). El PROPOSED 67 LF. OF PAVEMENT MARKINGS (CROSSWALK MARKINGS). El PROPOSED 38 LF. OF PAVEMENT MARKINGS (WHITE 24" "STOP BAR"). M PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). CRGE PROJECT No: 20910c ADDENDUM NO.2 ATTACHMENT NO.3 Page 13 of 42 C-213 2 'o SHEET 1 2 o1 4 1 RECORD NOM NO. STR 929 CITY PROJECT 7E15140 CRGE PROJECT No: 20910c V LE e U ADA ROUTE I� +0 NAPLES STREET ■ NAPLES STREET OVERLAY (STA. 00+00 TO S05+O2)'y' 40 80 GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH OF BASE (in) CEMENT/LIME SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SU BGRADE 5 20 2 7 NO , 4 15 1 51 20.3 FULL DEPTH REPAIR LENGTH(S): 16' REPAIR AREA(S)' NAPLES STREET CONST E 30' X 4' El 20' X 4' E13.5' X 4' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C1 23.87' 14.22' 96'11'37" 15.85' C2 23.50' 15.22' 88'25'42" 14.81' C3 22.73' 14.97' 87'01'05" 14.21' C4 23.59' 14.80' 91'17'5'6 15.14' C5 25.35' 16.95' 85'40'42" 15.72' C6 26.42' 16.95; 89'1748" 16.74' TOPO: SCALE 1:100 U PROPOSED 1,5 (1 1/4"). 2❑ PROPOS 3❑ PROPOS (3/4 ). ®PROPOSED.1: BASE REP PLANING (MILLING) MAC SAW CUTTING (1 1/4"). SY. OF ADDITIONAL PLANING (MILLING) SY. OF UPPER 2" DEPTH (LIMESTONE) cru PROPOSED 65 SY. OF ADDITIONAL 5" DEPTH (LIMESTONE) BASE REPAIR. © PROPOSED 13 SY. OF TX5-475 TRIAXIAL GEOGRID. jiPROPOSED 2,279 SY. OF 1 1/2" SURFACE TREATMENT (H MAC, TYPE 'D'). ® PROPOSED 64 LF. OF 4" DEPTH CONCRETE SAW CUT. ❑ PROPOSED 25 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). 10 PROPOSED 436 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. 11 PROPOSED 91 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. 12 PROPOSED REMOVAL AND REPLACEMENT 06 320 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. 13 PROPOSED REMOVAL AND REPLACEMENT OF 658 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 14, RAMP AND LANDINGS. 14 PROPOSED 57 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). 15 PROPOSED 122 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MIL THICKNESS (Y)(4")(BROKEN). 16 PROPOSED RAISED PAVEMENT MARKERS (REFLECTORI2ED) TYPE I—C, II A—A, II C—C, OR II C—R (TOTAL:6). 17 PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 2) 18 PROPOSED GAS VALVE COVER ADJUSTMENT(S) (TOTAL: 1) 19 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL 2) ADDENDUM NO.2 4) Page 14 of 42 PROPOSED STORMWATER MANE COVER ADJUSTMENT(S) (TOTAL C-213 1 z f9 SHEET 13 A 4 1 RECORD DRAWING NO. STR 929 CITY PROJECT AE15140 1 01 CRGE PROJECTJJo: _Da1Dc NAPLES STREET OVERLAY (STA. 05+00 TO STA. 1 ENERAL NOTE: REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. FULL DEPTH REPAIR LENGTH(S): El 8' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C7 24.74' 15.26' 92'52'10" 16.05' C8 23.04' 14.77' 89'24'17" 14.61' C9 24.42' 15.62' 89'32'21" 15.50' TOPO: SCALE 1:100 40 80 GRAPHIC SCALE (FEET) NAPLES STREET CONSTRUCTION NOTE PROPOSED 1,411 SY. OF PLA I4G,ILLI (1 1/4"). 20 PROPOSED 24 LF. OF 30 PROPOSED 5 SY (3/4"y ® PROPOSED BASE REP ING (1 1/4"). AL PLANING (MILLING) R 2" DEPTH (LIMESTONE) OF ADDITIONAL 5" DEPTH REPAIR. SY. OF TX5-475 TRIAXIAL GEOGRID. PO D 2,117 SY. OF 1 1/2" SURFACE TREATMENT AC, TYPE '2'). PROPOSED 32 LF. OF 4" DEPTH CONCRETE SAW CUT. 90 PROPOSED 50 SF OF 4" CONCRETE SIDEWALK (PASSING SPACE). 10 PROPOSED 113 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. El PROPOSED 56 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. El PROPOSED REMOVAL AND REPLACEMENT OF 314 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. El PROPOSED 89 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). PROPOSED 130 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(BROKEN). 15 PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C, OR II C—R (TOTAL: 6). El PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1) El PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). H PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 1). ADDENDUM NO -2 ATTACHMENT NO -3 Page 15 of 42 C-213 SHEET 14 A 4 1 RECORD DM NO. STR 929 CITY PROJECT /115140 14 CRGE PROJECT No: 20010c x< NAPLES STREET OVERLAY (STA. 10000 TO STA. 15000) 40 80 GRAPHIC SCALE FEET ERAL NOTE: REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH OF BASE (in) CEMENT/LIME SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (%) 21 3 7.5 YES 7 NP 41 30.4 FULL DEPTH REPAIR LENGTH(S): Li 20' El 15' L2 19' REPAIR AREA(S): Al 20' X 5' El 62' X 5' A3 5' X 5' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C10 32.18' 20.08' 91°47'34" 20.72' C11 10.70' 9.48' 64°40'45" 6.00' C12 13.43 12.43' 61°53'35" 7.45' TOPO: SCALE 1:100 \ 2 NAPLES STREET CONSTRUCTION NOTES: 10 PROPOSED 2,107 SY. OF;,PLANIN 20 PROPOSED 98 LF 30 PROPOSED 74 OF (MILLING) (1 ® PROPOSE BASE PER NG) (1 1/4"). TTING (1 1/4"). AL PLANING 2" DEPTH (LIMESTONE) PR . OF ADDITIONAL 5" DEPTH SE REPAIR. 42 SY. OF TX5-475 TRIAXIAL GEOGRID. u PROPOSED 3,161 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE '0'). ® PROPOSED 67 LF. OF 4" DEPTH CONCRETE SAW CUT. PROPOSED 405 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. E PROPOSED 20 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. PROPOSED REMOVAL AND REPLACEMENT OF 240 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 8, RAMP AND LANDINGS. PROPOSED REMOVAL AND REPLACEMENT OF 135 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 8, RAMP AND LANDINGS. 13 PROPOSED 15 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). 14 PROPOSED 761 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). 15 PROPOSED 417 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(SOLID). El PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C, OR 11 C—R (TOTAL: 20). El PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 1). El PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 2). El PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 3). M PROPOSED 390 SF. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES El PROPOSED 94 LF. OF REMOVAL AND OF 6" CURB AND GUTTER. M PROPOSED 45 LF. OF PAVEM (CROSSWALK MARKINGS). REPLACEMENT ADDENDUMNO_ JJNO(i_ 2 AMI�1�(42 C-213 U SHEET 15 of 41 RECORD DRAWING NO. STR 929 CITY PROJECT 4015140 0 z CRGE PROJECT No: 0 ® m NAPLES STREET 5-75:®' o _ m NAPLES STREET OVERLAY (STA. 15000 TO STA. 40 80 GRAPHIC SCALE (FEET) ENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH OF BASE (in) CEMENT/LIME SUBG DE COF IN COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (%) 22 4.5 7 YES L,8 _ 2 40 28.7 REPAIR AREA(S): NAPLES STREET CONSTRUCTION NOTES: 5' X 5'10 PROPOSED 2,006 RIVING (MILLING) (1 1/4"). 4.5' X 5' PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 1). 2I PROPOSED 0 S 1/2" SURFACE TREATMENT El PROPOSED SANITARY SEWER MANHOLE RING AND (HMAC, COVER ADJUSTMENT(S) (TOTAL: 1). 3I PRI 0EI 73 OF 4" DEPTH CONCRETE SAW CUT. M PROPOSED STORMWATER MAN HOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). El PROPOSED 390 SF. OF REMOVED AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA C13 8.14' 8.72' 53'2544" 4.39' C14 7.39' 12.46' 33 ''06" 3.81' TOPO: SCALE 1:100 20 SF. OF REMOVAL AND REPLACEMENT ETE SIDEWALK. D 20 LF. OF REMOVAL AND REPLACEMENT OF CURB AND GUTTER RETURNS. PROPOSED REMOVAL AND REPLACEMENT OF 152 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 8, RAMP AND LANDINGS. 70 PROPOSED 1,000 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). PROPOSED 818 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(SOLID). 90 PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C, OR II C—R (TOTAL: 26). El PROPOSED 49 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. ADDENDUM NO.2 ATTACHMENT N0_3 Pagel] of 42 C-213 3 'o ¢o EN Or EV' yo 8815 16 11 4 1 RECORD NOM NO. STR 929 CITY PROJECT 4015140 CRGE PROJECT No: 20010c LEI c, z zN U m NAPLES STREET NAPLES STREET OVERLAY (STA. 20+00 TO STA. 40 80 GRAPHIC SCALE (FEET) L NOTE: EFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH OF BASE (in) CEMENT/LIME lii SUB RADE Nillg PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (5) 23 4.5 7.5 NO 40....,,. '., 12 7 47 27.3 REPAIR ARFA(Sl• Al 5' X 21' A2 5' X 5.5' FULL DEPTH REPAIR CURVE DATA NAPLES STREET CONSTRUCT!' PROPOSED 1,510 S (1 1/4"). MILLING) PROPOSED 1 L H SAW CUTTING (1 1/4"). 30 PROPOSE 2 SY. 1 1/2" SURFACE TREATMENT (HMAC P '). PR S 41 L . OF 4" DEPTH CONCRETE SAW CUT. 15 SF. OF REMOVAL AND REPLACEMENT CRETE SIDEWALK. CURVE No. LENGTH RADIUS DELTA TANGENT C15 8.39' 11.60' 41'25'21" 4.39' C16 3.42' 5.39' 39'39" 1.77' TOPO: SCALE 1:100 OPOSED 900 LF. OF PAVEMENT MARKINGS, RECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). PROPOSED 114 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(8")(SOLID). PROPOSED 366 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (W)(4")(SOLID). PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, 11 A—A, 11 C—C, OR 11 C—R (TOTAL: 32). M PROPOSED 18 LF. OF PAVEMENT MARKINGS (WHITE 24" "STOP BAR"). El PROPOSED PAVEMENT MARKINGS (WHITE "ONLY") (TOTAL: 2). El PROPOSED PAVEMENT MARKINGS (WHITE "LEFT TURN ONLY") (TOTAL: 2). 13 PROPOSED PAVEMENT MARKINGS (WHITE "STRAIGHT" "RIGHT TURN") (TOTAL: 1). n PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 2). PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 3). ADDENDUM NO.2 ATTACHMENT NO.3 Page 18 of 42 C-213 U 0HEE5 1 7 of 4 1 RECORD DRAWING NO. STR 929 CITY PROJECT 4815140 0 CRGE PROJECT No: 20910c FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT 01 22.90' 15.00' 8727'41" 14.35' C2 22.86' 15.39' 85'07'12" 14.13' C3 21.72' 15.01' 82'55'15" 13.26' 54 128.61' 501.68' 14'41'18" 64.66' C5 24.30' 14.52' 95'53'47" 16.09' C6 117.90' 309.16' 21'50'59" 59.67' C7 139.08' 332.50' 23'57'59" 70.57' C8 31.58' 16.72' 108'13'32" 23.11' C9 23.04' 13.65' 96'43'11" 15.35' 010 22.89' 12.13' 108'09'15" 16.74' C11 22.41' 14.41' 89'03'55" 14.18' FULL DEPTH REPAIR LENGTH(S) REPAIR AREA(S): El 28' El 50' C2 L2 25' L3 48' El 30' BONITA STREET OVERLAY (STA. 0 GRAPHIC SCALE (FEET) 5000) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH 0 BASE (in) EM IME SU BGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (8) 8 3 /9 NO 10 16 60 29.5 TOPO: SCALE 1:100 • • BONITA STREET CONSTRUCTION NOTES: PROPOSED 1,5500SY LANING (MILLING) (1 1/4") E PROPOSED 128 LF. OF HMAC SAW CUTTING (1 1/4"). PROPOSED 471 T. OF ADDITIONAL PLANNING (MILLING) i010#94"). PROPOSUP 269 SY. OF UPPER 2" DEPTH MEST E) BASE REPAIR. PRi7POSED 1,076 SY. OF ADDITIONAL 4" DEPTH (LIMESTONE) BASE REPAIR. PROPOSED 269 SY. OF TX5-475 TRIAXIAL GEOGRI D. El PROPOSED REMOVAL AND REPLACEMENT OF EXISTING BITUMINOUS SPEED HUMPS (TOTAL:1). ® PROPOSED 2,325 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). 9E PROPOSED 433 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. 10 PROPOSED 98 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. 11 PROPOSED 122 LF. OF 4" DEPTH CONCRETE SAW CUT. 12 PROPOSED REMOVAL AND REPLACEMENT OF 321 SF. OF NON-COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 14, RAMP AND LANDINGS. 13 PROPOSED REMOVAL AND REPLACEMENT OF 604 SF. OF NON-COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. 14 PROPOSED 124 5F. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. E PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL:1). E PROPOSED 77 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. 17 PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 4). PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 3). PROPOSED SANITARY SEWER MANH ADJUSTMENT(S) (TOTAL: 2). p&MSAIP2c ATTACHMENT NO. 3 Page 19 of 42 PROPOSED 83 LF. OF 4" CONCRF-F HFADFR CURB (0" TO 6" HIGH). VER C-213 SHEET 18 or 4 1 RECORD DM NO. STR 929 CITY PROJECT /115140 CRGE PROJECT No: 20910c BONITA STREET REPAIR AREA(S): El 4' X 8' A3 4' X 12' A5 4' X 9' A2 4' X 4' El 4' X 18' A6 4' X 5' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C12 23.25 14.71' 90'34'45" 14.86' C13 23.08' 14.50' 91'14'09" 14.81'C14 7 24.94' 12.97' 110'08'03" 18.57' 015 23.85' 14.41' 94'48'35" 15.68' C17 23.25' 14.71' 90'34'45" 14.86' TOPO: SCALE 1:100 $L T14 GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/ CORE THICKNESS OF DEPTH OF CEti1T/ UBGRADE CONE INDEX PI OF COMPOSITE PI OF MC OF SUBGRADE No. HMAC (in) BASE (in) LIME (tsf) BASE MATERIAL SUBGRADE (%) 7 1.75 _ S 8 — 47 25.4 BONITA STREET CO PROPOSED (1 1/4' PRO OTES: LANING (MILLING) SY. OF 1 1/2" SURFACE TREATMENT 0 SF. OF REMOVAL AND REPLACEMENT RETE SIDEWALK. SED 24 LF. OF REMOVAL AND REPLACEMENT OF CURB AND GUTTER. PROPOSED 95 LF. OF 4" DEPTH CONCRETE SAW CUT. U PROPOSED 25 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). E PROPOSED REMOVAL AND REPLACEMENT OF 193 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 14, RAMP AND LANDINGS. ® PROPOSED REMOVAL AND REPLACEMENT OF 327 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. E PROPOSED REMOVAL AND REPLACEMENT OF 49 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 8, RAMP AND LANDINGS. PROPOSED 57 LF. OF REMOVAL AND REPLACEMENT OF CURB AND GUTTER RETURNS. PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 3). 12 PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). 13 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). 14 PROPOSED REMOVAL AND REPLACEMENT OF EXISTING BITUMINOUS SPEED HUMPS (TOTAL: 1). 15 PROPOSED 148 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). ADDENDUM NO.2 ATTACHMENT NO.3 Page 20 of 42 C-213 Fo Or � rn w0 yo ro ocoy SHEET 19 V 41 RECORD NOM NO. STR 929 CITY PROJECT /115140 ww w m � m n . El lai E,' E l Umg m LIEU m Mai& MEI ADA ROUTE BONITAAAAAAA STREET 611 FULL DEPTH REPAIR LENGTH(S): 17' L2 26' REPAIR AREA(S): A 1 4' X 5' 2 A2 4' X 10' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C18 25.17' 13.11' 110'00'21" 18.73' C19 30.01' 16.33' 10517'20" 21.39' C20 23.52' 14.84' 90'48 43" 15.05' TOPO: SCALE 1:100 Gj 411 rizu f • BONITA STREE OVERLAY (STA. 10+00 TOS 't 13+4 40 80 GRAPHIC SCALE (FEET) BO IT ST•EET CO ST•UCTIO r E 1❑ PROPOSED 986 SY. v NG) 4 E PROPOSED 85 0 SAW CUTTING (1/4"). E3 PROPOSED F ITIONAL PLANNING (MILLING) (1/2"). ® PROP ED SY. OF UPPER 2" DEPTH (LIMESTONE) BAS REPAI OF F N E. PROPOSED Y48 SY. OF ADDITIONAL 4" DEPTH (LIMESTONE) BASE REPAIR. © PROPOSED 87 SY. OF TX5-475 TRIAXIAL GEOGRID. E PROPOSED 1,479 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE '5'). PROPOSED 59 LF. OF 4" DEPTH CONCRETE SAW CUT. PROPOSED REMOVAL AND REPLACEMENT OF 165 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 8, RAMP AND LANDINGS. 10 PROPOSED 28 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. 11 PROPOSED 78 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. 12 PROPOSED REMOVAL AND REPLACEMENT OF EXISTING BITUMINOUS SPEED HUMPS (TOTAL: 1). E PROPOSED 65 LE. OF PAVEMENT MARKINGS (CROSSWALK MARKINGS). PROPOSED 12 LF. OF PAVEMENT MARKINGS (WHITE 24" "STOP BAR"). PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 1). 16 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). n PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). PROPOSED 22 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). ADDENDUM NO. 2 ATTACHMENT NO.3 Page 21 of 42 C-213 CRGE PROJECTJJo: 0310c o=; wN r<1 Or r, SHEET SHEET 20 or 41 RECORD ORAWINO NO. STR 929 CITY PROJECT 6E15140 CRGE PROJECT No: _0310c REPAIR AREA(S): Al 4' X 4.5' A2 4' X 4' A3 4' X 5' FIG STREET OVERLAY (STA. 00+00 TO STA. 05+00) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. 40 GRAPHIC SCALE FEET) BORING/ CORE No. THICKNESS pF HMAC (in) D CE T/ in ME SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (%) 18 2, 10 YES/4" 8 — 51 24.7 FIG STRE 0 PR FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C1 24.80' 13.74' 103'25'43" 17.40' C2 24.81' 13.59' 104°34'40" 17.58' C3 22.70' 12.92' 100°42'25" 15.59' C4 25.39' 14.73,'8°43'32" 17.17' TOPO: SCALE 1:100 X02 O9 9s C STRUCTION NOTES: SY. OF PLANING (MILLING) 81 LF. OF HMAC SAW CUTTING (1 1/4"). ED 2,196 SY. OF 1 1/2" SURFACE TMENT (HMAC, TYPE '0'). PROPOSED 144 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. M5 PROPOSED 36 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. © PROPOSED 48 LF. OF 4" DEPTH CONCRETE SAW CUT. 0 PROPOSED 50 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). PROPOSED REMOVAL AND REPLACEMENT OF 325 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. M PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 3). El PROPOSED GAS VALVE COVER ADJUSTMENT(S) (TOTAL: 1). M PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 4). M PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). PROPOSED 68 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). ADDENDUM NO.2 ATTACHMENT NO.3 Page 22 of 42 C-213 SHEET 2 1 of 4 1 RECORD DM NO. STR 929 CITY PROJECT 4015140 0 wilm ii z ty;, �' � f m, ,, `d a4-- CRGE PROJECT No: 20410, m REPAIR AREA(S)' El 4' H 15'10 PROPOSE SY. .'F PLANING (MILLING) (1 1 FIG STREET OVERLAY (STA. 05+00 TO S 0 40 80 Ap GRAPHIC SCALE (FE 0) 411r dk- GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/ CORE Na. THICKNESS 05 HMAC (in) DEPTH OF BASE (in)) Q.' NT/ LIME SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (%) 19 2.25 12 YES/6" 5 NP 53 25 FIG STREET OVER/AY CONSTFZIICTION NOTES: FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C5 23.08' 14.50' 91'14'09" 14.8 C6 23.85' 14.41' 94'48'35" 15.68' C7 24.94' 12.97' 110'08'03' 8.57' C8 23.25' 14.71' 90'345 14.86' TOP°: SCALE 1:100 (GA 90 PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 2). El PROPOSED SANITARY SEWER MANHOLE RING AND SY. OF 1 1/2" SURFACE TREATMENT COVER ADJUSTMENT(S) (TOTAL: 1). 50 LF. OF REMOVAL AND REPLACEMENT OF CUR: AND GUTTER. ® 8"SPOSED 32 LF. OF 4" DEPTH CONCRETE SAW CUT. PROPOSED 75 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). © PROPOSED 180 SF. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. M7 PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL:1). ® PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 23 of 42 p-213 ON r0 No LLN 0HEE5 22 or 41 RECORD DM NO. STR 929 CITY PROJECT AE15140 FUI L DEPTH REPAIR LFNGTH(S1: H12' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C9 15.55' 14.35' 62'03'16" 8.6 010 30.38' 12.55' 138'44'27" 4pi.3 ' TOPO: SCALE 1 100 00 8.10 FIG STREET OVERLAY (STA. 10000 TO 5 0 40 80 GRAPHIC SCALE (FEET) FIG STREET OVERLAY CONSTRUCTION'NO✓ 1 PROPOSED 421 SY. (] LAS NG LING) (1 1/4"). 02 PROPOSED 62 0 M'SAW CUTTING (1 1/4"). 03 PROPOSED S . F, ITIONAL PLANING (MILLING) (1"). ® PRSY. OF UPPER 2" DEPTH (LIMESTONE) 4 SY. OF ADDITIONAL 4" DEPTH BASE REPAIR. ROPOSED 16 SY. OF TX5-475 TRIAXIAL GEOGRID. PROPOSED 630 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). PROPOSED 68 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. PROPOSED 30 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. PROPOSED 16 LF. OF 4" DEPTH CONCRETE SAW CUT. GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. El PROPOSED REMOVAL AND REPLACEMENT OF 227 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. 12 PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL 1). 13 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). El PROPOSED 77 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). ADDENDUM NO.2 ATTACHMENT NO.3 Page 24 of 42 C-213 CRGE PROJECT No: 20910c 3 'o 3' 03Q oN r0 o yo OF LLN SHEET 23 of 41 RECORD DRAWING NO. STR 929 008 PROJECT 5E15140 4 CRGE PROJECT No: 20910c FULL DEPTH REPAIR LENGTH(S): L1 12' El 43.5' El 7' 20' REPAIR AREA(S): Al 4' X 5' M 4' X 5.5' DEL MAR BOULEVARD OVERLAY (STA. 00+00 TO STA. 05+00) 40 80 GRAPHIC SCALE (FEET) DEL MAR BOULEVARD OVER ION NOTES: GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. 1M PROPOSED 1,886 GNU (MILLING) M PROPOSED RAISED PAVEMENT MARKERS (1 1/4"). ' ' (REFLECTORIZED) TYPE I -C, II A -A, II C -C OR 11 C-R (TOTAL: 28). 0 PROPOSED j LF. 1F HMAC SAW CUTTING (1 1/4"). LW PROPOSED REMOVAL AND REPLACEMENT OF 03 PROPOdG. (]ADDITIONAL PLANING (MILLING) EXISTING BITUMINOUS SPEED HUMPS (TOTAL: 1). (1 3r �. El PROPOSED SANITARY SEWER MANHOLE RING AND 74 ST. OF UPPER 2" DEPTH (LIMESTONE) COVER ADJUSTMENT(S) (TOTAL: 1). FULL DEPTH REPAIR CURVE DATA'- CURVE No. LENGTH RADIUS DELTA TANGEN,.p 01 16.34' 11.93' 78°29'24" 9.74' C2 25.96' 42.0635'21'36" 13.41' TOPO: SCALE 1:100 GZ R D 296 SY. OF ADDITIONAL 4" DEPTH ONE) BASE REPAIR. OPOSED 74 SY. OF TX5-475 TRIAXIAL GEOGRID. PROPOSED 2,829 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). ® PROPOSED 42 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. E9 PROPOSED 40 LF. OF 4" DEPTH CONCRETE SAW CUT. 10 PROPOSED 75 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). El PROPOSED 878 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). ADDENDUM NO. 2 ATTACHMENT NO.3 Page 25 of 42 C-213 0 0 SHEET 24 or 41 RECORD DRAWING N0. STR 929 CITY PROJECT 5E15140 111FAIL., CRGE PROJECT No: 20910c 1- 0 • 03 • Q W 2 C8 Al ,4 ,5 DEL MAR BOULEVARD OVERLAY (STA. 05+00 TO STA. 10+00) REPAIR AREA(S): Ai 4' X 8' El 4' X 14.5' A3 4' X 4' El 4' X 12' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C3 25.24' 15.80' 91131'25" 16.22'M C4 28.96' 17.27' 96'04'19" 19.20' Li C5 28.28' 17.95' 90'17'30" 18.04'4 C6 28.71' 17.88' 91'59'381 18.52' TOPO: SCALE 1:100 40 BO GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. DEL MAR BOULEVARD OVERLAY CONSTRUCTION NOTES: 10 PROPOSED 1,849 SY. OF PLANING (MILLING) (1 1/4"). 02 PROPOSED 122 LF. OF HMAC SAW CUTTING (1 1/4"). 03 PROPOSED 2,774 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). ® PROPOSED 186 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. M5 PROPOSED 64 LF. OF 4" DEPTH CONCRETE SAW CUT. © PROPOSED 50 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). U PROPOSED 852 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). ® PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C OR 11 C—R (TOTAL: 24). M PROPOSED REMOVAL AND REPLACEMENT OF EXISTING BITUMINOUS SPEED HUMPS (TOTAL: 1 . M PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 3). PROPOSED SANITARY SEWER MANHOLE COVER ADJUSTMENT(S) (TOTAL: 3). ADDENDUM NO. 2 IgCPB'64TNO.3 Ff1 Ep ' s O42 m C-213 0" ❑ Q 0 SHEE 25 or 41 RECORD DRAWING NO STR 929 CITY PROJECT /015140 0 4,5 ❑ Lid Lo A3,4,5 ADA ROU REPAIR AREA(S): Al 4' X 11' A2 4' X 4' A3 4' X 11.5' El 4' X 14' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C7 20.50' 12.24' 95'59'55" 13.59' 08 25.94' 17.43' 85'16'53" 16.05, 09 23.16' 14.80' 89-40'09" 14.71' 010 22.94' 14.47' 90'1301 , 14. TOPO: SCALE 1:100 GJ 699 DEL MAR BOULEVARD OVERLAY (STA. 10000 TO STA. 15000) 40 BO GRAPHIC SCALE (FEET) DEL MAR BOULEVARD OVERLAY t; CONSTRUCTION NOTES. 0 PROPOSED 1,723 SY NIN ILLING) (1 1/4"). I2 PROPOSED 25 F. ' C SAW CUTTING (1 1/4"). E3 PROPOSED :t,58 Y. 1 1/2" SURFACE TREATMENT ( AC, E 'D'). PR SED X45 SF. OF REMOVAL AND REPLACEMENT NC E SIDEWALK. LF. OF 4" DEPTH CONCRETE SAW CUT. © PROPOSED 50 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). 07 PROPOSED REMOVAL AND REPLACEMENT OF 159 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. ® PROPOSED 34 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. El PROPOSED 890 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C OR II C—R (TOTAL: 34). GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. El PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). El PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 23 of 42 C-213 0" ❑d 0 <4 SHEET 26 of 41 RECORD DM NO. STR 929 CITY PROJECT 4015140 0 MATCH LIN E ,r7 CRGE PROJECT No: 20,10c TOPO: SCALE 1:100 REPAIR AREA(S): Ai 4' X 4' A2 4' X 2.5' A3 4' X 4.5' El 4' X 8' DEL MAR BOULEVARD OVERLAY (STA. 15+00 TO STA. 20+00) 40 BO GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. DEL MAR BOULEVARD OVERLAY CONSTRUCTION NOTES: 1M PROPOSED 1,863 SY. OF PLANING (MILLING) (1 1/4"). 02 PROPOSED 91 LF. OF HMAC SAW CUTTING (1 1/4"). M PROPOSED 2,795 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE '0'). ® PROPOSED 172 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. PROPOSED 104 LF. OF 4" DEPTH CONCRETE SAW CUT. © PROPOSED 100 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). M PROPOSED 974 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). ® PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C OR II C—R (TOTAL: 26). M PROPOSED REMOVAL AND REPLACEMENT OF EXISTING BITUMINOUS SPEED HUMPS (TOTAL 1). PROPOSED STORMWATER MANHOLE ADJUSTMENT(S) (TOTAL: 1). RB BEA66i, kOVEF ATTACHMENT NO.3 Page 28 of 42 C-213 U O' mYs SHEE 27 a: 41 RECORD DM NO. STR 929 CITY PROJECT /015140 0 3,4,5,61 CRGE PROJECT No: 2oa19c DEL MAR BOULEVARD ADA ROUTE DEL MAR BOULEVARD OVERLAY (STA. 20+00 TO STA. 25+000) 40 80 GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH OF BASE (in) CEM /LI UBGRADE E INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (%) 11 3 16 Y /10 15 NP 40 26.3 FULL DEPTH REPAIR LENGTH(S): REPAIR AREA(S): 18' 24' Al 4' X 4' 4' X 12' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C11 22.83' 15.01' 87'07'15" 14.28' C12 24.21' 14.71' 94'17'15" 15.86' C13 22.48' 15.15' 85'00'10" 13.89' C14 22.63' 15.61' 83'05'21" 13.83' T0P0: SCALE 1:100 DEL MAR BOULEVA 10 PROPOSED (1 1/4") L2 PROPOSED M "PROPO (1 3/4' SE NSTRUCTION NOTES: LANING (MILLING) LF. OF HMAC SAW CUTTING (1 1/2"). SY. OF ADDITIONAL PLANING (MILLING) D 70 SY. OF UPPER 2" DEPTH (LIMESTONE) REPAIR. �5 PROPOSED 280 SY. OF ADDITIONAL 4" DEPTH ;p, (LIMESTONE) BASE REPAIR. © PROPOSED 70 SY. OF TX5-475 TRIAXIAL GEOGRID. �7 PROPOSED 2,995 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). ® PROPOSED 151 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. PROPOSED 68 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. PROPOSED 48 LF. OF 4" DEPTH CONCRETE SAW CUT. 11 PROPOSED 50 5F. OF 4" (PASSING SPACE). 12 PROPOSED REMOVAL AND OF NON—COMPLIANT ADA ADA COMPLIANT, TYPE 6, 13 PROPOSED REMOVAL AND OF NON—COMPLIANT ADA ADA COMPLIANT, TYPE 8, CONCRETE SIDEWALK REPLACEMENT OF 155 SF. RAMP AND LANDINGS WITH RAMP AND LANDINGS. REPLACEMENT OF 187 SF. RAMP AND LANDINGS WITH RAMP AND LANDINGS. 14 PROPOSED 854 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). 15 PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, II A—A, II C—C OR 11 C—R (TOTAL: 22). 16 PROPOSED REMOVAL AND REPLACEMENT OF EXISTING BITUMINOUS SPEED HUMPS (TOTAL: 1). 17 PROPOSED STORMWATER MANHOLE l^'S M'B CQ"E ADJUSTMENT(S) (TOTAL: 4). ADDENDUM NO.2 ATTACHMENT NO.3 Page 29 of 42 C-213 U SHEET 28 of 41 RECORD DRAWING NO. STR 929 CITY PROJECT 4015140 0 Z U ILS 1 11111111.111.1 CRGE PROJECT No: 20910c FULL DEPTH REPAIR LENGTH(S): EMS' 34' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C15 22.25' 14.10' 90'26'51" 14.21' C16 23.90' 14.68' 93'15'08" 15.54' C17 22.26' 14.53' 87'48'04" 13.98' C18 24.15' 14.99' 9216'25" 15.60' TOPO: SCALE 1:100 DEL MAR BOULEVARD OVERLAY (STA. 25(.00 TO STA. 30+00) 40 80 GRAPHIC SCALE (FEET) DEL MAR BOULEVARD OVERLAY CONSTRUCTI 10 PROPOSED 1,749 SY. OF PL (1 1/4"). 02 PROPOSED 252 LF. 0 (1 1/4"). 03 PROPOSED 133 ' O„AI ZONAL PLANING (MILLING) (1 ® PROPOSE, ,624 S 1 1/2” SURFACE TREATMENT (H MAC, TYPE 'D'). E5 PROPOSED 152 SY. OF ADDITIONAL 2" SURFACE TREATMENT (H MAC). PROPOSED 118 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. 0 PROPOSED 34 LF. OF REMOVAL AND REPLACEMENT Or 6" CURB AND GUTTER RETURNS. ® PROPOSED 16 LF. OF 4" DEPTH CONCRETE SAW CUT. �9 PROPOSED 25 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). El PROPOSED REMOVAL AND REPLACEMENT OF 154 SF. OF NON-COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. PROPOSED 836 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. El PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I -C, II A -A, II C -C OR II C-R (TOTAL: 22). a PROPOSED 36 LF. OF PAVEMENT MARKINGS (WHITE 24" "STOP BAR"). PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 30 of 42 C-213 U 1,01 OHEEI 29 of 41 RECORD DRAWING NO. STR 929 CITY PROJECT /115140 DEL MAR BOULEVARD OVERLAY (STA. 30000 TO STA. 35000) 40 80 GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH OF BASE (in) C NT NNE SUBGRADE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (3) 10 5.5 11.1 C20 20 12 35 20.2 REPAIR AREA(S): El 4' X 3' 1716' X 6.5 Q2 El 6' X 5' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C19 21.44' 15.71' 78'10'29' 12.76' C20 27.27' 16.17' 96'37'14" 18.16 C21 23.64' 14.35' 94'20'45" 15.49' C22 25.11' 14.54' 98'54'04" 17.00' C23 24.28' 14.92' 93'12'59" 15.78'9 C24 25.88' 15.30' 96'53'44" 17.26' TOPO: SCALE 1:100 DEL MAR BOULEA Y CONSTRUCTION NOTES: PROPOSE'PLANING (MILLING) El PROPOSED STORMWATER MANHOLE RING AND COVER (1 1/4" ADJUSTMENT(S) (TOTAL: 1). M PROP 81 Lr. OF HMAC SAW CUTTING (1 1/4"). 11 PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). 0 12 PROPOSED 28 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. M: PROPOSED771 SY. OF 1 1/2" SURFACE TREATMEh' (HMAC, TYPE '8'). A 45PRO ED 162 SF. OF REMOVAL AND REPLACEMENT CONCRETE SIDEWALK. PROPOSED 80 LF. OF 4" DEPTH CONCRETE SAW CUT. © PROPOSED 75 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). M PROPOSED 736 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). M8 PROPOSED RAISED PAVEMENT MARKERS (REFLECTORIZED) TYPE I—C, 11 A—A, II C—C OR II C—R (TOTAL: 20). M PROPOSED REMOVAL AND REPLACEMENT OF EXISTING BITUMINOUS SPEED HUMPS (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 31 of 42 C-213 CRGE PROJECT No: 20910c 1,01 SHEET .30 of 41 RECORD DRAWING NO STR 929 CITY PROJECT /115140 0 ® e FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C25 31.36' 20.07' 89133'23" 19.91' C26 28.74' 19.01' 86'36'38" 17.9' TOPO: SCALE 1:100 DEL MAR BOULEVARD OVERLAY (STA. 35+00 TO STA. 38+35) 40 80 GRAPHIC SCALE (FE T) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (h) DEPTH BASE (i0 C NT E SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (1%) 9 3.5 12 ES 10 13 39 26 (<<5 4Ce DEL MAR BOULEVARD OVERLAY CONSTRUCTION NOTES 10 PROPOSED 1,179 SY. OF PLANING (MILLING) (1 1/4"). 2l PROPOSED 34 LF. OF HMAC SAW CUTTING (1 1/4"). E3 PROPOSED 1,769 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). ® PROPOSED 8 LF. OF 4" DEPTH CONCRETE SAW CUT. M5 PROPOSED 25 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). PROPOSED 623 LF. OF PAVEMENT MARKINGS, REFLECTORIZED THERMOPLASTIC, TYPE 1, 90 MILL THICKNESS (Y)(4")(SOLID). PROPOSED RAISED PAVEMENT MARKERS (REFLECTORI2ED) TYPE I—C, II A—A, II C—C OR II C—R (TOTAL: 22). PROPOSED WATER VALVE COVER ADJUSTMENT(S) (TOTAL: 1). PROPOSED STORMWATER MANHOLE ADJUSTMENT(S) (TOTAL: 1). An7nE Page 32 of 42 C-213 CRGE PROJECT No: 20910c U SHEET 31 A 41 RECORD DRAW NO. STR 929 CITY PROJECT 4E15140 0 O W 0+0 0 FULL DEPTH REPAIR LENGTH(S): El 65' El 32' El 6' L4 3' El 7' El 17' El 24' HAKEL DRIVE OVERLAY (STA. 00000 TO STA. 050 40 80 GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE No. THICKNESS OF HMAC (in) DEPTH BASE C NT/LIME SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (5) 27 1 10` NO 17 13 49 22.2 REPAIR AREA(S) Ai 4' X 3.5' El 4' X 4' A3 4' X 7.5' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT 01 23.83' 15.16' 90'02'48" 15.17' C2 23.72' 15.15' 89'42'13" 15:07' TOPO: SCALE 1:100 G^' J-9GFL DRI M PRO FR STRUCTION NOTES: 69 SY. OF PLANING (MILLING) 8 LF. OF HMAC SAW CUTTING (1 1/4"). D 61 SY. OF UPPER 2" DEPTH STONE") BASE REPAIR. ® ;-PROPOSED 244 SY. OF ADDITIONAL 4" DEPTH ("LIMESTONE") BASE REPAIR. PROPOSED 61 SY. OF TX5-475 TRIAXIAL 060091D. © PROPOSED 2,054 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE '5'). 0 PROPOSED 196 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. ® PROPOSED 103 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. PROPOSED 80 LF. OF 4" DEPTH CONCRETE SAW CUT. 10 PROPOSED 75 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). 11 PROPOSED REMOVAL AND REPLACEMENT OF 327 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 6, RAMP AND LANDINGS. 12 PROPOSED 36 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. 13 PROPOSED 68 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). ADDENDUM NO.2 ATTACHMENT N0_3 Page 33 of 42 C-213 CRGE PROJECT JJo: 20310c SHEET 32 or 41 RECORD DM< N0. STR 929 CITY PROJECT /015140 0 CRGE PROJECT No: 20310c GRAPHIC SCALE (FEET) FULL DEPTH REPAIR LENGTH(S): Li 50' 37' REPAIR AREA(S): Al 4' X 8' A2 4' X 15' A3 4' X 2' A4 4' X 4.5' A5 4' X 4' A6 4' X 7' O A7 4' X 7, TOPO: SCALE 1:100 GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. HAKEL DRIVE OVERLAY CONSTRUCTION NOTES: u PROPOSED 1,352 SY. OF PLANING (MILLING) (1 1/4"). E2 PROPOSED 2,028 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). E3 PROPOSED 222 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. ® PROPOSED 87 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. 95 PROPOSED 80 LF. OF 4" DEPTH CONCRETE SAW CUT. © PROPOSED 75 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). PROPOSED 80 SF OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. ® PROPOSED TEMPORARY DRIVEWAY ACCESS (T0TAL:1). E9 PROPOSED STORMWATER MANHO COVER ADJUSTMENT(S) (TOTAL: 1 ADDENDUM N0.2 15TR'IISGM A40.3 ). Page 34 of 42 C-213 5335: 33 A 41 RECORD DRAW NO. STR 929 CITY PROJECT /E15140 CRGE PROJECT No: 2Da19c REPAIR AREA(S): Al 4' X 7.5' 1714' X 12' A3 4' X 4' El 4' X 20' A5 4' X 10' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C3 25.11' 15.03' 90°21'08" 16.02' C4 24.94' 13.80' 103'34'59" 7.53'•, C5 26.45' 14.26' 106'15'58" 19.02' C6 21.01' 13.39' TOPO: SCALE 1:100 89'52'56" fd. 13.37' c, 6G6 HAKEL DRIVE OVERLAY (STA. 40 80 GRAPHIC SCALE (FEET) HAKEL DRIVE OVERLAY NOTES 10 PROPOSED 867 . . 1 P. SING (MILLING) (1 1/4"). m2 PROPOS 11 F. HMAC SAW CUTTING (1 1/4"). PRO ED 1 SY. OF 1 1/2" SURFACE T TM,Jr ( C. TYPE 'D'). 2 SF. OF REMOVAL AND REPLACEMENT CRETE SIDEWALK. OPOSED 80 LF. OF 4" DEPTH CONCRETE SAW CUT. Pi2OPOSED 25 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). +00) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. 2. MILL 1 1/4" TO 0" FROM LIP OF GUTTER TO STREET CROWN, ON BOTH SIDES OF STREET. 70 5PROPOSED 54 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. ® PROPOSED REMOVAL AND REPLACEMENT OF 750 SF. OF NON-COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 14, RAMP AND LANDINGS. 90 PROPOSED 40 SF OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. 10 PROPOSED 120 LF. OF 4" CONCRETE HEADER CURB (0" TO 6" HIGH). 11 PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL:1). PROPOSED GAS VALVE COVER ADJUSTMENT(S) (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 35 of 42 C-213 SHEET 34 of 41 RECORD DM NO. STR 929 CITU PROJECT /015140 0 CRGE PROJECT No: 20910c x U HAKEL DRIVE TOPO: SCALE 1:100 HAKEL DRIVE OVERLAY (STA. 15+00 TO STA. 20+0 40 80 GRAPHIC SCALE (FE T) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (H MAC) QUANTITIES. 2. MILL 1 1/4' TO 0" FROM LIP OF GUTTER TO STREET CROWN, ON BOTH SIDES OF STREET. BORING/CORE No. THICKNESS OF HMAC (in) DE• F T/LIME ' � SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (5) 28 .75 NOAi 16 10 31 11.5 REPAIR AREA(S): El 4' X 7' ® 4' X 8' A3 4' X 14.5' 4(Zmark000" A44' X7.5' / O 20 ... O\ . 1\ L. 1M PROPOSED 692 SY. OF PLANING (MILLING) (1 1/4"). M PROPOSED 1038 SY. OF 1 1/2" SURFACE TREATMENT (H MAC, TYPE 'D'). 03 PROPOSED 176 5F. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. ® PROPOSED 72 LF. OF 4" DEPTH CONCRETE SAW CUT. PROPOSED 75 SF OF 4" CONCRETE SIDEWALK (PASSING SPACE). PROPOSED 32 SF OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. PROPOSED TEMPORARY DRIVEWAY ACCESS (T0TAL:1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 36 of 42 C-213 Qo Orn 0 00 xy 56E5 35 of 41 RECORD NOM NO. STR 929 CITY PROJECT 6E15140 REPAIR AREA(S): Al 4' X 2' El 4' X 7.5' E14.' X 4' El 4' X 8' El 4' X 18' El 4' X 7' A7 4' X 10' • FULL DEPTH REPAIR LENGTH(S): El 16' L2 10, FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C7 23.50' 14.24' 94'32'31" 15.42' C8 38.43' 30.12' 73'06'28" 22 TORO: SCALE 1:100 (J 40 80 GRAPHIC SCALE (FEET) HAKEL STREET OVERLAY CONSTRUCTION 10 PROPOSED 491 SY. OF PLANIN (1 1/4"). M2 PROPOSED 71 LF. OF H C C ING (1 1/4"). M3 PROPOSED 18 SY. , UPP ' EPTH ("LIMESTONE") BA ® PROPOSED 7 Y. F DITIONAL 4' DEPTH ("LIMESTON R. �5 PROPOSE -6 18 SY. OF 185'475 TRIAXIAL GEOGRID. © PROPOSED 737""SY. OF 1 1/2" SURFACE TREATMENT (H MAC, TYPE 07 PROPOSED 305 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. ® PROPOSED 64 LF. OF 4" DEPTH CONCRETE SAW CUT. PROPOSED 50 SF OF 4" CONCRETE SIDEWALK (PASSING SPACE). PROPOSED REMOVAL AND REPLACEMENT OF 130 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 10, RAMP AND LANDINGS. PROPOSED 32 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER RETURNS. GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. 2. MILL 1 1/4" TO 0" FROM LIP OF GUTTER TO STREET CROWN, ON BOTH SIDES OF STREET. PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTEMENT(S) (TOTAL: 1). ADDENDUM NO. 2 ATTACHMENT NO.3 Page 33 of 42 C-213 CRGE PROJECT No: 20910c 3 'o o(3 j0 00 xy SHEET 36 of 41 RECORD DRAWING NO. STR 929 CITY PROJECT 6E15140 CRGE PROJECT No: 20910c TRINITY DRIVE OVERLAY (STA. 00+00 TO STA. 05+00) FULL DEPTH REPAIR LENGTH(S): 1E7. 1E68. 3 FAIR AREA(Sl• El 4' X 10' M 4' X 5' El 4' X 15' A4 4' X 0 40 80 GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/ CORE No. THICKNESS or HMAC (in) DEPT F BA E LIME SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (%) 30 2 ' 6.'W/' NO 22.52'1 10 12 37 19.1 TRINITY DRIVE CO TRUCTION NOTES: M PROP D 70 . OF PLANING (MILLING) (1 4 OP D LF. OF HMAC SAW CUTTING (1 1/4"). iJ 'R 40 SY. OF ADDITIONAL PLANING ��MILL (3/4'). FULL DEPTH REPAIR CURVE DATA.-., CURVE No. LENGTH RADIUS DELTA TANGENT C1 36.63' 22.62' 9147'34" 23.75' C2 35.22' 22.52'1 89'35'39" 22.36' TOPO: SCALE 1 100 El PROPOSED 56 LF. OF 4" DEPTH CONCRETE SAW CUT. E PROPOSED 75 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). E PROPOSED 100 SF. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. PROPOSED 53 SY. OF UPPER 2" DEPTH BASE El PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL:2). REPAIR (LIMESTONE). PROPOSED 212 SY. OF ADDITIONAL 4" DEPTH (LIMESTONE) BASE REPAIR. © PROPOSED 53 SY. OF TX5-475 TRIAXIAL GEOGRID. M PROPOSED 2,055 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE '0'). M8 PROPOSED 124 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. ADDENDUM NO.2 ATTACHMENT NO.3 Page 38 of 42 C-213 1/1 - D: +n U y III}}EQ ALIIM 210'5 o E U tl o 3 3N oy j0 rn SHEET 37 nT 41 RECORD O8WNi0 NA STR 929 5 CITY PROJECT 1E15140 CRGE PROJECT fJa: 209'IOs l' TRINITY DRIVE T9 FULL DEPTH REPAIR LENGTH(S): El 10' L3 27' El 22' REPAIR AREA(S): El 4' X 4' A3 4' X 12' El 4' X 8' A4 4' X 17' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT C3 41.80' 26.85' 89'11'21" 26.48' C4 42.71' 26.83' 91'12'39" 27.40'-w C5 39.72' 26.50' 85'52'57" 24.66' C6 40.94' 27.04' 86'45'04" 25.55' TOPO: SCALE 1:100 TRINITY DRIVE OVERLAY (STA. 05+00 TDITA. 90+ 0 40 80 GRAPHIC SCALE (FEET)Aop GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/ THICKNESS OF HMAC DEPTH OF CEMENT/LIME SUBGRADE CONE INDEX PI OF COMPOSITE PI OF MC OF SUBGRADE CORE No. (in) BASE (in) (tsf) BASE MATERIAL SUBGRADE (%) 29 2 6 NO 15 11 32 14.6 67 2' 6 NO 15 16 30 19 TRINITY DRIV ERLAY CONSTRUCTION NOTES: PROPOSED 1 9 SY. OF PLANING (MILLING) 4") D 153 LF. OF HMAC SAW CUTTING (1 1/4"). ROPOSED 1,964 SY. OF 1 1/2" SURFACE TREATMENT MAC, TYPE '0'). PROPOSED 64 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. M5 PROPOSED 56 LF. OF 4" DEPTH CONCRETE SAW CUT. © PROPOSED 50 SF. OF 4" CONCRETE SIDEWALK (PASSING SPACE). 07 PROPOSED 350 SF. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. 08 PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL: 2). 90 PROPOSED 59 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. El PROPOSED STORMWATER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). El PROPOSED SANITARY SEWER MANHOLE RING AND COVER ADJUSTMENT(S) (TOTAL: 1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 39 of 42 C-213 `a a 30 o!� oy o aim 38 al 41 RECORD ORMN'C NA STR 929 CITY PROJECT 1E15140 CRGE PROJECT No: Jos ms TRINITY DRIVE OVERLAY (STA. 10+00 TO STA 15+ FULL DEPTH REPAIR LENGTH(S): REPAIR AREA(S): El 28' Al 4 X 19' El 26' A2 4' X 8' A3 4' X 4' El 4' X 16' AS 4' X 5' A6 4' X 49' TOPO: SCALE 1:100 0 40 80 GRAPHIC SCALE (FEET) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. TRINITY DRIVE OVERLAY CONSTRUCTION NOTES: 10 PROPOSED 1,339 SY. OF PLANING (MILLING) (1 1/4"). M PROPOSED 2,009 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). M PROPOSED 280 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. ® PROPOSED 64 LF. OF 4" DEPTH CONCRETE SAW CUT. D PROPOSED 75 SF. OF 4" CONCRETE SIDEWALK l(L)4(111181"<"11118". (PASSING SPACE). © PROPOSED 474 SF. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. D PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL: 3). M PROPOSED 54 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. 00 ADDENDUM N0.2 ATTACHMENT NO.3 Page 40 of 42 C-213 rz U 473FIN E a o 3 aim .39 a1 41 RECORD O4414N0 NA STR 929 CITY PROJECT 1E15140 REPAIR AREA(S): Al 4' X 4' El 4' X 16' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA C7 33.63' 22.35' TANGfil J\ 86'14'03" 20.93' d„„ C8 31.30' 21.05' 85'1247" 19.36'' TOPO: SCALE 1:10 CT) TRINITY DRIVE OVERLAY (STA. 15+00 TO STA. 16+1 0 40 80 GRAPHIC SCALE (FEET) t GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/ CORE No.BASE THICKNESS OF HMAC (in) DEPTH OF (in) 'r CEMENT/LI ME SUBGRADE CONE INDEX (tsf) PI OF COMPOSITE BASE MATERIAL PI OF SUBGRADE MC OF SUBGRADE (7) 68 1.5( AO 5 NO 16 16 28 19.8 4Ce TRINITY DRIVE OVFRI AY CONSTRUCTION NOTFS1 10 PROPOSED 361 SY. OF PLANING (MILLING) (1 1/4"). M2 PROPOSED 65 LF. OF HMAC SAW CUTTING (1 1/4"). 03 PROPOSED 542 SY. OF 1 1/2" SURFACE TREATMENT (HMAC, TYPE 'D'). ® PROPOSED 96 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. M5 PROPOSED 24 LF. OF 4" DEPTH CONCRETE SAW CUT. ADDENDUM NO.2 ATTACHMENT NO.3 Page 41 of 42 C-213 CRGE PROJECT No: 20010c / SHEET 40 at 41 RECORD O4WNO NA STR 929 Ott PROJECT /E15140 0 r A5,4,2I T1A3,10I A2,4,5 ///A 4 A 11AV//(//4/44/ ADA ROUTE SUDAN DRIVE r 32 7-D 44""'1._ x (H) 0¢ _� $' 4 ADA ROU J is REPAIR AREA(S): E 4' X 4' 17 4' X 14' A2 4' X 50' 17 4' X 30' A3 4' X 17' 17 4' X 15' A4 4' X 20' A8 4' X 5' 4' X 10' 4' X 9' 5' X 18' FULL DEPTH REPAIR CURVE DATA CURVE No. LENGTH RADIUS DELTA TANGENT 01 34.34' 20.86' 94'18'53" 22.49' C2 45.72' 63.31' 41'22'46" 23.91' C3 180.46' 39.29' 263'11'37" 44.25' C4 43.42' 64.60' 38'30'38" 22.57' 05 31.72' 20.99' 86'34'48" 19.77', TOPO: SCALE 1:100 SUDAN DRIVE OVERLAY (STA. 00+00 TO S D 40 80 GRAPHIC SCALE (Feer) GENERAL NOTE: 1. REFER TO PROPOSAL FOR EXACT SURFACE TREATMENT (HMAC) QUANTITIES. BORING/CORE THICKNESS OF HMAC DEPT F CEM T/LIME SUBGRADE CONE INDEX PI OF COMPOSITE PI OF MC OF SUBGRADE No. (i0) E (i (tsf) BASE MATERIAL SUBGRADE (%) 31 6.25 1 NO 9 4 38 25.5 32 1 NO 5 0 43 22.2 SUDAN DRIVE 000 iib (H) C5 STRUCTION NOTES: OF PLANING (MILLING) 68 LF. OF HMAC SAW CUTTING (2"). POSED 2,010 SY. OF 1 1/2" SURFACE TREATMENT TYPE 'D'). ROPOSED 982 SF. OF REMOVAL AND REPLACEMENT OF 4" CONCRETE SIDEWALK. PROPOSED 110 LF. OF 4" DEPTH CONCRETE SAW CUT. © PROPOSED 100 SF OF 4" CONCRETE SIDEWALK (PASSING SPACE). M PROPOSED 74 LF. OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER. ® PROPOSED REMOVAL AND REPLACEMENT OF 370 SF. OF NON—COMPLIANT ADA RAMP AND LANDINGS WITH ADA COMPLIANT, TYPE 5, RAMP AND LANDINGS. PROPOSED 28 LF OF REMOVAL AND REPLACEMENT OF 6" CURB AND GUTTER AT RETURNS. 10 PROPOSED 540 SF. OF REMOVAL AND REPLACEMENT OF 6" CONCRETE DRIVEWAY APPROACHES. E PROPOSED TEMPORARY DRIVEWAY ACCESS (TOTAL: 3). 12 PROPOSED STOP SIGN(S) RELOCATION (TOTAL:1). 13 PROPOSED SPRINKLER HEAD ADJUSTMENT(S) (TOTAL:1). ADDENDUM NO.2 ATTACHMENT NO.3 Page 42 of 42 C-213 CRGE PROJECT No: 20910c 8 'o Or, or, j0 00 ¢o ❑F K4, 5815 41 of 41 RECORD DRAW NO. STR 929 001 PROJECT /015140 NMES II ES LL UV 80,1 2.02 NAN .� IIw r A OTYPICAL PAVEMENT SECTION ,�1I1W=W=W=II TI Jll-Jll- m Og PROCTOR DENSITY `AZT PPIL PROCTOR man MP) ODETAIL A -A PYRT 17;0E (CEMENT Slreumpn1 (mxurt5 upnF EXIST SUEORACE OPAVEMENT REPAIR DETAILS SCALE. NTS fEfGI)._C 4.) . 1.5xl (TYPE nrho 9OS 1-1) PROCTOR rr WINO.01807) °MORD (MOAB rxo) (CEMENT neauUumN) SgEIELLAJEALALLIIElt d - OSPEED HUMP TYPICAL DETAILS SCALE NI" ADDENDUM N0.2 ATTACHMENT N0.4 SHEET 1 OF I CONSULTANT'S JOB NO. 160063 Z OQ F U W Wo r.0 o Z W 2Z 'ag ELW a wo Z z W Z 0 Q SHEET 5 of 45 RECORD GRAWING NO. STR 932 CITY PROJECT/ EI6261 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by Berry Contracting, LP dba Bay Ltd. (type or print name of company) on: Wednesday. December 7, 2016 at_200 P.M. for Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays, Project No. E16261 1.01 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays Project No. E16261 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: Bid Acknowledgement Form Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 003000-1 Rev 01-13-2016 Addendum No. 1 Addendum Date 11/29/2016 12/01/2016 Signature Acknowledging Receipt WINTOPIPb 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 Bid Acknowledgement Form Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 9010 -Street Overlays Project No. E16261 003000-2 Rev 01-13-2016 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 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. Bid Acknowledgement Form 00 30 00 - 3 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev01-13-2016 IDIQ-Street Overlays Project No. E16261 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. ARTICLE 6 — TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 365 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 395 days after the date when the Contract Times commence to run. 6.02 Bidder agrees that the Work will be substantially complete and will be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within the number of days indicated. ARTICLE 7 — ATTACHMENTS TO THIS BID In compliance with the Bid Requirements in SECTION 00 21 13 INVITATION TO BID AND INSTRUCTIONS TO BIDDERS, the following are made a condition of this Bid: A. Bid Security. B. SECTION 00 30 00 BID ACKNOWLEDGEMENT FORM and documentation of signatory authority. C. 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 lie exclusively in Nueces County, Texas for any legal action. ARTICLE 10 — SIGNATORY REQUIREMENTS FOR BIDDERS 10.01 Bidders must include their correct legal name, state of residency, and federal tax identification number in the Bid Form. Bid Acknowledgement Form Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 003000-4 Rev 01-13-2016 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. Bid Acknowledgement Form Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 003000-5 Rev 0143-2016 ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: Berry Contracting, LP dba Bay Ltd. (typed or printed full legal name of Bidder) d , (individual's sign ure) Jon Lentz State of Residency: Federal Tax Id. No. Address for giving notices: f --s1: ,l,r - (typed or printed) Estimating Manager (typed or printed) (individual's signature) Texas 74-2982901 Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 Phone: (361) 693-2100 (main#) Email: lentzj@bayltd.com (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) END OF SECTION Bid Acknowledgement Form Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 003000-6 Rev 01-13-2016 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. E Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Berry Contracting, LP dba Bay Ltd. (typed or printed) 'Sr, ature -- attach evidence Jon Lentz uthority nor sign) (typed or printed) Estimating Manager Business address: Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 Phone: (361) 693-2100 (main#) Email; lentzj@bayltd.com END OF SECTION Compliance to State Law on Nonresident Bidders 00 30 02 - 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 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 8t 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. Berry A. L. Beery Edward A. Martin D. B. 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". FURL th R RESOLVED that the Secretary -Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Approved Correct: ea‘t4j\N- Edward A. Martin, President & CEO Attest: DonEtta Beaty, Secret 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. i caot DonEtta Beaty, 00 30 05 City of Corpus Christi Disclosure of Interest City of Corpus SUPPLIER NUMBER TO BE ASSIGNED BY Crnr PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Berry Contracting, LP dba Bay Ltd. P. O. BOX: 9908 STREET ADDRESS: 1414 Valero Way CITY: Corpus Christi DP: 78409 - FIRM IS: 1. Corporation 4. Association 2. Partnership 5. Other 3. Sole Owner DISCLOSURE QUESTIONS If additional space is necessary, please use the reverse side of thisage 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 N/A 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 N/A 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." NameNSA 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 N/ A Consultant City of Corpus Christi Disclosure of Interest 003005-1 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 I certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Jon Lentz (Typc or Prinu Signature of Certifying Person: Title: Estimating Manager DEFINITIONS Date: 12- -k, 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. g. "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." "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 003005-2 Rev 01-13.2016 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: Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays Project No. E16261 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Berry Contracting, LP dba Bay Ltd. (typed or printed) ES^r'. P,r-+0.a.n rr NA oqf • (signature -- attach ev deneiof authorify to sign) Jon Lentz (typed or printed) Estimating Manager Business address: Bay Ltd. 1414 Valero Way Corpus Christi, TX 78409 Phone: (361) 693-2100 (main#) Email: lentzj@bayltd.com END OF SECTION Non -Collusion Certification 00 30 06 - 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 11-25-2013 IDIQ-Street Overlays Project No. E16261 SPECIAL MBBTING OF MANAGERS BERRY OPERATING COMPANY, LLC January 8, 2002 Bevy Operating Company, LLC, general partner of Berry Contracting, LP dba Bay Ltd. held a special meeting this 8t' day 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. Bony M. G Berry A. L. Bent' 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". FURTIttsR RESOLVED that the Secretary. Treasurer be and is herein authorized and directed to furnish a certified copy hereof to any interested parties with the knowledge that such parties sill rely upon same until actual receipt of written notice of change, deletion, modification, or revocation of such authority. Approved Correct x4.444, Edward A. Martin, President & CEO Attest: DonEtta Beaty, Secret Certification of Secretary I, 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 ranuary 2002, to which witness my hand. /4eZY,et- DonEtta Beaty, Secre 00 30 01 BID FORM • Project Name: Citywide Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays Project Number: E16261 Owner: City of Corpus Christi Bidder: J j ( LT t , OAR: TBD Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part 1 (West) PART A - GENERAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 35 no0.00 2.35J Doc. 9 p A2 Traffic Control and SWPPP, Residential Streets, set-up, maintenance and removal EA EA 18 6 2000. o0 (A 4 o0.00 3(.JO4o.0O 3$ c{ 00, o0 A3 Traffic Control and SWPPP, Collector Streets; set-up; maintenance and. removal A4 Traffic Control and SWPPP, Arterial Streets; set-up, maintenance and removal FA 3 tt l d t, O O. 00 1 3 0 300.0o A5 Ozone Days Day 2 lz�P.OD 1 2-`f0.00 A6 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (W) (8"") (Solid) LF 150 I .1 0 Ls. 5. o p A7(W)(4"")(Solid) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness LF 100 O.ss SS. oo A8 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (W) (4"") {Broken) LF 5,200 0 . SS 1'8 L 0 , 00 A9 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4"")(Solid) LE 10,900 0.55 sgg5.00 A10 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4") (Broken) LF 100 O S 5 S s. O O All Raised Pavement Markers (Reflectorized), Type IC, !IAA, or IIC-R, as applicable EA 450 3 .7 0 (C. to 5.0 0 Al2 Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill EA 2 ((.44.DO (og0A.Do A13 Pavement Markings (White 24" "Stop Bar" Markings) LF 325 I 4.15 4193./5 A14 Pavement Markings (Crosswalk Markings), (total width of crosswalk) LF 550 (4.1. oo 2.3 (n50 • oQ A15 Pavement Markings White "ONLY"" g EA 3 3ro.00 430.00 A16 Pavement Markings White Turn Arrow Markings (Right, Left, Straight) EA 3 3o, O 0 (2.174 0. 00 A17 Curb Painting (Yellow No -Parking Zone) LF 100 1. OS (Q S . 0 0 A18 Curb Painting (Red Fire Zone) LF 100 1 + Os I os.0 6 A19 Computerized Profilograph Services to include street surface evaluations with calibrated vehicle and equipment and approved reports. HR 30 i{.S, Oo t350.00 A20 Landscape Improvements, including 4" clean top soil, sod, excavation, backfill, compaction, with established growth. SY 10 g 0. oO $ 00• QO A21 Door Hangers, delivered to the business and residences (two each) LS 1 , , 00, po A22 Type 1 Self -Supported Temporary Sediment Control Fence, maintained and removed LF 50 ILS . 0 0 7 0,00 A23 Temporary Erosion Control Log, maintained and removed EA 150 ; 0 . , o(iw 0, A24 Street Sweeping, per curb mile MILE 10 Z O o o.o o . oo . on A25 Irrigation System Allowance LS 1 $ 2,500.00 $ 2,500.00 A26 Allowance for Unanticipated General Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26) 4-1-(:,2-2 4,15 Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program {SPMP} IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 1 of 5 Page 1 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITYUNIT PRICE r EXTENDED AMOUNT PART B - STREET IMPROVEMENTS (per SECTION 0129 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Subgrade Repair Up to 2" Depth (Cold/Hot) HMAC Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 5 g 1 00 S $ 0 0. 00 82 Subgrade Repair Up too -6" Depth (Cement Stabilization) Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 (3 0. 0 0 l 3 , p o c.). 0 0 B3 Cement Stabilized Base with 4% Cement existing Limestone Base 3-6 inches. Complete in Place with all grading, mixing, compaction, etc. SY 3,000 13. 00, 39)000.00 400O OO B4 TX5-475 Triaxial Geogrid, Complete in place with material and proper placement. SY/IN 14,300 r "• 00 S712- 00.0c) B5 HMAC Saw Cutting 2" Depth, Complete in place LF 5,000 -1 , 40 17) Q o 0.00 B6 HMAC Saw Cutting Additional 1" Depth, Complete in place LF 2,500 1.15 r{ 3 75 .0 ,3 B7 Base Repair, Upper 2" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 12,000 (4, 47p rJ (6 �/ 000, 0 0 68 Base Repair, Additional 1" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 55,000 •�0 i. 7 p 00,00 B9 Patching/Small Area Surface Restoration - HMAC, Type "D" per Square Yard/Inch, small equipment placement, removal of existing, placement of new, compaction, curing, hauling, etc. SY/IN 3,800 X. 40o Ci on,s: n 010 Crack Seal with all surface preparation and application LF 100 1 3•S 0 (FS 5.0,.00 011 HMAC -Type "D" Level -Up Course (3" Depth Maximum) Ton 200 13 q• 0p , . (.4)c o o. 0 p 312 Planing (Milling)(1" to 1-1/4") Complete in place with all preparation milling operations, hauling, etc. SY/IN 98,850 S .� 0 O 4, 4 3S. Dc B13 Planing (Milling) Additional (1") Complete in place with all preparation milling operations, hauling, etc. SY/IN 13,800 1, 2S J 11, 2.S o , 0 0 1314 Proof Rolling with equipment, operator, etc. Hour 100 91 0. pa `(l ©n D. 00 B15 Surface Treatment - HMAC, Type "D" per square yard/inch (one to five miles haul distance from an approved site within city limits) complete in place with Tack Coat (SS -1H). Placement, compaction, curing, hauling, etc. SY/IN 100,000 4 . (r a G (, c Q 00. o 0 B16 Surface Treatment - HMAC, Type "D" per square yard/inch (over five miles haul distance from an approved site within city limits) complete in place with Tack Coat (S5 -1H). Placement, compaction, curing, hauling, etc. SY/IN 130,000 r L • (` 0 T S $ O 00 .47E J B17 Allowance for Unanticipated Street Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) ).-,Lf-5'0,3 (q, Pc Bid Form -Base Bid Part 1 -west Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 2of5 Page 2 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART C - CONCRETE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. LF 3200 D ZlI B qp OQ C2 Removal and Replacement of 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 12000 . 0. 3 o 2_4,3 6 00, 00 C3 Replacement of "Washed" 6" Concrete Driveway Approaches, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 200 (0 1, a r) l Zt 2, 0o, 0 0 C4 Replacement of Driveway Approaches with High Early Strength concrete, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 200 4-3 0 0 T L o o , 0 p C5 Temporary Driveway Access; set-up, maintenance and removal EA - 5 ( '4 s o. O o 72. S 0. Do C6 Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths, with all demo, hauling, disposal, etc. SF 1500 2-2- , 0 o / 000.0n C7 New 4" Concrete sidewalk & Bike Paths, with all demo, hauling, disposal, forms, rebar, concrete, compaction, curing, finish etc. SF 100 Z �0 2- 1130.00 C8 Concrete Saw Cutting 4" Depth LF 2500 . So 1.11 15o. on C9 Concrete Saw Cutting additional 1" Depth SF 100 1. 2 1 2- S. Oo C14 Removal of and Replacement of Concrete Valley Gutter, with all demo, hauling, disposal, etc. SF 100 t -r 0, O0 L4-00 0. 00 C11 Allowance for Unanticipated Concrete Improvements LS 1 $ 2,500.00 $ 2,500.00 SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS C1 THRU C11) 51 q ,T2,5 „00 Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIC. Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 3 of 5 Page 3of5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART D - MINOR UTILITY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel Inflow Inhibitor and with Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 35 Zs O g' 00 2 7 f S 00, 00 D2 Stormwater Manhole Ring & Cover Adjustment, Including New Manhole Ring and Cover Assembly with New Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 31 '� I`Td30, DO t4'3 cid) c). 00 J 03 Water Valve Cover Adjustment with Concrete Collar, with demo, disposal, forms, rebar, concrete, compaction, finish, etc. EA 28 ct $0, Oo i 0„00 D4 Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete curing, compaction, finish, etc. EA 29 c' fl , DO It ilrl.0- O Q 05 Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price) with activity Di, D2, D3 & D4 above EA 10 ( , i 0 (Q I .o Q D6 Allowance for Unanticipated Wastewater, Water and Stormwater Improvements LS 1 $ 2500.00 $ 2,500.00 SUBTOTAL PART 0 - MINOR UTILITY IMPROVEMENTS (ITEMS 01 TI -IRU 06) i iSci,`321, 00 Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 4 of 5 Page 4 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART E - ADA IMPROVEMENTS (Ramps/Approaches, etc) (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Remove and replacement of concrete curb & gutter returns adjacent to ADA Ramps LF 1850 r c� C a.CSC? p 12-e isra Oo•OD E2 Removal and replacement of 4" Concrete sidewalk approaches to ramps (ramps only) SF 16270 1 ci. q 0 -2 .-i 7 . 00 E3 New ADA TDLR Compliant Concrete Curb Ramp and Landings SF 3510 1, b' 0 1 (j { 2 OQ E4 Remove and replace ADA Curb Ramps and Landings SF LF 10000 1500 4.2.3 0 t-1- 0, a o 14-2.i p Q n, On Gap )00. ©d E5 New 4 Wide Concrete Header Curb (0 to 6 high) for offset elevation changes E6 Allowance for unanticipated ADA Improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART E - ADA IMPROVEMENTS ACTIVITIES (RAMPS/APPROACHES, ETC. (ITEMS El THRU E6) 1 ) 0l491 M}. DF BID SUMMARY SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26) 365 4(,Q2. 7 CR. 5 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) 395 2..)+ 5`p 3 1 D. po SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS C1 THRU C11) 5 j c ZS, 00 SUBTOTAL PART D - MINOR UTILITY IMPROVEMENTS (ITEMS D1 THRU D6) � , ?9 311 , pp SUBTOTAL PART E - ADA IMPROVEMENT ACTIVITIES (RAMPS/APPROACHES, ETC.) (ITEMS El THRU E6) () 0 49) (at I,. o0 TOTAL PROJECT BASE BID PART 1 (WEST) (PARTS A THRU E) 1 t-{'! 7'3 1 ,g's. 15 Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form -Base Bid Part 1 -West Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 1 Page 5 of 5 Page 5 of 5 Rev 10-28-2016 00 30 01 BID FORM Project Name: Citywide Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays Project Number: E16261 Owner: City of Corpus Christi Bidder: li3 AN LT . OAR: TBD Designer: LNV, Inc. Basis of Bid ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part 2 (East) PART A - GENERAL IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 12..O o p0 , p(j 2.20 o o o , OP A2 Traffic Control and SWPPP, Residential Streets, set-up, maintenance and removal EA 18 2.000.00 3 L O 90. oo A3 Traffic Control and SWPPP, Collector Streets; set-up; maintenance and removal EA 6 {o 2 S) 0.Oo 37 9 o . 0 0 A4 Traffic Control and SWPPP, Arterial Streets; set-up, maintenance and removal EA 3 ` . $ O o. Oo 2.9 Oefl o• 00 A5 Ozone Days Day 2 (2 D. 00 2.40, oo A6 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (W) (8") (Solid) LF 150 I . O S 15 3. S o A7(W) Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (4") (Solid) LF 100 D . 5 5 S. O o A8 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (W) (4") (Broken) LF 5,200 Q . 5 5 Z Y Co „pa A9LF Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4") {Solid} 10,900 0 S9g5 , 00 Al0 Pavement Marking, Reflectorized Thermoplastic, Type 1, 90 Mill Thickness (Y) (4") (Broken) LF 100 p sT S S. O o All Raised Pavement Markers (Reflectorized), Type IC, !IAA, or IIC-R, es applicable EA 450 ' . L, 0 1 (0)... 4.00 Al2 Speed Humps, Marked with Thermoplastic, Type C, with no Preheating or Asphalt Required, 125 Mill EA 2 3 Ur tJ o • 0 o Co g Q 0 . o .o A13 Pavement Markings (White 24" "Stop Bar" Markings) LF 325 } y. zs 4(.31. 2.5 A14 Pavement Markings (Crosswalk Markings), (total width of crosswalk) LF 550 (4-t, 0 0 2.3 100.0 0 A15 Pavement Markings White "ONLY" EA 3 3, 0 o, oo 0(5. 00 A16 Pavement Markings White Turn Arrow Markings (Right, Left, Straight) EA 3 �y 0. 0 0 (, in o • o o A17 Curb Painting (Yellow No -Parking Zone) LF 100 1. Q 0 Lo o,flP A18 Curb Painting (Red Fire Zone) LF 100 1.. O o, ( o O. O a A19 Computerized Profilograph Services to include street surface evaluations with calibrated vehicle and equipment and approved reports. NR 30 4-5 . or, t 16 o. oo A20 Landscape Improvements, including 4" clean top soil, sod, excavation, backfill, compaction, with established growth. SY 10 Li 0 • 0 0 g 9 0. OO A21 Door Hangers, delivered to the business and residences (two each) LS 1 17-4 4 P o,qo i 7.)(. ilA, a O A22 Type 1 Self -Supported Temporary Sediment Control Fence, maintained and removed IF 50 14, rj0 72.S.00 A23 Temporary Erosion Control Log, maintained and removed EA 150 1$ p, or) 2.) 000.00 A24 Street Sweeping, per curb mile MILE 101 19nca• oQ 9coo. oo A25 Irrigation System Allowance LS 1 $ 2,500.00 J $ 2,500.00 A26 Allowance for Unanticipated General Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26} i-1,4, Rt{ R.15 Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 1 or 5 Page 1 of 5 Rev 10-29-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART B - STREET IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 81 Subgrade Repair Up to 2" Depth (Cold/Hot) HMAC Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 -54.. Do (p 00,00 B2 Subgrade Repair Up to 4-6" Depth (Cement Stabilization) Complete in place with excavation/removal placement, compaction, etc. SY/IN 100 i S. 40 t 3 S O r3 , 0 0 83 Cement Stabilized Base with 4% Cement existing Limestone Base 3-6 inches. Complete in Place with all grading, mixing, compaction, etc. SY 3,000 12..15 f 3 8 /5 0.c, o 84 TX5-475 Triaxial Geogrid, Complete in place with material and proper placement.. SY/IN 14,300 00 S7 Z.Op..p o B5 HMAC Saw Cutting 2" Depth, Complete in place LF 5,000 3. 3 O 1 J '$o o0 B6 HMAC Saw Cutting Additional 1" Depth, Complete in place LF 2,500 t . i o /a• 4zs o. o 0 B7 Base Repair, Upper 2" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 12,000 13.5 0 ((02)000,oQ B8 Base Repair, Additional 1" Depth (Limestone), excavation/removal, placement, compaction, etc. SY/IN 55,000 3 ,� O I%(! s00. oo B9 Patching/Small Area Surface Restoration - HMAC, Type "D" per Square Yard/Inch, small equipment placement, removal of existing, placement of new, compaction, curing, hauling, etc. SY/IN 3,800 17. S0 1 +o (e)500. o D B10 Crack Seal with all surface preparation and application LF 100 Z 0. Oo 2. pop, O o 611 HMAC - Type "Cr Level -Up Course (3" Depth Maximum) Ton 200 t 36, 0 0 27 o Opp. 00 B12 Planing (Milling)(1"' to 1-1/4") Complete in place with all preparation milling operations, hauling, etc. SY/IN 98,850 ~j , 0 0 2,,, Q42 55. ,00 B13 Planing (Milling) Additional (1") Complete in place with all preparation milling operations, hauling, etc. SY/IN 13,800 1 , - Q B14 Proof Rolling with equipment, operator, etc. Hour 100 j t Q. 00 113 113000. 0 0 B15 Surface Treatment - HMAC, Type "D" per square yard/inch (one to five miles haul distance from an approved site within city limits) complete in place with Tack Coat (55-1H). Placement, compaction, curing, hauling, etc. SY/IN 100,000 (4..P O Co 00 000. 0 0 B16 Surface Treatment - HMAC, Type "D" per square yard/inch (over five miles haul distance from an approved site within city limits) complete in place with Tack Coat (SS -1H). Placement, compaction, curing, hauling, etc. SY/IN 130,000 -7. "LS 94/) sOo,, 0 0 B17 Allowance for Unanticipated Street Improvements LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) i• f 14S 0, R 1 0.0 Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 2of5 Page 2of5 Rev 10-28-2016 ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART C - CONCRETE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Removal and Replacement of Multiple Small Segments of Concrete Curb & Gutter, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. LF 3200 -y /9. Op 25Zfoc oo C2 Removal and Replacement of 6" Concrete Driveway Approaches, with demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 12000 Z, 0 .3 3 2-4.1)-- Lo 0.40 C3 Replacement of "Washed" 6" Concrete Driveway Approaches, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. SF 200 . OO 212 oo. DO C4 Replacement of Driveway Approaches with High Early Strength concrete, demo, disposal, forms, rebar, concrete, compaction, curing, finish, etc. 5F 200 r��, 42 , D o ?Or DO op C5 Temporary Driveway Access; set-up, maintenance and removal EA 5 1 4 op , 00 7 Opp, o© C6 Removal of and Replacement of 4" Concrete Sidewalk & Bike Paths, with all demo, hauling, disposal, etc. SF 1500 2.1.°0 'S00,012 C7 New 4" Concrete sidewalk & Bike Paths, with all demo, hauling, disposal, forms, rebar, concrete, compaction, curing, finish etc. SF 100 23. o o 2300.00 C8 Concrete Saw Cutting 4" Depth LF 2500 s , 4 O 14,000. o0 C9 Concrete Saw Cutting additional 1" Depth SI 100 1 .3rD 13 p, 00 C10 Removal of and Replacement of Concrete Valley Gutter, with all demo, hauling, disposal, etc. 51-100 I... 0.00 4000.00 C11 Allowance for Unanticipated Concrete Improvements LS 1 $ 2,500.00 $ 2,500.00 SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS C1 THRU C11) 581,430,00 00 30 01 BID FORM Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No, E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 3 of 5 Page 3 of 5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION i UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART D - MINOR UTILITY IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Dl Sanitary Sewer Manhole Ring & Cover Adjustment, Including New Manhole Ring & Cover Assembly with New Height Adjustment Rings, Stainless Steel Inflow Inhibitor and with Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 35 24, po , Do .s?,,k, 000. DD j D2 Stormwater Manhole Ring & Cover Adjustment, Including New Manhole Ring and Cover Assembly with New Concrete Collar, with demo, disposal, forms, rebar, concrete, curing, compaction, finish, etc. EA 31 (3 o p, a D ({/O� 3 (Na -3., IJ D D3 Water Valve Cover Adjustment with Concrete Collar, with demo, disposal, forms, rebar, concrete, compaction, finish, etc. EA 28 p 'L S 0 • oo 2 4i L Do. 00 D4 Gas Valve Cover Adjustment, with demo, disposal, forms, rebar, concrete curing, compaction, finish, etc. EA 29�7 9 S 0• o SSA. o0 1 D5 Replacement of Concrete Collars with High Early Strength Concrete (in addition to unit price} with activity D1, D2, D3 & D4 above EA 10 O 0 0 D6 Allowance for Unanticipated Wastewater, Water and Stormwater Improvements LS 1 $ 2,500.00 $ 2,500.00 SUBTOTAL PART D - MINOR UTILITY IMPROVEMENTS (ITEMS D1 THRU 06) t 02-0.00 Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 4 of 5 Page4of5 Rev 10-28-2016 00 30 01 BID FORM ITEM DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT PART E - ADA IMPROVEMENTS (Ramps/Approaches, etc) (per SECTION 01 29 01 MEASUREMENT AND BASS FOR PAYMENT) El Remove and replacement of concrete curb & gutter returns adjacent to ADA Ramps LF 1850 / 1n7. 00 123 QS0.Op E2 Removal and replacement of 4" Concrete sidewalk approaches to ramps (ramps only) SF 16270 19. 00 -3 CFI 00.00 E3 New ADA TDLR Compliant Concrete Curb Ramp and Landings SF 3510 3 k • 1R 0 t (l is i S, 00 E4 Remove and replace ADA Curb Ramps and Landings SF 10000 43— . o 4-2-11 0 Po. p0 E5 New 4" Wide Concrete Header Curb (0 to 6" high) for offset elevation changes LF 1500 4 9, 00 4 P P o 0. 00 L6 Allowance for unanticipated ADA improvements LS 1 $ 5,000.00 $ 5,000.00 SUBTOTAL PART E - ADA IMPROVEMENTS (RAMPS/APPROACHES, ETC. (ITEMS El THRU E6) I i 032.10$.0C BID SUMMARY SUBTOTAL PART A - GENERAL IMPROVEMENTS (ITEMS Al THRU A26) 365 4L -k3 R 4B . - 5 SUBTOTAL PART B - STREET IMPROVEMENTS (ITEMS B1 THRU B17) 395 Z ScS: Ck t o . PP SUBTOTAL PART C - CONCRETE IMPROVEMENTS (ITEMS Cl THRU C11) Jc.fr 5 g li 47o. 00 SUBTOTAL PART D - MINOR UTILITY IMPROVEMENTS (ITEMS DI THRU D6) 1 010. 00 SUBTOTAL PART E - ADA IMPROVEMENTS (RAMPS/APPROACHES, ETC.) (ITEMS E1 THRU E6) 1) 0 32 (aq$ . 0 0 TOTAL PROJECT BASE BID PART 2 (EAST) (PARTS A THRU E) I L, (p g 9 4 OEs, , 15 Contract Times Bidder agrees to reach Substantial Completion in 365 days Bidder agrees to reach Final Completion in 395 days Bid Form -Base Bid Part 2 -East Citywide Street Preventative Maintenance Program (SPMP) IDIQ Street Overlays City Project No. E16261 ADDENDUM NO. 1 ATTACHMENT NO. 2 Page 5 of 5 Page 5of5 Rev 10-28-2016 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 said Principal and the said Surety, bind ourselves, our heirs, executors, administrators, successors and assigns, jointly and severally, firmly by these presents. WHEREAS, the Principal has submitted a bid for STREET PREVENTATIVE MAINTENANCE PROGRAM (SPMP) FISCAL YEAR 2017 INDEFINITE DELIVERY INDEFINITE QUANTITY (IDIQ) STREET OVERLAYS PROJECT NO. E16261 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 seal:d this 7TH (Witness) day of DECEMBER 2016 04.2,1r,-71/ )412.4-624-7 (Witness) BERRY CONTRACTING, LP DBA BAY LTD. (Principal) (Seal) 's..,`�-; M . (Title) CONTINENTAL CASUALTY COMPANY MARY Ert (Surety) (Seal) t76;:7,07 -a >776/ 7.2 (Title) N MOORE, ATTY IN FACT Printed in cooperation with the American Institute of Architects (AIA) by the CNA Insurance Companies. The language in this document conforms exactly to the language used in AIA Document A310 - Bid Bond - February 1970 Edition. G -108041-A POWER OF ATTORNEY APPOINTING INDIVIDUAL ATTORNEY-IN-FACT Know All Men By These Presents, That Continental Casualty Company, an Illinois insurance company, National Fire Insurance Company of Hartford, an Illinois insurance company, and American Casualty Company of Reading, Pennsylvania, a Pennsylvania insurance company (herein called "the CNA Companies"), are duly organized and existing insurance companies having their principal offices in the City of Chicago, and State of Illinois, and that they do by virtue of the signatures and seals herein affixed hereby make, constitute and appoint Mary Ellen Moore, Steve Addkison, Cathleen Hayles, Aaron J Endris, Tricia Balolong, Individually of Corpus Christi, TX, their true and lawful Attorney(s)-in-Fact with full power and authority hereby conferred to sign, seal and execute for and on their behalf bonds, undertakings and other obligatory instruments of similar nature - In Unlimited Amounts - and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney, pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By -Law and Resolutions, printed on the reverse hereof, duly adopted, as indicated, by the Boards of Directors of the insurance companies. In Witness Whereof, the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 21st day of March, 2016. eglif JULY 31. Continental Casualty Company National Fire Insurance Company of Hartford American Cas i 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 carne 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. J. MOHR ,liMoruaRsuc�, 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 7TH day of DECEMBER , 2016 . Form F6853-4/2012 Continental Casualty Company National Fire Insurance Company of Hartford American Casualty Company of Reading, Pennsylvania D. Bult Assistant Secretary Authorizing By -Laws and Resolutions ADOPTED BY THE BOARD OF DIRECTORS OF CONTINENTAL CASUALTY COMPANY: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company at a meeting held on May 12, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents, agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents, agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President, who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of Continental Casualty Company. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 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 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 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 duty 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 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." 00 52 23 AGREEMENT This Agreement, for the Project awarded on January 31, 2017, 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: Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Indefinite Delivery Indefinite Quantity (IDIQ) Street Overlays Project No. E16261 ARTICLE 2 — DESIGNER AND OWNER'S AUTHORIZED REPRESENTATIVE 2.01 The Project has been designed by: LNV, Inc. 801 Navigation Blvd., Suite 300 Corpus Christi, TX 78408 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., Bldg. #5 Corpus Christi, TX 78413 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 365 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 395 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Agreement 00 52 23 - 1 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 Rev06-22-2016 IDIQ-Street Overlays Project No. E16261 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 $500.00 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 $500.00 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 $ 9,421,462.50 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 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. Agreement Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 005223-3 Rev 06-22-2016 D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. Agreement Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 005223-4 Rev 06-22-2016 L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 01 00 TABLE OF CONTENTS. 2. Drawings listed in the Sheet Index. 3. Addenda. 4. Exhibits to this Agreement: a. Contractor's Bid Form. 5. Documentation required by the Contract Documents and submitted by Contractor prior to Notice of Award. B. There are no Contract Documents other than those listed above in this Article. C. The Contract Documents may only be amended, modified, or supplemented as provided in Article 11 of the General Conditions. ARTICLE 10 — CONTRACT DOCUMENT SIGNATURES 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 Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 005223-5 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI Digitally Ngned by Rebecca Huerta DN'. cn=Rebecca Rumba, o, ou, E r.j1 6. ;'ym ma rebeccab@cctexaa.com c4US Date. 2017. 02.2413'.05'.2] 0600 Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Aimee Alcorn -Reed 2017.02.16 16:13:08 -06'00' Assistant City Attorney Digitally signed by Jeff Edmonds DN: cn=Jeff Edmonds o ou=Engineering.. email=jeffreye@cctexas.com c=US Date: 2017.02.20 10:44:13 -06'00' J.H. Edmonds, P.E. Director of Engineering Services M2017-018 BY COUNCIL 1 /31 /1 7 RH/ML AUTHORIZED Digitally signed by RH/ML Date: 2017.02.20 12:02:30 -06'00' ATTEST (IF CORPORATION) CONTRACTOR Berry Contracting, LP dba Bay, Ltd. (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Jon Lentz Estimating Manager 1414 Valero Way Address Corpus Christi, TX 78409 City 361/693-2100 Phone lentzj@bayltd.com State Zip Fax EMail END OF SECTION Agreement Street Preventative Maintenance Program (SPMP) Fiscal Year 2017 IDIQ-Street Overlays Project No. E16261 005223-6 Rev 06-22-2016 ACo® CERTIFICATE OF LIABILITY INSURANCE F DATE(MMfDDIYYYY) 1 2/72017 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 endorsemen s. PRODUCER com AcT Diann Eisenhauer Higginbotham Insurance Agency, Inc. PHONE 361-883-1711 Fax N,I.361-844-0101 dba Swantner&Gordon Insurance Agency, LLC EaY1AlL deisenhauer@higginbotham.net hi Inbotham.net PO Box 870 @ gg Corpus Christi TX 78403 INSURERS AFFORDING COVERAGE NAIC o INSURERA:ACE American Insurance Company 22667 INSURED BERRY13 INSURERB:ACE Property&Casualty Insurance C 20699 Berry Contracting, LP INSURER C:Indian Harbor Insurance Company 26940 dba Bay,Ltd. P.O. Box 4858 INSURER D Corpus Christi TX 78469-4858 INSURER E: INSURER F; COVERAGES CERTIFICATE NUMBER: 1440841855 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES.LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ILTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF POLICY LIMITS A X COMMERCIAL GENERAL LIABILITY / HDOG27853602 512012016 5/20/2017 EACH OCCURRENCE $2,000,000 DAMAGE ToRENT915- CLAIMS-MADE Fx I OCCUR ( / PREMISES Ea occurrence $100,000 X CG0001 04/13 ! MED EXP(Any one person) $10,000 PERSONAL&ADV INJURY $2,000,000 l GEWL AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $10,000,000 POLICY JECT a LOC PRODUCTS-COMPIOP AGG $5,000,000 OTHER: j S A AUTOMOBILE LIABILITY / ISAH09042374 5!2012016 5!20!2017 COMBINEDSNGLEU ii Ea accident $2,000,000 X ANY AUTO / BODILY INJURY(Per person) $ �OOWNED SS SCHEDULED BODILY INJURY(Per accident) S NON.&NED RTY DAMAGE HIRED AUTOS AUTOS Per accident $ X MCS-90 S B X UMBRELLA LIAB X OCCUR G28119641001 5/20/2016 5/20/2017 EACH OCCURRENCE $25,000,000 EXCESS LIAR CLAIMS-MADE AGGREGATE 525,000,000 DEC) X I RETENTION$250,000 S A WORKERS COMPENSATION WLRC48605199 5/20/2016 5/20/2017 X I PEAT ETH AND EMPLOYERS'LIABILITY ANY PROPRIETORIPARTNER[EXECUnVE N] N/AE.L.EACH ACCIDENT $2,000,000 OFFICERIMEMBER EXCLUDED? (Mandatory In NH) E.L.DISEASE-EA EMPLOYEE $2,000,000 If yes,describe under DESCRIPTION OF OPERATIONS below E.L.DISEASE-POLICY LIMIT $2,000,000 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 SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE City Of Corpus Christi THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN Dept.of Engineering Services ACCORDANCE WITH THE POLICY PROVISIONS. PO Box 9277 Corpus Christi TX 78469-9277 AUTHORIZED REPRESENTATIVE ©1988-2014 ACORD CORPORATION. All rights reserved. ACORD 25(2014101) The ACORD name and logo are registered marks of ACORD AGENCY CUSTOMER..ID: BERRY13 _ LOC#: ACaREP ADDITIONAL REMARKS SCHEDULE Page 1 of 1 AGENCY NAMEDINSURED Higginbotham Insurance Agency, Inc. Berry Contracting, LP dba Bay, Ltd. PDUCYNUMBER P.O. Box 4858 Corpus Christi TX 78469-4858 CARRIER NAIO 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 10101,Additional Insured-Owners, Lessees or Contractors-Completed Operations CG2037 10101,and Additional Insured-Lessor of Leased Equipment-Automatic Status When Required in Lease Agreement with You CG2034 04/13. CG2038 04113 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 05109.The General Liability policy includes a primary and non-contributory endorsement-Non-Contributory Endorsement For Additional Insureds Form LD-20287(06106)only when there is a written contract requiring such, and Construction Project(s)General Aggregate Limit LD-21732(01107)-$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(01111). 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(06114). 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(06114). 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(01111). 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(06114). 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(08106)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(04111) 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 11105&Texas Waiver of Our Right to Recover From Others Endorsement WC420304B(06114). The Workers Compensation policy includes Longshore and Harbor Workers' Compensation Act Coverage Endorsement WC000106A 0492, Outer Continental Shelf Lands Act Coverage Endorsement WC000109C(01115), Maritime Coverage Endorsement-Limits of Liability$2,000,000 Each AccidentlAggregate,and includes Transportation,Wages, Maintenance&Cure WC000201 B(01115), Voluntary Compensation Employers Liability Coverage Endorsement WC000311A(08191)&Voluntary Compensation Maritime Coverage Endorsement WC000203(4184), 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 02189)&Alternate Employer Endorsement WC000301 (04184). 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(01111). Project: E16261 Street Preventative Maintenance Program (SPMP)Fiscal Year 2017 IDIQ Street Overlays ACORD 101 (2008101) @ 2008 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD POLICY NUMBER: HDOG27853602 COMMERCIAL GENERAL LIABILITY Berry GP Inc/Bay, Ltd. CG 20 10 10 01 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 (1) All work, including materials, parts or include as an insured the person or organization equipment furnished in connection with .shown in the Schedule, but only with respect to such work, on the project (other than liability arising out of your ongoing operations service, maintenance or repairs) to be performed for that insured. performed by or on behalf of the addi- B. With respect to the insurance afforded to these tional insured(s) at the site of the cov- additional insureds, the following exclusion is ered operations has been completed; added: or 2. Exclusions (2) That portion of"your work"out of which I to "bodily in- the injury or damage arises has been This insurance does nota apply Y put to Its Intended use by any person or jury'or"property damage"occurring after: organization other than another con- tractor or subcontractor engaged in performing operations for a principal as a part of the same project. CG 20 10 10 01 0 180 Properties, Inc., 2000 Page 1 of 1 13 POLICY NUMBER: MOG27853602 COMMERCIAL GENERAL LIABILITY Berry GP, Inc/Bay, Ltd. 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 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 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 0 ISO Properties, Inc., 2000 Page 1 of 1 0 POLICY NUMBER: Ha0G27853602 COMMERCIAL GENERAL LIABILITY Berry GP Inc/Hay, Ltd. 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 13 NON-CONTRIBUTORY ENDORSEMENT FOR ADDITIONAL INSUREDS Named Insured Endorsement Number Berry GP Inc. and owned subsidiaries per Broad Form Named Insured Bay, Ltd Endorsement #LD-2x58 Policy symbol Po Number Policy Perlcd Effective Date of Endoreement HDO G27853602 05/20/2016 to 05/20/2017 05/20/2016 Issued By(Name of nsumnce Company) 1. ACE Amerlean Insurance Company Insart 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. COMMERCIAL GENERAL LIABILITY COVERAGE Sched e Omanization Additional Insured Endorsement Any additional Insured with whom you have agreed to provide such non-contributory Insurance, pursuant to and as required under a wrltten contract executed prior to the date of loss (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 Ilsted In the Schedule above that are also an Additional Insured under an endorsement attached to this policy,the following Is added to Section IVAa: If other insurance Is available to an Insured we cover under any of the endorsements listed or described above(the"Additlonal Insured") for a loss we cover under this policy, this Insurance will apply to such loss on a primary basis and we will not seek contribution from the other Insurance available to the Additional Insured. a Authorized Agent LD-20287(06106) Page 1 of I CONSTRUCTION PROJECT(S) GENERAL AGGREGATE LIMIT Named Insured and owned subsidiaries per Broad Form Named Endorsement Number Berry GP,Inc. Insured Endorsement #LD2x58 Bay, Ltd. Policy Symbol PolleCyy umber Policy Period Effective Date of Endorsement HDO G27853602 05/20/2016 to 05/20/2017 05/20/2016 Issued By(Name of insurance Company) ACE American Insurance Company Insert the policy number.Tho remainder of the Information Is to be competed only when this endorsement Is Issued su sequent to the proporstlon of the policy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY, This Endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A. Subject to and eroding the General Aggregate Limit shown In the Declarations, for all sums which the insured becomes legally obligated to pay as damages caused by"occurrences"under COVERAGE A (SECTION 1), and for all medical expenses caused by accidents under COVERAGE C (SECTION 1),which can be attributed only to ongoing operations at your construction projects away from premises owned by or rented to you (such ongoing operations at such construction projects are hereinafter defined as"Your Projects"): 1. A separate Construction Project General Aggregate Limit applies to all of Your Projects, and that limit is equal to$5,000,000 2.The Construction Project General Aggregate Limit is the most we will pay for the sum of all damages under COVERAGE A, except damages because of "bodily Injury" or "property damage" Included in the "products- completed operations hazard", and for medical expenses under COVERAGE C, which damages and medical expenses can be attributed only to"Your Projects", regardless of the number of: a.insureds; b.Claims made or"suits"brought;or c.Persons or organizations making claims or bringing"suits°. 3.Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses that can be attrlbuWd to "Your Projects" shall reduce the Construction Project General Aggregate Limit and shall Also reduce and erode the General Aggregate Limit shown in the Declarations. 4.The limits'sfibwn in'the.DeE14ations for Each Occurrence, Fire Damage and Medical Expense continue to ap- ply,However, such limits will be subject to the Construction Project General Aggregate Limit, as well as the General Aggregate Limit shown in the Declarations. B. For all sums which the Insured becomes legally obligated to pay as damages caused by "occurrences" under COVERAGE A(SECTION I ), and for all medical expenses caused by accidents under COVERAGE C(SEC- TION I),which cannot be attributed only to"Your Projects": 1. Any payments made under COVERAGE A for damages or under COVERAGE C for medical expenses shall reduce the amount available under the General Aggregate Limit or the Products-Completed Operations Aggregate Limit,whichever Is applicable; and 2.Such payments shall not reduce the Construction Project General Aggregate Limit. LO-21732(01/07) Copyright,Insurance,, 10 is of e,Inc., 1996 Page 1 of 2 C.When coverage.for liability arising out of the "products-completed operations hazard" Is provided, any payments for damages because of "bodily injury° or "property damage" Included in the "products-completed operations hazard" will reduce the Products-Completed Operations Aggregate Limit, and not reduce the General Aggregate limit nor the Construction Project General Aggregate Limit. D.If any one or more of"Your Projects"has been abandoned,delayed, or abandoned and then restarted, or If the authorized contracting parties deviate from plans, blueprints, designs, specifications or timetables,the project will still be deemed to be the same construction project. E. The provisions of Limits Of Insurance (SECTION III } not otherwise modified by this endorsement shall continue to apply as stipulated. Authorized Agent LD-21732(01/07) Copyrlghl,insurance 8 11 •s office,Inc., 1996 Page 2 of 2 NOTICE TO OTHERS ENDORSEMENT — SCHEDULE NOTICE BY 1NSURED'S REPRESENTATIVE Named Insured Berry GP, Inc. and o^..-._a subsidiaries per Broad Form Endoreerrrent Number Say, Ltd. Named .nsured Endorsement #LD-2X58 Policy Symbol Policy Number 'Policy Period Effective Date of Endorsement HBO 627853602 05/20/2016 to 05/20/2017 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. THIS ENDORSEMENT CHANGES THE POLICY, PLEASE READ IT CAREFULLY. A. If vie cancel this Policy prior to its expiration data 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 eliow4ng 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 whore we are required to notify by statute and In accordance with the cancellation provislons 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 obligatlon of any kind to any such person(s) or organlzatlon(s), The failure to provide advance notification of cancellation to the person(s) or organization(s) shown in the Schedule will impose no obligation or ilabillly 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 cancefiatinn 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 Po€icy. All ether terms and conditions of this Policy remain unchanged, Authorized Representative ALL•32680(011'11) Page 1 of 9 ZZ ADDITIONAL INSURED- DESIGNATED PERSONS OR ORGANIZATIONS Named Insured and owned subsidiaries per Schedule of Named Endorsement Number Berry GP Inc. Insured Endorsement #DA-13119a (06/14) Pol cy Symbol Policy Number Policy Period Effective Date of Endorsement ISA H09042374 05/20/16 to 05/20/17 05/20/16 Issued By(Name of insurance Company) lAveft tMFOM&FNMb*.BrMlffMn&T&WnformaUon 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 AUTO DEALERS COVERAGE FORM MOTOR CARRIER COVERAGE FORM EXCESS BUSINESS AUTO COVERAGE FORM EXCESS TRUCKERS COVERAGE FORM Additionallnsured(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(06114) Page 1 of 1 /WAIVER OF TRANSFER OF RIGHTS OF RECOVERY AGAINST OTHERS Named Insured and owned subsidiaries per Schedule of Named Endorsement Number Berry GP Inc. Insured Endorsement #DA-13118a (06/14) Poli ymbol Palley Number Policy Period Effective Date of Endorsement ISA H09042374 05/20/16to 05/20/17 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 onlywhen 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. 9" m 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 Endorsement Number Bay, Ltd. insured Endorsement qna-13118a(06/14) 8 Policy symbal Policy Number Pollcv Period Effective Rate of Endcrsement ISA H09042374 05/20/2016 to 05/20/2017 05/20/2016 Issued By(Name of Insurance Company) ACE American Insurance Company Insert the pellcy number,The remainder of the informalicn Is to be completed only when this endorsement is Issued subsequent to the preparation of the polloy. THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. A. If we cancel this Policy prior to its explmdon 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 fn addition to our notice to you or the first Named Insured, and any other party whom we are required to notify by statute and in accordance with the cancellation provisions of the Policy. B. The notice referenced In this endorsement as provided by your representative Is intended only to be a courtesy notification to the person(s) or organization(s) named in the Schedule in the event of a pending cancellation of coverage. We have no legal obligation of any kind to any such person(s) or organization(s), The failure to provide advance notification of cancellation to the person(s) or organizatlon(s) shown In the Schedule will Impose no obligation or Ilabilky 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 aro 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, cr 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. Authorizsc tati�� ALL-32666 (01 M I) Page 1 of'I Workers'Compenaatlon and Employers'Llablllty Policy Named Insured and subsidiaries as per Schedule of Endorsement Number BERRY GP,INC.Named Insureds-Endorsement #WC999999A (10/06 P.O.BOX 4858 Policy Number CORPUS CHR1S71 TX 784694858 Symbol: WLR Number: 048605199 Policy Period Effective date of Endorsement 05/20/2016T0 05/20/2017 05/20/2016 Issued By(Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY Insert thapolley number.The remainder of the informatlon Is to be completed ohly when this endorsement Is Issued subsequent to the preparation of the policy. WAIVER OF OUR RIGHT TO RECOVER FROM OTHERS ENDORSEMENT We have the right to recover our payments from anyone liable for an injury covered by this policy. We will not enforce our right against the person or organization named in the Schedule. This agreement applies only to the extent that you perform work under a written contract that requires you to obtain this agreement from us. This agreement shall not operate directly or indirectly to benefit any one not named in the Schedule. Schedule ANY PERSON OR ORGANIZATION AGAINST WHOM YOU HAVE AGREED TO WAIVE YOUR RIGHT OF RECOVERY IN A WRITTEN CONTRACT, PROVIDED SUCH CONTRACT WAS EXECUTED PRIOR TO THE DATE OF LOSS. For the states of CA, UT, TX, refer to state specific endorsements. This endorsement is not applicable in KY, NH, and NJ. Authorized Agent 931 WC 000313 (11105)Ptd.U.S.A. Copyright 1982.83, National Counctl on Compensation Workers'Compensation and Employers'Liability Policy Named Insured Endorsement Number Berry CP Inc, and subsidiaries per Schedule of Named Insured-Endorsement #WC999999A (10/06( Policy Number Symbol..WLR Number: 048605199 Policy Period 05/20/2016 to 05/20/2017 Effective Date of Endorsement TO 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 21 percent of the premium developed on payroll in connection with work performed for the above person(s)or organization(s) arising out of the operations described. 4. Advance Premium: Authorized Representative WC 42 03 04B(06/14) a 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 Endorsement Number BERRY GP,INC. Insured-Endorsement flWC999999A (10/06) P.O. 80X 4858 Policy Number CORPUS CHRISTI TX 784694858 C486U5199 Symbol; WLR Number: PollcyPerlod Effective Date of Endorsement 05/20/2016 TO 05/20/2017 05/20/2015 Issued By(Name of Insurance Company) ACE AMERICAN INSURANCE COMPANY insert the policy number.The remainder or the information is to be completed only v han this ondorserrent Is Issued eubse ;,lent to the preparatIcn of the policy. NOTICE TO OTHERS ENDORSEMENT—SCHEDULE NOTICE BY INSUREDS REPRESENTATIVE A. If we cancel this Policy prior to its expiration date by notice to you or the first Tamed insured for any reason other than nonpayment of premium, the 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 creat® 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. S. The notice referenced In this endorsement as provided by your representative is Intended only to be a courtesy notiffcatlon 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 orgenization(s). The failure to provide advance notification of cancellation to the person(s) or ofganization(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 canceilatlon of the Policy, C. We are not responsible for verifying any Information In any Schedule, nor are we responsible for any incorrect Information that you or your representative may use. D. We will only be responsible for sending such notice to your representative, and your representative will in tum send the notice to the persons or organizations listed in the Schedule at least 80 days prior to the cancellation date applicable to the Policy. You will cooperate with us in providing the Schedule, or in causing your representative to provide the Schedule. E. This endorsement does not apply in the event that you cancel the Policy. All other terms and conditions of this Policy remain unchanged. Authorized Representative WC 99 03 69(4'1111) Page 1 of 1 945 006116 PAYMENT BOND BOND NO. 929592858 Contractor as Principal Surety Name: Berry Contracting.LP dba Bay. Ltd. Name: CONTINENTAL CASUALTY COMPANY Mailing address(principal place of business): Mailing address(principal place of business): 1414 Valero Way 5151 SAN FELIPE,SUITE 1800 Corpus Christi,TX 78409 HOUSTON, TEXAS 77056 Physical address(principal place of business): Owner SAME 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: ILLINOIS Corpus Christi,Texas 78469 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): 713-513-6301 E16261 Street Preventative Maintenance Program (SPMP)Fiscal Year 2017 IDIQ Street Overlays Telephone(for notice of claim): SEE ATTACHED Local Agent for Surety Name:SWANTNER & GORDON INS AGENCY LLC Award Date of the Contract: January 31,2017 Address: Contract Price: $9.421.462.50 500 N. SHORELINE BLVD. , SUITE 1200 CORPUS CHRISTI, TEXAS 78401 Bond Telephone: 361-883-1711 Email Address:memogre@higginbotham. Date of Bond: FEBRUARY 7, 2017 The address of the surety company to which any (Date of Bond cannot be earlier than Award Date notice of claim should be sent may be obtained of Contract) from the Texas Dept.of Insurance by calling the following toll-free number.1-800-252-3439 Payment Bond Form 00 6116-1 E16261 Street Preventative Maintenance Program FY 2017 IDIQ Street Overlays 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 shad 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 theprovisions 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. Contra,r as Principal Surety Signature. Signature Name: z Name: Title: E5 �,,, .�� nM� r Title: ATTORNEY IN E CT _ Email Address: C Email Address: memoore@higginbothara.net (Attach Power of Attorney and place surety seal below) Elva of SECTION Payment Bond Form 006116-2 E16261 Strut preventative Nrlaintenance r r og,al l lFY 2017 1©1Q Street Overlays 7-00 LC1Y 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 Attomey(s)-in-Fact with full power and authority hereby conferred to sign,seal and execute for and on their behalf bonds,undertakings and other obligatory instruments of similar nature -In Unlimited Amounts- and to bind them thereby as fully and to the same extent as if such instruments were signed by a duly authorized officer of their insurance companies and all the acts of said Attorney,pursuant to the authority hereby given is hereby ratified and confirmed. This Power of Attorney is made and executed pursuant to and by authority of the By-Law and Resolutions,printed on the reverse hereof,duly adopted,as indicated,by the Boards of Directors of the insurance companies. In Witness Whereof,the CNA Companies have caused these presents to be signed by their Vice President and their corporate seals to be hereto affixed on this 26th day of October,2016. CAst ��qContinental Casualty Company �'�� Y a National Fire Insurance Company of Hartford cW�*e S`� 'ILM atr American Cas ty Company of Reading,Pennsylvania SEAL 'r 18IS= 1897 • - • Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: 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. J.MOHR �sarm°n°°u� 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 have hereunto subscribed my name and affixed the seal of the said insurance companies this 7TH day of FEBRUARY 2017 �oastt,4Uh tt+suo, ,. ',L; J ContJ'pental Casualty Company Natlba Fire Insurance Company of Hartford YF a Via`�� Eo American Casualty Company of Reading,Pennsylvania x JULY 71. - �u SEAL 1897 HA ;ice; .. '• Ds Butt' Assistant Secretary Form F6853-4/2012 r /V ,`I 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'"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 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 Officerej to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF AMERICAN CASUALTY COMPANY OF READING,PENNSYLVANIA: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective." This Power of Attorney is signed by Paul T. Bruflat, Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of American Casualty Company of Reading,Pennsylvania. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 25th day of April,2012: "Whereas,the bylaws of the Company or specific resolution of the Board of Directors has authorized various officers(the"Authorized Officers')to execute various policies,bonds,undertakings and other obligatory instruments of like nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures);Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." State of Texas Claim Notice Endorsement In accordance with Section 2253.021(f) of the Texas Government 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 80604 - Telephone: (312) 822.5000 You may aiso'wrfte to CNA Surety at P.O. Bost 1088, Houshx% Texas 77251-1088. You may • contact the Texas Department of insurance to obtain Informabon on companies, coverages, rights or complalrrts at 1-800-2.32-39 You may also wft the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 5112-475-1771. 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. 006113 PERFORMANCE BOND BOND N0. 929592858 Contractor as Principal Surety Name: Berry Contracting,LP dba Bay, Ltd. Name: CONTINENTAL CASUALTY COMPANY Mailing address(principal place of business): Mailing address(principal place of business): 1414 Valero Way 5151 SAN FELIPE, SUITE 1800 Corpus Christi,TX 78409 HOUSTON, TEXAS 77056 Physical address(principal place of business): Owner SAME 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: ILLINOIS Corpus Christi,Texas 78469 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): 713-513-6301 E16261 Street Preventative Maintenance Program (SPMP)Fiscal Year 2017 IDIQ Street Overlays Telephone(for notice of claim): SEE ATTACHED Local Agent for Surety Name: SWANTNER & GORDON INS AGENCY LL Award Date of the Contract:January 31,2017 Address: 500 N. SHORELINE BLVD. , SUITE 1200 Contract Price: $9,421,462.50 CORPUS CHRISTI, TEXAS 78401 Telephone: 361-883-1711 Bond Email Address:memoore@higginbotham,net Date of Bond: FEBRUARY 7, 2017 The address of the surety company to which any notice of claim should be sent may be obtained C of the Contract] (Date Bond cannot be earlier than Award Date from the Texas Dept.of insurance by calling the following toll-free number:1-800 252-3439 Performance Bond 00 6113-1 E16261 Street Preventative Maintenance Program FY 2017 IDIQ 7-8-2014 Surety and Contractor,. intending to be legally bound and obligates!to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves,and their heirs, administrators, executors, successors and assigns,jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void;otherwise the obligation is to remain in full force and effect.Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principal Surety Signature: Signature- - �VFTJ.RM Name: � Name: Title: s�, n^. : n. lY� a r. Title: ATTORNEY IN FACT Email Address: �,.} (a.�a� �,1r C ter,., Email Address: memoore@hiaainbotham,net (Attach Power of Attorney and place surety seal below) END OF SECTION Performance Bond 006113-2 16261 Street Pr eventative Maintenance Program FY 2017 IDiQ 7 201y 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 26th day of October,2016. atsuR,a,�, 0-- a Continental Casualty Company QST' t National Fire Insurance Company of Hartford co re American Cas lty Company of Reading,Pennsylvania ovSEAL �1891 • r Paul T.Bruflat Vice President State of South Dakota,County of Minnehaha,ss: 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. J.MOHR '-�m" � 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 7TH _ day of FEBRUARY 2017 �oastrq�r tMSURq,� ` � &omental Casualty Company NattortSl Fire Insurance Company of Hartford _ core Americom Casualty Company of Reading,Pennsylvania $ 1111Y 71. OV SEAL `c ! LOW '� . :D13ulrAssistant Secretary Form F6853-4/2012 ��j 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 Ike nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures');Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF NATIONAL FIRE INSURANCE COMPANY OF HARTFORD: This Power of Attorney is made and executed pursuant to and by authority of the following resolution duly adopted by the Board of Directors of the Company by unanimous written consent dated May 10, 1995: "RESOLVED: That any Senior or Group Vice President may authorize an officer to sign specific documents,agreements and instruments on behalf of the Company provided that the name of such authorized officer and a description of the documents,agreements or instruments that such officer may sign will be provided in writing by the Senior or Group Vice President to the Secretary of the Company prior to such execution becoming effective" This Power of Attorney is signed by Paul T.Bruflat,Vice President,who has been authorized pursuant to the above resolution to execute power of attorneys on behalf of National fire Insurance Company of Hartford. This Power of Attorney is signed and sealed by facsimile under and by the authority of the following Resolution adopted by the Board of Directors of the Company by unanimous written consent dated the 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 Ike nature;and Whereas,from time to time,the signature of the Authorized Officers,in addition to being provided in original,hard copy format,may be provided via facsimile or otherwise in an electronic format(collectively,"Electronic Signatures';Now therefore be it resolved: that the Electronic Signature of any Authorized Officer shall be valid and binding on the Company." ADOPTED BY THE BOARD OF DIRECTORS OF 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 Government Code and Section 53.202(6) of the Texas Property Code any notice of cialm 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, Hv sbm , Texas 77251-1068. You may contact the -r Departmwnt of Insurance to obtain Infoazrt tri on companies, coverages, rights or complalrft at 1-800-252-3439 You may also Yalta the Texas Department of Insurance: P.O. Box 149104, Austin, Texas 78714-9104, or fax 512-473»1771. PREMIUM OF CLAII'dI 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 lnsumance. ATTACH THIS NOTICE TO YOUR POLICY: This notice is for information only and does not become a part or condition of the attached documents. '