Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
C2017-216 - 5/30/2017 - Approved
2017-216 • 5/30/17 M2017-069 Mako Contracting LLC 00 52 23 AGREEMENT This Agreement,for the Project awarded on May 30,2017, is between the City of Corpus Christi (Owner) and Mako Contracting. LLC (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: NASCC Truck Inspection Staging Area E16280 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: Ernesto De La Gain,P.E.—Construction Management Engineer City of Corpus Christi—Engineering Services 4917 Holly Road,45 Corpus Christi,TX 78411 ARTICLE 3—CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 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 NASCC Truck Inspection Staging Area,#E16280 Rev06-22-2015 INDEXED CERTIFICATE OF INTERESTED PARTIES FORM 1295 lotl 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. r- - CERTIFICATION OF FILING I Name of business entity filing form,and the city,state and country of the business entity's place Certificate Number: of business. Mako Contracting, LLC 2017-190419 Corpus Christi,TX United States 11N;;� Date Filed: ------------------ a I! E 1 01:1 rrtrtaental erataty or state agency ti:;:aoi is-a-party to the contract for which the form is 04/1012017 being filed. NASCCICity of Corpus Christi Date Acknowledged: Aimee Alcorn-Reed 2017.06.2610:59:02-05.00, 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. E16280 Construction of Truck Inspection Staging area, sitework, site concrete, Storm sewer system, electrical. 4 Nature of interest Name of Interested Party City,State,Country(place of business) (check applicable) Controlling Intermediary Goodman, Gabriel Corpu,TX United States X State,Country C pu,T Unit( Check only if there is_N0 Interested Party, El 6 AFFIDAVrr I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct A LVE] EXPIRES 019 10 : S ,N L L INDA GAIL IV M My COMMISSION EXPIRES Y MAY 17, 2019 ,do (p 1133 S' net of authorized agent of contracting business entity AFFIX NOTARY STAMP/SEAL ABOVE Sworn to and subscribed before me,by the said t Mpthis the l day of to certify eroly 20 to certify which,witness my hand an seal office. V. oath Printed name of officer administering oath Title of officer administering oath Forms provided by Texas Ethics COMMiSsion Version V1.0.883 .......... __ ....... ...........I...... CONTRACT DOCUMENTS FOR CONSTRUCTION OF N.A.S.C.C. TRUCK INSPECTION STAGING AREA PROJECT NUMBER E16280 City of Corpus Christi December 29, 2016 Record Drawing Number PBG 822 At.*:.. OF r4. t I1 i* I\ *f �/ ♦ • • iILL DENNIS L MER i K. 51503 0 ipENsil • ri ' 'f LNV TBPE FIRM NO F-366 TBPLS FIRM NO 10126500 engineers I architects surveyors 801 NAVIGATION SUITE 300 PH (36118113-1984 CORPUS CHRISTI, TX 78408 FAX (3611883-1988 00 0100 TABLE OF CONTENTS Division / Section Title Division 00 Procurement and Contracting Requirements 00 21 13 Invitation to Bid and Instructions to Bidders (Rev01-13-2016) 00 30 00 Bid Acknowledgment Form (Rev 01-13-2016) 00 30 01 Bid Form (Rev 01-13-2016) 00 30 02 Compliance to State Law on Nonresident Bidders 00 30 05 Disclosure of Interest (Rev01-13-2016) 00 30 06 Non -Collusion Certification 00 4516 Statement of Experience (Rev06-22-2016) 00 52 23 Agreement (Rev 06-22-2016) 00 6113 Performance Bond (Rev01-13-2016) 00 6116 Payment Bond (Rev01-13-2016) 00 72 00 General Conditions (Rev 3-23-2015) 00 72 01 Insurance Requirements (Rev06-22-2016) 00 72 02 Wage Rate Requirements (Rev 06-12-2015) 00 72 03 Minority / MBE / DBE Participation Policy (Rev 01-13-2016) 00 73 00 Supplementary Conditions Division 01 General Requirements 01 1100 Summary of Work (Rev01-13-2016) 0123 10 Alternates and Allowances 0129 00 Application for Payment Procedures (Revo3-11-2015) 0129 01 Measurement and Basis for Payment (Rev 01-13-2016) 01 31 00 Project Management and Coordination (Rev01-13-2016) 01 31 13 Project Coordination 01 31 14 Change Management 0133 00 Document Management 01 33 01 Submittal Register (Rev 7/3/2014) 0133 02 Shop Drawings 0133 03 Record Data 0133 04 Construction Progress Schedule 0133 05 Video and Photographic Documentation 0135 00 Special Procedures Table of Contents NASCC Truck Inspection Staging Area, #E16280 000100-1 Rev 06-22-2016 Division / Section Title 0140 00 Quality Management 0150 00 Temporary Facilities and Controls 0157 00 Temporary Controls 0170 00 Execution and Closeout Requirements Part S Standard Specifications 021 SITE PREPARATION 021020 Site Clearing and Stripping 021040 Site Grading 021080 Removing Abandoned Structures 022 EARTHWORK 022020 Excavation and Backfill for Utilities 022021 Control of Ground Water 022022 Trench Safety for Excavations 022040 Street Excavation 022060 Channel Excavation 022080 Embankment 022100 Select Material 022420 Silt Fence 025 ROADWAY 025205 Pavement Repair, Curb, Gutter, Sidewalk and Driveway Replacement 025404 Asphalts, Oils and Emulsions 025412 Prime Coat 025424 Hot Mix Asphaltic Concrete Pavement (Class A) 025610 Concrete Curb and Gutter 025612 Concrete Sidewalks and Driveways 025620 Portland Cement Concrete Pavement 025802 Temporary Traffic Controls During Construction 025807 Pavement Markings (Paint and Thermoplastic) 025813 Preformed Thermoplastic Striping, Words and Emblems 027 WATER & STORM WATER 027402 Reinforced Concrete Pipe Culverts Table of Contents NASCC Truck Inspection Staging Area, #E16280 000100-2 Rev 06-22-2016 Division / Section Title 028 SITE IMPROVEMENTS & LANDSCAPING 028020 Seeding 028040 Sodding 028300 Fence Relocation 030 CONCRETE, GROUT 030020 Portland Cement Concrete 032020 Reinforcing Steel 038000 Concrete Structures Part T Technical Specifications 01 14 00 Work Restrictions Application for Excavation Permit T-028340 Chain Link Security Fence ILLUMINATION Item 600 Lighting, Signing, Marking and Signals Item 618 Conduit Item 620 Electrical Conductors Item 624 Ground Boxes Item 628 Electrical Services TxDOT 416 Drilled Shaft Foundations TxDOT 476 Jacking, Boring, or Tunneling Pipe or Box Item 624 Cut Sheet for Quazite PG1118BA18 Stackable Open Bottom Assembly Item 624 Cut Sheet for Quazite PG2436BA18 Stackable Open Bottom Assembley Cut Sheet for Philips Lumec RoadStar LED Architectural Luminaire Cut Sheet for Lonestar Prestress Mfg., Inc. 40'-0" Type II (SQ.) Top Mount Pole Cut Sheet for Lonestar Prestress Mfg., Inc. Type II Steel Single Arm Bracket Appendix Title A Geotechnical Report END OF SECTION Table of Contents NASCC Truck Inspection Staging Area, #E16280 000100-3 Rev 06-22-2016 DIVISION 00 PROCUREMENT AND CONTRACTING REQUIREMENTS 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: NASCC Truck Inspection Staging Area Owner's Project Identification No. E16280 A. Base Bid: The proposed improvements will include removal of existing concrete and asphalt pavement, chain-link fence, trees and other vegetation; construction of concrete pavement and driveways, new chain-link security fencing, drainage channel excavation and re -grading, channel bank stabilization, RCP multi -pipe culvert, post inlets and storm water line, and area lighting. Associated improvements such as electrical utility adjustments, storm water pollution prevention, pavement markings and traffic control will also be included. B. Additive Alternate No. 1: The proposed improvements may also include removal of trees and other vegetation, channel excavation and re -grading, channel bank stabilization, and storm water pollution prevention downstream of the base bid limits of construction. 2.02 The Engineer's Opinion of Probable Construction Cost for the Project is $1,214,000 (Base Bid). The Project is to be substantially complete and ready for operation within 180 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 March 29, 2017 at 2:00 PM 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 1 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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 - NASCC Truck Inspection Staging Area , Project No. E16280 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 March 29, 2017 at 2:00 PM, at the following location: City Hall Building — City of Corpus Christi Third Floor Engineering Smart Board Room 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 March 15, 2017 at 10:30 AM 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 2 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 3 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 4 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 Agreement. The Bid Security of other Bidders whom the Owner believes to have a reasonable chance of receiving the award may be retained by the Owner until the earlier of 7 days after the Effective Date of the Contract or 90 days after the date Bids are opened. 8.07 Bid Securities are to remain in effect until the Contract is executed. The Bid Securities of all but the three lowest responsible Bidders will be returned within 14 days of the opening of Bids. Bid Securities become void and will be released by the Owner when the Contract is awarded or all Bids are rejected. ARTICLE 9 — PREPARATION OF BID 9.01 The Bid Form is included with the Contract Documents and has been made available at the Owner's Bidding Website. Complete all blanks on the Bid Form by typing or printing in ink. Indicate Bid prices for each Bid item or alternate shown. 9.02 Execute the Bid Acknowledgement Form as indicated in the document and include evidence of authority to sign. 9.03 Acknowledge receipt of all Addenda by filling in the number and date of each Addendum. Provide a signature as indicated to verify that the Addenda were received. A Bid that does not acknowledge the receipt of all Addenda may be considered non-responsive. 9.04 Provide the name, address, email, and telephone number of the individual to be contacted for any communications regarding the Bid in the Bid Acknowledgement Form. 9.05 Provide evidence of the Bidder's authority and qualification to do business in the State of Texas or covenant to obtain such qualification prior to award of the Contract. ARTICLE 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 5 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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. 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 6 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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 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 Invitation to Bid and Instructions to Bidders 00 21 13 - 7 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 8 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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. 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. Invitation to Bid and Instructions to Bidders 00 21 13 - 9 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 END OF SECTION Invitation to Bid and Instructions to Bidders 00 21 13 - 10 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance with the Drawings, Specifications, and Contract Documents, this Bid Proposal is submitted by (type or print name of company) on: March 29, 2017 at 2:00 P.M. for NASCC Truck Inspection Staging Area, Project No. E16280. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at 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 - NASCC Truck Inspection Staging Area, Project No. E16280 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00 - 1 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 ARTICLE 3 — BIDDER'S REPRESENTATIONS 3.01 The Bidder has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. 3.02 The Bidder has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. 3.03 The Bidder is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. 3.04 The Bidder has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: A. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; B. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; C. Underground Facilities referenced in reports and drawings; D. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and E. Technical Data related to each of these reports and drawings. 3.05 The Bidder has considered the: A. Information known to Bidder; B. Information commonly known to contractors doing business in the locality of the Site; C. Information and observations obtained from visits to the Site; and D. The Contract Documents. 3.06 The Bidder has considered the items identified in Paragraphs 3.04 and 3.05 with respect to the effect of such information, observations, and documents on: A. The cost, progress, and performance of the Work; B. The means, methods, techniques, sequences, and procedures of construction to be employed by Bidder; and C. Bidder's safety precautions and programs. 3.07 Based on the information and observations referred to in the preceding paragraphs, Bidder agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. 3.08 The Bidder is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. 3.09 The Bidder has correlated the information known to the Bidder, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and Bid Acknowledgement Form 00 30 00 - 2 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. 3.10 The Bidder has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Bidder has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Bidder. 3.11 The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. 3.12 Bidder's entry into this Contract constitutes an incontrovertible representation by Bidder that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. ARTICLE 4 — BASIS OF BID 4.01 Bidder will complete the Work in accordance with the Contract Documents at the unit prices shown in the BID FORM. A. Extended amounts have been computed in accordance with Paragraph 13.03 of the General Conditions. B. Bidder acknowledges that the estimated quantities are not guaranteed, and final payment for all Unit Price items will be based on actual quantities provided, measured as provided in the Contract Documents. C. Unit Price and figures column will be used to compute the actual Bid price. ARTICLE 5 — EVALUATION OF BIDDERS 5.01 The contract may be awarded either to the lowest responsible bidder or to the bidder who provides the best value for the Owner. The Owner will consider the amount bid, the Bidder's responsibility, the Bidder's safety record, the Bidder's indebtedness to Owner and whether the Bidder has met the minimum specific project experience requirements to determine the lowest responsible Bidder. The Owner reserves the right to waive any and all irregularities in determining the Bidders' responsibility or value, and whether the Bidder has met the minimum specific project experience requirements, and reserves the right to require the submission of additional information. 5.02 The Owner has the right to accept a Bid, reject any and all Bids, to waive any and all irregularities in the Bids, or to reject non -conforming, non-responsive or conditional Bids. In addition, the Owner reserves the right to reject any Bid where circumstances and developments have, in the opinion of the Owner, changed the responsibility of the Bidder. 5.03 Material misstatements in the documentation submitted to determine the Bidder's responsibility, including information submitted per SECTION 00 45 16 STATEMENT OF EXPERIENCE, may be grounds for rejection of the Bidder's Bid on this Project. Any such misstatement, if discovered after award of the Contract to such Bidder, may be grounds for immediate termination of the Contract. Additionally, the Bidder will be liable to the Owner for any additional costs or damages to the Owner resulting from such misstatements, including costs and attorney's fees for collecting such costs and damages. Bid Acknowledgement Form 00 30 00 - 3 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 ARTICLE 6 —TIME OF COMPLETION 6.01 Bidder will complete the Work required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in Paragraph 4.01 of the General Conditions. Bidder will complete the Work required for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 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. 10.02 The Bidder, or the Bidder's authorized representative, shall sign and date the Bid Form to accompany all materials included in the submitted Bid. Bids which are not signed and dated in this manner, or which do not contain the required documentation of signatory authority may be rejected as non-responsive. The individual(s) signing the Bid must have the authority to bind the Bidder to a contract, and if required, shall attach documentation of signatory authority to the Bid Form. Bid Acknowledgement Form 00 30 00 - 4 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: By: Name: Title: Attest: (typed or printed full legal name of Bidder) (individual's signature) (typed or printed) (typed or printed) State of Residency: Federal Tax Id. No. Address for giving notices: (individual's signature) Phone: Email: (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) Bid Acknowledgement Form 00 30 00 - 5 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 END OF SECTION Bid Acknowledgement Form 00 30 00 - 6 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 00 30 01 BID FORM Project Name: NASCC Truck Inspection Staging Area Project Number: E16280 Owner: City of Corpus Christi Bidder: Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) OAR: Mobilization Designer: LNV, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 B3 A2 Temporary Traffic Controls During Construction LS 1 B4 A3 Remove Existing Chain -Link Fence LF 1600 B5 A4 7 -ft Chain -Link Security Fence w/ 3 -Strand Barbed Wire LF 1932 B6 A5 25 -ft Chain -Link Double Swing Gate w/ 3 -Strand Barbed Wire EA 2 B7 A6 Block Sodding SY 20 B8 A7 Seeding for Erosion Control SY 1100 B9 A8 Sediment Control (Silt) Fence LF 500 B10 A9 Curb Inlet Protection EA 1 $ 25,000.00 SUBTOTAL PART B - PAVING IMPROVEMENTS (Items B1 thru B10) A10 Stabilized Construction Entrance EA 1 All Rock Filter Dam LF 30 Al2 Soil -Stabilizing Blanket for Channel Banks SY 1100 A13 Adjust Exist. Electrical Manhole to Finish Grade EA 1 A14 Relocate Exist. Electrical Pedestal & Vault LS 1 SUBTOTAL PART A - GENERAL (Items Al thru A14) Part B - PAVING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Clearing & Excavation SY 5117 B2 Remove Existing Concrete Pavement SY 1300 B3 Prepare Subgrade SY 5117 B4 7" Jointed Reinforced Concrete Pavement (Class P) SY 5117 B5 Concrete Driveway SF 1890 B6 6" Concrete Curb & Gutter LF 20 B7 Reflective Pavement Marking Type I (W) (4") (Solid) LF 605 B8 Informational Sign EA 1 B9 Relocate Existing Sign EA 1 B10 Allowance for Unanticipated Paving Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART B - PAVING IMPROVEMENTS (Items B1 thru B10) Part C - ADA PEDESTRIAN IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) C1 Concrete Sidewalk SF 50 SUBTOTAL PART C - ADA PEDESTRIAN IMPROVEMENTS (Item C1) Bid Form NASCC Truck Inspection Staging Area, #E16280 Page 1 of 3 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part D • STORM WATER DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Clear Trees & Brush SY 1400 D2 Channel Excavation & Grading SY 1400 D3 Structural Backfill for Culvert Crossing CY 16 D4 48" Reinforced Concrete Pipe Culvert LF 80 D5 Concrete Headwall EA 2 D6 Rock Riprap for Headwall SF 100 D7 Concrete Slope Protection SF 2700 D8 Post Inlet EA 3 D9 24" RCP or HDPE Storm Water Pipe LF 150 D10 Grade Drainage Swale LF 150 Dll Trench Safety for Storm Water Pipe LF 230 $ 2,000.00 $ 2,000.00 D12 Trench Safety for Storm Water Inlet EA 3 D13 Allowance for Unanticipated Storm Water Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART D - STORM WATER DRAINAGE IMPROVEMENTS (Items D1 thru D13) Part E - LIGHTING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Conduit (Aluminum) (2") LF 14 E2 Conduit (PVC) (Sch 40) (2") LF 1271 E3 Conduit (PVC) (Sch 40) (2") (Bore) LF 284 E4 Electrical Conductor (No. 8) Bare LF 1417 E5 Electrical Conductor (No. 8) Insulated LF 3588 E6 Electrical Conductor (No. 6) Bare LF 10 E7 Electrical Conductor (No. 6) Insulated LF 20 E8 Ground Box Type A (122311) with Apron EA 4 E9 Electrical Service Type A 120/240 060 (NS) SS (E) OT (U) EA 1 E10 Concrete Pole 40' Type II with 4' Arm Bracket EA 16 Ell 107 -Watt LED Luminaire (48L700NW-G2-4) EA 16 E12 Allowance for Unanticipated Lighting Improvements LS 1 $ 2,000.00 $ 2,000.00 SUBTOTAL PART E - LIGHTING IMPROVEMENTS (Items El thru E12) Bid Form NASCC Truck Inspection Staging Area, #E16280 Page 2of3 Rev 01-13-2016 1 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Additive Alternate Bid Part F -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 2310 ALTERNATES AND ALLOWANCES) F1 Clear Trees & Brush SY 7140 F2 Channel Excavation & Grading SY 7140 F3 Soil -Stabilizing Blanket for Channel Banks SY 7140 F4 Rock Filter Dam LF 50 F5 Seeding for Erosion Control SY 7100 F6 Concrete Slope Protection SF 360 SUBTOTAL PART F - ADDITIVE ALTERNATE NO. 1 (Items Fl thru F6) BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A14) SUBTOTAL PART B - PAVING IMPROVEMENTS (Items B1 thru B10) SUBTOTAL PART C - ADA PEDESTRIAN IMPROVEMENTS (Item C1) SUBTOTAL PART D - STORM WATER DRAINAGE IMPROVEMENTS (Items D1 thru D13) SUBTOTAL PART E - LIGHTING IMPROVEMENTS (Items El thru E12) TOTAL PROJECT BASE BID (PARTS A THRU E) 1 SUBTOTAL PART F - ADDITIVE ALTERNATE NO. 1 (Items F1 thru F6) I TOTAL PROJECT ADDITIVE ALTERNATE BID (PART F) Contract Times Bidder agrees to reach Substantial Completion in 180 days Bidder agrees to reach Final Completion in 210 days Bid Form NASCC Truck Inspection Staging Area, #E16280 Page 3 of 3 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. ❑ Bidder qualifies as a nonresident bidder whose principal place of business or residency is in the State of ❑ Bidder (includes parent company or majority owner) qualifies as a resident bidder whose principal place of business is in the State of Texas. The Owner will use the information provided in the State of Texas Comptroller's annual publication of other states' laws on contracts to evaluate the Bids of nonresident Bidders. Bidder: Company Name: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Compliance to State Law on Nonresident Bidders NASCC Truck Inspection Staging Area, #E16280 003002-1 11-25-2013 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY Cl FY := PURCHASING DIVISION City of Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: ZIP: FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner ❑ 4. Association 8 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 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 publicin general or a substantial segment thereof, you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION 1 certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: Title: (Type 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 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: NASCC Truck Inspection Staging Area E16280 Bidder certifies that the it has not been a party to any collusion among Bidders in the restraint of freedom of competition by agreement to submit a Bid at a fixed price or to refrain from bidding; or with any official or employee of the Owner as to quantity, quality, or price in the prospective contract, or any other terms of said prospective contract; or in any discussion between Bidders and any official of the Owner concerning exchange of money or other thing of value for special consideration in the letting of a contract. Company Name: By: Name: Title: Business address: (typed or printed) (signature -- attach evidence of authority to sign) (typed or printed) Phone: Email: END OF SECTION Non -Collusion Certification NASCC Truck Inspection Staging Area, #E16280 00 30 06 - 1 11-25-2013 00 45 16 STATEMENT OF EXPERIENCE ARTICLE 1— REQUIREMENT TO PROVIDE A STATEMENT OF EXPERIENCE 1.01 To be considered a responsive Bidder, the three lowest Bidders must complete and submit the Statement of Experience within 5 days after the date Bids are due to demonstrate the Bidders' responsibility and ability to meet the minimum requirements to complete the Work. Failure to submit the required information in the Statement of Experience may result in the Owner considering the Bid non-responsive and result in rejection of the Bid by the Owner. The Bid Security of the Bidder will be forfeited if Bidder fails to deliver the Statement of Experience in an attempt to be released from its Bid. Bidders may be required to provide supplemental information if requested by the Owner to clarify, enhance or supplement the information provided in the Statement of Experience. 1.02 Bidders must provide the information requested in this Statement of Experience using the forms attached to this Section. A copy of these forms can be provided in Microsoft Word to assist with the preparation of the Statement of Experience. Information in these forms must be provided completely and in detail. Information that cannot be totally incorporated in the form may be included in an attachment to the form. This attachment must be clearly referenced by attachment number in the form, and the attached material must include the attachment number on every sheet of the attachment. The attachment must include only the information that responds to the question or item number to which the attachment information applies. 1.03 The Bidder may also be required to supply a financial statement, prepared no later than 90 days prior to the City Engineer's request, signed and dated by the Bidder's owner, president or other authorized party, specifying all current assets and liabilities. ARTICLE 2 — EXPERIENCE REQUIREMENTS 2.01 The Bidder agrees that, in addition to determining the apparent low Bid, the Owner will consider the responsiveness of the Bids and the responsibility of the Bidders in awarding a Contract for this Project. Information that indicates the Bidder or a Subcontractor is not responsible or that might negatively impact a Bidder's ability to complete the Work within the Contract Time and for the Contract Price may result in the Owner rejecting the Bid. 2.02 If none of the three apparent low Bidders are deemed responsible, the Owner may notify the next apparent low Bidders in order, who will then be required to submit the Statement of Experience for review, until a Contract is awarded or all Bids have been rejected. 2.03 The Bidder is responsible for the accuracy and completeness of all of the information provided by the Bidder or a proposed Subcontractor in response to this Statement of Experience. 2.04 Provide general information about the organization as required in Table 1. Describe the organizational structure of the Bidder's organization as it relates to this Project in Table 2. 2.05 Provide resumes for the key personnel that will be actively working on this Project. A. Key personnel include the Project Manager, Project Superintendent, Safety Manager and Quality Control Manager. If key personnel are to fulfill more than one of the roles listed above, provide a written narrative describing how much time will be devoted to each function, their qualifications to fulfill each role, and the percentage of their time that will be devoted to each role. If the individual is not to be devoted solely to this Project, indicate how that individual's time is to be divided between this Project and other assignments. B. The Bidder may provide resumes for an alternate individual if the Bidder is not able to commit to one individual for the Project at the time the Bid is submitted. Qualifications of these individuals will be considered in determining whether the experience of the Bidder meets the minimum requirements. The Statement of Experience 00 45 16 - 1 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 Bidder must provide the services of the proposed key personnel for the life of the Project as a condition of qualification. Failure to provide the proposed Key Personnel may result in the disqualification of the Bidder and may void the award of the Contract. C. Provide information for each primary and alternate candidate that includes: technical experience, managerial experience, education and formal training and a work history which describes project experience, including the roles and responsibilities for each assignment. Additional information demonstrating experience that meets the minimum requirements should also be included. D. The Project Manager and Project Superintendent must have at least 5 years of recent experience in the management and oversight of projects of a similar size and complexity to this Project. This experience must include scheduling of manpower and materials, safety, coordination of Subcontractors, experience with the submittal process, Federal and State wage rate requirements and contract close-out procedures. The Project Superintendent is to be present at the Site at all times that Work is being performed. Foremen must have at least 5 years of recent experience in similar work and be subordinate to the Project Superintendent. Foremen cannot act as a superintendent without prior written approval from the Owner. 2.06 Provide information on the project experience and past performance of the organization. A. Provide information on projects that have been awarded to the Organization in the last 5 years in Table 3. Attach additional pages if necessary. Experience must include the satisfactory completion of at least five similar projects within the last 5 years for the Bidder's organization that are equal to or greater in size and magnitude than the current Project. B. In determining the responsibility of the Bidder, the Owner will consider the Bidder's past projects and any substandard quality of workmanship on completed projects. The Owner will consider whether the Bidder's past project experience shows substandard quality of workmanship, issues related to a substandard appearance of the completed work, the amount of warranty or rework required, problems with durability and maintainability of the completed project, and problems with the lack of quality of documentation provided. In addition to the work produced, the Owner may consider issues related to the quality of construction practices, responsiveness to the owner's needs during construction, an inability to work in the spirit of partnering and any non -responsiveness of the Bidder to make warranty corrections. Information to make this determination will come from Owner's interviews with references provided for this project. By listing reference contact information in this Statement of Experience, Bidder indicates its approval for OPT to contact the individuals listed as a reference. ARTICLE 3 — SAFETY EXPERIENCE REQUIREMENTS 3.01 The Bidder agrees that pursuant to Section 252.0435 of the Local Government Code, the Owner will consider the safety record of the Bidder prior to awarding contracts. The Owner has adopted the following written definitions and criteria for determining the Bidder's safety record. 3.02 The Bidder's safety record will be used to determine if the Bidder can be deemed responsible. 3.03 Provide general information about the safety record of the organization as required in Table 4. A. For purposes of providing this information, the following terms shall have the following meanings: 1. "Bidder" includes the firm, corporation, partnership, or other legal entity represented by the Bidder or anyone acting for such firm, corporation, partnership, or other legal entity submitting the bid. 2. "Citations" include notices of violation, notices of enforcement, suspension/revocation of state or federal licenses or registrations, fines assessed pending criminal complaints, indictments, convictions, administrative orders, draft orders, final orders, and judicial final judgments. Notice of Violations and Notice of Enforcement received from the TCEQ shall include those classified as major violations and Statement of Experience NASCC Truck Inspection Staging Area, #E16280 004516-2 Rev 06-22-2016 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 "TCEQ"), the United States Environmental Protection Agency (the "EPA"), the U.S. Fish and Wildlife Service, the U.S. Army Corps of Engineers, the Texas Department of State Health Services, the Texas Parks and Wildlife Department, the Structural Pest Control Service, agencies of local governments responsible for enforcing environmental protection laws or regulations, and similar regulatory agencies of other states of the United States. B. In determining the responsibility of the Bidder, the Owner will consider the following in regards to Table 4: 1. Whether the Bidder's response in reveals more than two (2) 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 NASCC Truck Inspection Staging Area, #E16280 004516-3 Rev 06-22-2016 Table 1— Organization Information Organization doing business as: Business Address of Principal Office Telephone No. Website Form of Business (check one) • Corporation • Partnership • Individual If a Corporation State of Incorporation Date of Incorporation Chief Executive Officer's Name President's Name Vice President's Name(s) Secretary's Name Treasurer's Name If a Partnership Date of Organization Form of Partnership: • General • Limited If an Individual Name Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations Percent Ownership Organization History List of names that this organization currently, has, or anticipates operating under including the names of related companies presently doing business. Names of Organizations From Date To Date Indicators of Organization Size Average number of current full-time employees Average estimate of revenue for the current year Statement of Experience NASCC Truck Inspection Staging Area, #E16280 004516-4 Rev 06-22-2016 Table 1— Organization Information Organization doing business as: F - 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 NASCC Truck Inspection Staging Area, #E16280 004516-5 Rev 06-22-2016 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 for more than 10 Contract Price). Work percent to be self -performed by the Bidder and the Work contracted to Subcontractors and Suppliers of the Work (based on estimated subcontract or purchase order amounts and the Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price Subcontractor Construction Site Safety Experience Provide Experience Modification Ratio (EMR) History for the last 3 years for Subcontractors that will provide Work valued at 25% or more of the Contract Price. Provide documentation of the EMR. Subcontractor Year EMR Year EMR Year EMR Subcontractor Year EMR Year EMR Year EMR Statement of Experience NASCC Truck Inspection Staging Area, #E16280 004516-6 Rev 06-22-2016 Table 3 — Projects Awarded during the Last 5 Years Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience NASCC Truck Inspection Staging Area, #E16280 004516-7 Rev 06-22-2016 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: i Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience NASCC Truck Inspection Staging Area, #E16280 004516-8 Rev 06-22-2016 Table 3 — Projects Awarded during the Last 5 Years — Not including City of Corpus Christi Projects Organization doing business as: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Project Information Project Name Description Reference Contact Information Project Owner Name/Title Telephone Email Project Designer Project Budget and Performance Original Contract Price Final Contract Price # Contract Days # Days Late Issues/Claims/ Litigation: Statement of Experience NASCC Truck Inspection Staging Area, #E16280 004516-9 Rev 06-22-2016 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: 2 Does the Bidder have a written construction safety program? Does the Bidder conduct regular construction site safety inspections? Does the Bidder have an active construction safety training program? ri Yes o No Er Yes o No Yes o No Does the Bidder, or affected subcontractor, have competent persons in the following areas (as applicable to the scope of the current Project): A. B. C. D. Scaffolding Excavation Cranes & Hoists Electrical Statement of Experience NASCC Truck Inspection Staging Area, #E16280 ❑ Yes o No ❑ N/A o Yes o No o N/A ❑ Yes o No o N/A o Yes o No o N/A 00 45 16 - 10 Rev 06-22-2016 Table 4— Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection o Yes o No ❑ N/A F. Confined Spaces o Yes o No o N/A G. Material Handling o Yes o No o N/A H. Demolition o Yes o No o N/A I. Steel Erection o Yes o No o N/A J. Underground Construction o Yes o No o N/A 5 Does the Bidder have a lost time injury rate and a total recordable injury rate of Tess than or equal to the national average for North American Industrial Classification System ("NAICS") Category 23 for each of the past five (5) years? Provide the Bidder's OSHA 300 and 300A Togs for the past five (5) years in a separate attachment. o Yes o No 6 Does the Bidder have an experience modifier rate of 1.0 or Tess? Provide the Bidder's NCCI workers' compensation experience rating sheets for the past five (5) years in a separate attachment. 0 Yes o No 7 Has the Bidder had any OSHA inspections within the past six (6) months? Provide documentation showing the nature of the inspection, the findings, and the magnitude of the issues in a separate attachment if yes. o Yes o No Statement of Experience NASCC Truck Inspection Staging Area, #E16280 00 45 16 - 11 Rev 06-22-2016 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 NASCC Truck Inspection Staging Area, #E16280 00 45 16-12 Rev 06-22-2016 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: By: Name: Title: (typed or printed) (individual's signature) (typed or printed) Designated Representative: Name: Title: Address: (typed or printed) Telephone No.: Email: END OF SECTION Statement of Experience NASCC Truck Inspection Staging Area, #E16280 00 45 16 - 13 Rev 06-22-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on [insert Award Date], is between the City of Corpus Christi (Owner) and Owner and Contractor agree as follows: ARTICLE 1— WORK (Contractor). 1.01 Contractor shall complete all Work as specified or indicated in the Contract Documents. The Work is generally described as: NASCC Truck Inspection Staging Area E16280 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 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 days after the date when the Contract Times commence to run. B. Milestones, and the dates for completion of each, are as defined in SECTION 01 35 00 SPECIAL PROCEDURES. 3.02 Liquidated Damages A. Owner and Contractor recognize that time limits for specified Milestones, Substantial Completion, and completion and readiness for Final Payment as stated in the Contract Documents are of the essence of the Contract. Owner and Contractor recognize that the Owner will suffer financial loss if the Work is not completed within the times specified in Agreement 00 52 23 - 1 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 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 $1000 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 $450 for each day that expires after the time specified in Paragraph 3.01 for completion and readiness for final payment until the Work is completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions. 3. Liquidated damages for failing to timely attain Substantial Completion and Final Completion are not additive and will not be imposed concurrently. 4. Milestones: Contractor agrees to pay Owner liquidated damages as stipulated in SECTION 01 35 00 SPECIAL PROCEDURES for failure to meet Milestone completions. 5. The Owner will determine whether the Work has been completed within the Contract Times. B. Owner is not required to only assess liquidated damages, and Owner may elect to pursue its actual damages resulting from the failure of Contractor to complete the Work in accordance with the requirements of the Contract Documents. ARTICLE 4 — CONTRACT PRICE 4.01 Owner will pay Contractor for completion of the Work in accordance with the Contract Documents at the unit prices shown in the attached BID FORM. Unit prices have been computed in accordance with Paragraph 13.03 of the General Conditions. Contractor acknowledges that estimated quantities are not guaranteed, and were solely for the purpose of comparing Bids, and final payment for all unit price items will be based on actual quantities, determined as provided in the Contract Documents. Total Base Bid Price $ ARTICLE 5 — PAYMENT PROCEDURES 5.01 Submit Applications for Payment in accordance with Article 15 of the General Conditions. Applications for Payment will be processed by the OAR as provided in the General Conditions. 5.02 Progress Payments; Retainage: A. The Owner will make progress payments on or about the 25th day of each month during performance of the Work. Payment is based on Work completed in accordance with the Schedule of Values established as provided in the General Conditions. Agreement 00 52 23 - 2 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23 - 3 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 4 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 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. ATTEST CITY OF CORPUS CHRISTI Agreement 00 52 23 - 5 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 Rebecca Huerta City Secretary APPROVED AS TO LEGAL FORM: Janet L. Kellogg Assistant City Attorney J.H. Edmonds, P.E. Director of Engineering Services ATTEST (IF CORPORATION) CONTRACTOR (Seal Below) By: Note: Attach copy of authorization to sign if person signing for CONTRACTOR is not President, Vice President, Chief Executive Officer, or Chief Financial Officer Title: Address City State Zip Phone Fax EMail END OF SECTION Agreement 00 52 23 - 6 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 00 6113 PERFORMANCE BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: NASCC Truck Inspection Staging Area Project No. E16280 Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of the Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond 00 61 13 -1 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 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 00 61 13 - 2 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 00 61 16 PAYMENT BOND BOND NO. Contractor as Principal Name: Mailing address (principal place of business): Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78401 Contract Project name and number: NASCC Truck Inspection Staging Area Project No. E16280 Award Date of the Contract: Contract Price: Bond Date of Bond: (Date of Bond cannot be earlier than Award Date of Contract) Said Principal and Surety have signed and sealed this instrument in 4 copies, each one of which shall be deemed an original. Surety Name: Mailing address (principal place of business): Physical address (principal place of business): Surety is a corporation organized and existing under the laws of the state of: By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): Telephone (for notice of claim): Local Agent for Surety Name: Address: Telephone: E -Mail Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form 00 61 16 - 1 NASCC Truck Inspection Staging Area, #E16280 Rev. 01-13-2016 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 00 61 16 - 2 NASCC Truck Inspection Staging Area, #E16280 Rev. 01-13-2016 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 Corpus Christi Standards - Regular Projects 007200-1 03-23-2015 6.03 Insurance Article 7 — Contractor's Responsibilities 7.01 Supervision and Superintendence 7.02 Labor; Working Hours 7.03 Services, Materials, and Equipment 7.04 Concerning Subcontractors, Suppliers, and Others 7.05 Patent Fees and Royalties 7.06 Permits 7.07 Taxes 7.08 Laws and Regulations 7.09 Safety and Protection 7.10 Safety Representative 7.11 Hazard Communication Programs 7.12 Emergencies 7.13 Contractor's General Warranty and Guarantee 7.14 Indemnification 7.15 Delegation of Professional Design Services Article 8 — Other Work at the Site 8.01 Other Work 8.02 Coordination 8.03 Legal Relationships Article 9 — Owner's and OPT's Responsibilities 9.01 Communications to Contractor 9.02 Replacement of Owner's Project Team Members 9.03 Furnish Data 9.04 Pay When Due 9.05 Lands and Easements; Reports and Tests 9.06 Insurance 9.07 Modifications 9.08 Inspections, Tests, and Approvals 9.09 Limitations on OPT's Responsibilities 9.10 Undisclosed Hazardous Environmental Condition 9.11 Compliance with Safety Program General Conditions Corpus Christi Standards - Regular Projects 007200-2 03-23-2015 Article 10 — OAR's and Designer's Status During Construction 36 10.01 Owner's Representative 36 10.02 Visits to Site 36 10.03 Resident Project Representatives 36 10.04 Rejecting Defective Work 36 10.05 Shop Drawings, Modifications and Payments 36 10.06 Decisions on Requirements of Contract Documents and Acceptability of Work 37 10.07 Limitations on OAR's and Designer's Authority and Responsibilities 37 Article 11— Amending the Contract Documents; Changes in the Work 37 11.01 Amending and Supplementing the Contract Documents 37 11.02 Owner -Authorized Changes in the Work 38 11.03 Unauthorized Changes in the Work 38 11.04 Change of Contract Price 39 11.05 Change of Contract Times 40 11.06 Change Proposals 40 11.07 Execution of Change Orders 40 11.08 Notice to Surety 41 Article 12 — Claims 42 12.01 Claims 42 12.02 Claims Process 42 Article 13 — Cost of the Work; Allowances; Unit Price Work 43 13.01 Cost of the Work 43 13.02 Allowances 46 13.03 Unit Price Work 46 13.04 Contingencies 47 Article 14 — Tests and Inspections; Correction, Removal, or Acceptance of Defective Work 47 14.01 Access to Work 47 14.02 Tests, Inspections, and Approvals 47 14.03 Defective Work 48 14.04 Acceptance of Defective Work 49 14.05 Uncovering Work 49 14.06 Owner May Stop the Work 49 14.07 Owner May Correct Defective Work 50 General Conditions Corpus Christi Standards - Regular Projects 007200-3 03-23-2015 Article 15 — Payments to Contractor; Set -Offs; Completion; Correction Period 15.01 Progress Payments 15.02 Contractor's Warranty of Title 15.03 Substantial Completion 15.04 Partial Utilization 15.05 Final Inspection 15.06 Final Payment 15.07 Waiver of Claims 15.08 Correction Period Article 16 — Suspension of Work and Termination 16.01 16.02 16.03 Owner May Suspend Work Owner May Terminate for Cause Owner May Terminate For Convenience Article 17 — Final Resolution of Disputes 17.01 Methods and Procedures Article 18 — Miscellaneous 18.01 Computation of Times 18.02 Owner's Right to Audit Contractor's Records 18.03 Independent Contractor 18.04 Cumulative Remedies 18.05 Limitation of Damages 18.06 No Waiver 18.07 Severability 18.08 Survival of Obligations 18.09 No Third Party Beneficiaries 18.10 Assignment of Contract 18.11 No Waiver of Sovereign Immunity 18.12 Controlling Law 18.13 Conditions Precedent to Right to Sue 18.14 Waiver of Trial by Jury 18.15 Attorney Fees 18.16 Compliance with Laws 18.17 Enforcement General Conditions Corpus Christi Standards - Regular Projects 007200-4 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 Corpus Christi Standards - Regular Projects 007200-5 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 Corpus Christi Standards - Regular Projects 007200-6 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 Corpus Christi Standards - Regular Projects 007200-7 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 Corpus Christi Standards - Regular Projects 007200-8 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 Corpus Christi Standards - Regular Projects 007200-9 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 5.05.6. 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 15.01.6 7.03 Services, Materials, and Equipment A. Provide services, materials, equipment, labor, transportation, construction equipment and machinery, tools, appliances, fuel, power, light, heat, telephone, water, sanitary facilities, temporary facilities, and other facilities and incidentals necessary for the performance, testing, start-up, and completion of the Work, whether or not these items are specifically called for in the Contract Documents. B. Provide new materials and equipment to be incorporated into the Work. Provide special warranties and guarantees required by the Contract Document. Provide satisfactory evidence, including reports of required tests, as to the source, kind, and quality of materials and equipment as required by the Contract Documents or as requested by the OAR. C. Store, apply, install, connect, erect, protect, use, clean, and condition materials and equipment in accordance with instructions of the applicable Supplier, unless otherwise required by the Contract Documents. 7.04 Concerning Subcontractors, Suppliers, and Others A. Contractor may retain Subcontractors and Suppliers for the performance of parts of the Work. All Subcontractors and Suppliers must be acceptable to Owner. B. Contractor must retain specific Subcontractors, Suppliers, or other individuals or entities for the performance of designated parts of the Work if required to do so by the Contract Documents. C. Submit a list of proposed Subcontractors and Suppliers to OAR prior to entering into binding subcontracts or purchase orders. These proposed Subcontractors or Suppliers are deemed acceptable to Owner unless Owner raises a substantive, reasonable objection within 30 days after receiving this list. D. Contractor is not required to retain Subcontractors, Suppliers, or other individuals or entities to furnish or perform part of the Work after the Effective Date of the Contract if Contractor has reasonable objection. E. Owner may require the replacement of Subcontractors, Suppliers, or other individuals or entities retained by the Contractor. Provide an acceptable replacement for the rejected Subcontractor, Supplier, or other individual or entity. Owner also may require Contractor to retain specific replacements, subject to Contractor's reasonable objections. F. Contractor may be entitled to an adjustment in Contract Price or Contract Times with respect to a replacement of Subcontractors, Suppliers, or other entities required by Owner. The Contractor is not entitled to an adjustment in Contract Price or Contract Time with respect to replacement of any individual deemed unsuitable by the OPT. Notify OAR immediately if a replacement of Subcontractors, Suppliers, or other entity increases the Contract Price or Contract Times. Initiate a Change Proposal for the adjustment within 10 General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 26 03-23-2015 days of Owner's notice to replace a Subcontractor, Supplier, or other entity retained by Contractor to perform part of the Work. Do not make the replacement until the change in Contract Price or Contract Times has been accepted by the Owner if Change Proposal is to be submitted. G. Owner's initial acceptance of Subcontractors, Suppliers, or other individuals or entities, or their replacements, does not constitute a waiver of the obligation of the Contractor to complete the Work in accordance with the Contract Documents. H. Maintain a current and complete list of Subcontractors and Suppliers that are to perform or furnish part of the Work. I. Contractor is fully responsible for the acts and omissions of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. J. Contractor is solely responsible for scheduling and coordinating the work of Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work. K. Require Subcontractors, Suppliers, and other individuals or entities performing or furnishing Work to communicate with OPT through Contractor. L. Contracts between the Contractor and their Subcontractors or Suppliers may specifically bind the Subcontractors or Suppliers to the applicable terms and conditions of the Contract Documents. Contractor is responsible for meeting the requirements of the Contract Documents if they choose to not bind the Subcontractors or Suppliers to applicable terms or conditions of the Contract Documents. 1. All Subcontractors employed on this Project must be required to obtain Workers' Compensation Insurance. 2. Proof of this insurance will be required prior to the start of any Work. M. OPT may furnish information about amounts paid to Contractor for Work provided by Subcontractors or Suppliers to the entity providing the Work. N. Nothing in the Contract Documents: 1. Creates a contractual relationship between members of the OPT and members of the Contractor's Team. 2. Creates an obligation on the part of the Owner to pay or to see to the payment of money due members of the Contractor's Team, except as may be required by Laws and Regulations. 7.05 Patent Fees and Royalties A. Pay license fees, royalties, and costs incident to the use of inventions, designs, processes, products, or devices which are patented or copyrighted by others in the performance of the Work, or to incorporate these inventions, designs, processes, products, or devices which are patented or copyrighted by others in the Work. The Contract Documents identify inventions, designs, processes, products, or devices OPT knows are patented or copyrighted by others or that its use is subject to patent rights or copyrights calling for the payment of a license fee or royalty to others. Contractor is to include the cost associated with the use of patented or copyrighted products or processes, whether specified or selected by the Contractor, in the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 27 03-23-2015 B. Contractor's obligation to indemnify Owner's Indemnitees for claims arising out of or related to infringement of patent rights and copyrights are as set forth in Paragraph 7.14. 7.06 Permits A. Obtain and pay for construction permits and licenses. OPT is to assist Contractor in obtaining permits and licenses when required to do so by applicable Laws and Regulations. Pay governmental charges and inspection fees necessary for the prosecution of the Work which are applicable at the time the Contractor's Bid is submitted or when Contractor negotiates the Contract Price. 7.07 Taxes A. Contractor is responsible for all taxes and duties arising out of the Work. The Owner generally qualifies as a tax exempt agency as defined by the statutes of the State of Texas and is usually not subject to any city or state sales or use taxes, however certain items such as rented equipment may be taxable even though Owner is a tax-exempt agency. Contractor is responsible for including in the Contract Price any applicable sales and use taxes and is responsible for complying with all applicable statutes and rulings of the State Comptroller. Pay sales, consumer, use, and other similar taxes required to be paid by Contractor in accordance with the Laws and Regulations. B. The Owner is exempt from the Federal Transportation and Excise Tax. Contractor must comply with all federal regulations governing the exemptions. C. Products incorporated into the Work are exempt from state sales tax according to the provisions of Subchapter H, Chapter 151, of the Texas Tax Code. D. Contractor may not include any amounts for sales, use, or similar taxes for which the Owner is exempt in the Contract Price or any proposed Change Order or Application for Payment. E. Obtain tax exemption certificates or other documentation necessary to establish Owner's exemption from such taxes. 7.08 Laws and Regulations A. Give required notices and comply with Laws and Regulations applicable to the performance of the Work. OPT is not responsible for monitoring Contractor's compliance with Laws or Regulations except where expressly required by applicable Laws and Regulations. B. Pay costs resulting from actions taken by Contractor that are contrary to Laws or Regulations. Contractor is not responsible for determining that the design aspects of the Work described in the Contract Documents is in accordance with Laws and Regulations. This does not relieve Contractor of its obligations under Paragraph 3.03. C. Owner or Contractor may give notice to the other party of changes in Laws or Regulations that may affect the cost or time of performance of the Work, including: 1. Changes in Laws or Regulations affecting procurement of permits; and 2. Sales, use, value-added, consumption, and other similar taxes which come into effect after Contractor's Bid is submitted or when Contractor negotiates the Contract Price. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 28 03-23-2015 D. Contractor may submit a Change Proposal or Owner may initiate a Claim within 30 days of this notice if Owner and Contractor are unable to agree on entitlement to or on the amount or extent of adjustments in Contract Price or Contract Times resulting from these changes. 7.09 Safety and Protection A. Contractor is solely responsible for initiating, maintaining, and supervising safety precautions and programs in connection with the Work. This responsibility does not relieve Subcontractors of their responsibility for the safety of persons or property in the performance of their work, nor for compliance with applicable safety Laws and Regulations. B. Take necessary precautions for the safety of persons on the Site or who may be affected by the Work, and provide the necessary protection to prevent damage, injury, or loss to: 1. Work and materials and equipment to be incorporated in the Work, whether stored on or off Site; and 2. Other property at or adjacent to the Site, including trees, shrubs, lawns, walks, pavements, roadways, structures, other work in progress, utilities, and Underground Facilities not designated for removal, relocation, or replacement in the course of construction. C. Comply with applicable Laws and Regulations relating to the safety and protection of persons or property. Erect and maintain necessary safeguards for safety and protection. Notify Owner; the owners of adjacent property, Underground Facilities, and other utilities; and other contractors and utility owners performing work at or adjacent to the Site when prosecution of the Work may affect them. Cooperate with them in the protection, removal, relocation, and replacement of their property or work in progress. 1. Comply with requirements of Underground Facility Damage Prevention and Safety Act, Texas Utilities Code Chapter 251. 2. Comply with all applicable safety rules and regulations of the Federal Occupational Health and Safety Act of 1970 and subsequent amendments (OSHA). D. Remedy damage, injury, or loss to property referred to in Paragraph 7.09.B caused by Contractor's Team. Pay remediation costs unless the damage or loss is: 1. Attributable to the fault of the Contract Documents; 2. Attributable to acts or omissions of OPT; or 3. Not attributable to the actions or failure to act of the Contractor's Team. E. Contractor's duties and responsibilities for safety and protection of persons or the Work or property at or adjacent to the Site continues until Work is completed and resumes whenever Contractor's Team returns to the Site to fulfill warranty or correction obligations or to conduct other tasks. F. Comply with the applicable requirements of the Owner's safety program if required to do so in the Supplementary Conditions. A copy of the Owner's safety program will be provided in the Bidding Documents. General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 29 03-23-2015 7.10 Safety Representative A. Provide a qualified and experienced safety representative at the Site whose duties and responsibilities are the prevention of accidents and maintaining and supervising safety programs. 7.11 Hazard Communication Programs A. Coordinate the exchange of material safety data sheets or other hazard communication information required to be made available or exchanged between or among employers at the Site in accordance with Laws or Regulations. 7.12 Emergencies A. Act to prevent threatened damage, injury, or loss in emergencies affecting the safety or protection of persons or the Work or property at or adjacent to the Site. Notify OAR immediately if Contractor believes that significant changes in the Work or variations from the Contract Documents have been caused or are required as a result of this need to act. A Modification is to be issued by OAR if OPT determines that the incident giving rise to the emergency action was not the responsibility of the Contractor and that a change in the Contract Documents is required because of the action taken by Contractor in response to this emergency. 7.13 Contractor's General Warranty and Guarantee A. Contractor warrants and guarantees to Owner that Work is in accordance with the Contract Documents and is not Defective. Owner is entitled to rely on Contractor's warranty and guarantee. Assume and bear responsibility for costs and time delays associated with variations from the requirements of the Contract Documents. B. This Contractor's warranty and guarantee excludes defects or damage caused by improper maintenance or operation, abuse, or modification by OPT; or normal wear and tear under normal usage. C. Contractor's obligation to perform and complete Work in accordance with the Contract Documents is absolute. None of the following constitute an acceptance of Defective Work or a release of Contractor's obligation to perform Work in accordance with the Contract Documents: 1. Observations by OPT; 2. Recommendation by OAR or payment by Owner of progress or final payments; 3. The issuance of a Certificate of Substantial Completion; 4. Use or occupancy of part of the Work by Owner; 5. Review and approval of a Shop Drawing or Sample; 6. Inspections, tests, or approvals by others; or 7. Correction of Defective Work by Owner. D. The Contract Documents may require the Contractor to accept the assignment of a contract between the Owner and a contractor or supplier. The specific warranties, guarantees, and General Conditions Corpus Christi Standards - Regular Projects 00 72 00 - 30 03-23-2015 correction obligations contained in an assigned contract govern with respect to Contractor's performance obligations to Owner for the Work described in an assigned contract. 7.14 Indemnification A. To THE FULLEST EXTENT PERMITTED BY LAW, THE CONTRACTOR SHALL INDEMNIFY, DEFEND, AND HOLD HARMLESS THE OWNER'S INDEMNITEES FROM AND AGAINST CLAIMS, DAMAGES, LOSSES AND EXPENSES, INCLUDING BUT NOT LIMITED TO ATTORNEY'S FEES OR DISPUTE RESOLUTION COSTS, ARISING OUT OF OR RESULTING FROM PERFORMANCE OF THE WORK, VIOLATIONS OF LAWS OR REGULATIONS, OR BODILY INJURY, DEATH, OR DESTRUCTION OF TANGIBLE PROPERTY CAUSED BY THE ACTS OR OMISSIONS OF THE CONTRACTOR'S TEAM, REGARDLESS OF WHETHER SUCH CLAIM, DAMAGE, LOSS OR EXPENSE I5 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 13.02.6.1 and 13.02.6.2 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; 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; 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 15.08.6 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 NASCC Truck Inspection Staging Area, #E16280 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 company in accordance with Texas law and written on a policy and endorsements approved by the Texas Department of Insurance. Provide insurance in amounts to Insurance Requirements 00 72 01- 2 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 meet all workers' compensation obligations. Provide an "All Other States" endorsement if Contractor is not domiciled in Texas and policy is not written in accordance with Texas Department of Insurance rules. 2. Claims for damages because of bodily injury, occupational sickness or disease, or death of Contractor's employees. 3. United States Longshoreman and Harbor Workers' Compensation Act and Jones Act coverage (if applicable). 4. Foreign voluntary worker compensation (if applicable). B. Purchase and maintain commercial general liability insurance covering all operations by or on behalf of Contractor. The expected coverage is that which would be included in a commercially available ISO Commercial General Liability policy and should provide coverage on an occurrence basis, against: 1. Claims for damages because of bodily injury, sickness or disease, or death of any person other than Contractor's employees; 2. Claims for damages insured by reasonably available personal injury liability coverage which are sustained; 3. By any person as a result of an offense directly or indirectly related to the employment of such person by Contractor; and 4. Claims for damages, other than to the Work itself, because of injury to or destruction of tangible property wherever located, including any resulting loss of use. C. Provide Contractor's commercial general liability policy that is written on a 1996 (or later) ISO commercial general liability form (occurrence form) and include the following coverages and endorsements: 1. Products and completed operations coverage as required in this Section. Insurance is to remain in effective for 3 years after final payment. Furnish evidence of the continuation of this insurance at final payment and again each year for 3 years after final payment to Owner and each named insured or additional insured. a. If required by Paragraph 1.01, provide and maintain Installation Floater insurance for property under the care, custody, or control of Contractor. Provide Installation Floater insurance that is a broad form or "All Peril" policy providing coverage for all materials, supplies, machinery, fixtures, and equipment which will be incorporated into the Work. 1) Provide coverage under the Contractor's Installation Floater that includes: a) Faulty or Defective workmanship, materials, maintenance, or construction; b) Cost to remove Defective or damaged Work from the Site or to protect it from loss or damage; c) Cost to cleanup and remove pollutants; d) Coverage for testing and startup; e) Any loss to property while in transit; Insurance Requirements NASCC Truck Inspection Staging Area, #E16280 007201-3 Rev 06-22-2016 f) Any loss at the Site; g) Any loss while in storage, both on and off the Site; and h) Any loss to temporary Project Works if their value is included in the Contract Price. 2) Coverage cannot be contingent on an external cause or risk or limited to property for which the Contractor is legally liable. Provide limits of insurance adequate to cover the value of the installation. Pay any deductible carried under this coverage and assume responsibility for claims on materials, supplies, machinery, fixture, and equipment which will be incorporated into the Work while in transit or in storage. 2. Blanket contractual liability coverage for Contractor's contractual indemnity obligations in Paragraph 7.14 of the General Conditions, and all other contractual indemnity obligations of Contractor in the Contract Documents. Industry standard ISO Contractual Liability coverage will meet this obligation. 3. Broad form property damage coverage. 4. Severability of interest. 5. Underground explosion and collapse coverage. 6. Personal injury coverage. 7. Endorsement CG 2032, "Additional Insured - Engineers, Architects or Surveyors Not Engaged by the Named Insured" or its equivalent. D. Purchase and maintain automobile liability insurance against claims for damages because of bodily injury or death of any person or property damage arising out of the ownership, maintenance or use of any motor vehicle. E. For Projects with a Contract Value that exceeds $5,000,000, purchase and maintain umbrella or excess liability insurance written over the underlying employer's liability, commercial general liability, and automobile liability insurance described in the paragraphs above. Provide coverage that is at least as broad as all underlying policies. Provide a policy that provides first -dollar liability coverage as needed. F. Provide Contractor's commercial general liability and automobile liability policies that: 1. Are written on an occurrence basis; 2. Include the individuals or entities identified in the Supplementary Conditions as additional insureds; 3. Include coverage for Owners Indemnitees as defined in Article 1 of the General Conditions; and 4. Provide primary coverage for all claims covered by the policies, including those arising from both ongoing and completed operations. G. Purchase and maintain insurance coverage for third -party injury and property damage claims, including clean-up costs that result from Hazardous Environmental Conditions which result from Contractor's operations and completed operations. Provide Contractor's pollution liability insurance that includes long-term environmental impacts for the disposal of pollutants/contaminants and is not limited to sudden and accidental discharge. The Insurance Requirements NASCC Truck Inspection Staging Area, #E16280 007201-4 Rev 06-22 2016 completed operations coverage is to remain in effect for 3 years after final payment. The policy must name OPT and any other individuals and entities identified in the Supplementary Conditions as additional insureds. H. Purchase and maintain applicable professional liability insurance, or have Subcontractors and Suppliers do so, if Contractor or any Subcontractor or Supplier will provide or furnish professional services under this Contract. I. The policies of insurance required by this Section must: 1. Include at least the specific coverages and be written for not less than the limits of liability provided in this Section or required by Laws or Regulations, whichever is greater. 2. Contain a provision that coverage afforded will not be canceled or materially changed until at least 30 days prior written notice has been given to Contractor, Owner, and all named insureds and additional insureds. 3. Remain in effect at all times when Contractor is performing Work or is at the Site to conduct tasks arising from the Contract Documents. 4. Be appropriate for the Work being performed and provide protection from claims resulting from the Contractor's performance of the Work and Contractor's other obligations under the Contract Documents, whether performed by Contractor, Subcontractor, Supplier, anyone directly or indirectly employed or retained by any of them, or by anyone for whose acts they may be liable. J. The coverage requirements for specific policies of insurance must be met directly by those policies and may not rely on excess or umbrella insurance provided in other policies to meet the coverage requirement. 1.04 PROPERTY INSURANCE A. Purchase and maintain builder's risk insurance in the amount of the full replacement cost of the Project. This policy is subject to the deductible amounts requirements in this Section or those required by Laws and Regulations and must comply with the requirements of Paragraph 1.06. This insurance shall: 1. Include the OPT, Contractor, and all Subcontractors, and any other individuals or entities identified in the Supplementary Conditions, as named insureds. 2. Be written on a builder's risk "all risk" policy form that includes insurance for physical loss or damage to the Work, temporary buildings, falsework, and materials and equipment in transit, and insures against at least the following perils or causes of loss: fire; lightning; windstorm; riot; civil commotion; terrorism; vehicle impact; aircraft; smoke; theft; vandalism and malicious mischief; mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; flood; collapse; explosion; debris removal; demolition occasioned by enforcement of Laws and Regulations; water damage (other than that caused by flood); and such other perils or causes of loss as may be specifically required by this Section. If insurance against mechanical breakdown, boiler explosion, and artificially generated electric current; earthquake; volcanic activity, and other earth movement; or flood, are not commercially available under builder's risk, by Insurance Requirements 00 72 01- 5 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 endorsement or otherwise, this insurance may be provided through other insurance policies acceptable to Owner and Contractor. 3. Cover expenses incurred in the repair or replacement of any insured property. 4. Cover materials and equipment in transit or stored prior to being incorporated in the Work. 5. Cover Owner -furnished or assigned property. 6. Allow for partial utilization of the Work by Owner. 7. Allow for the waiver of the insurer's subrogation rights as set forth below. 8. Provide primary coverage for all losses and damages caused by the perils or causes of loss covered. 9. Not include a co-insurance clause. 10. Include a broad exception for ensuing losses from physical damage or loss with respect to any Defective workmanship, design, or materials exclusions. 11. Include testing and startup. 12. Be maintained in effect until the Work as a whole is complete, unless otherwise agreed to in writing by Owner and Contractor. B. Evidence of insurance provided must contain a provision or endorsement that the coverage afforded will not be canceled or materially changed or renewal refused until at least 30 days prior written notice has been given to Owner and Contractor and to each named insured. C. Pay for costs not covered by the policy deductible. D. Notify builder's risk insurance provider if Owner will occupy or use a portion or portions of the Work prior to Substantial Completion of all the Work as provided in Paragraph 15.04 of the General Conditions. Maintain the builder's risk insurance in effect during this Partial Occupancy or Use. E. Contractor may purchase other special insurance to be included in or to supplement the builder's risk or property insurance policies provided under this Section. F. Contractor, Subcontractors, or employees of the Contractor or a Subcontractor owning property items, such as tools, construction equipment, or other personal property not expressly covered in the insurance required by the Contract Documents are responsible for providing their own insurance. 1.05 WAIVER OF RIGHTS A. Insurance shall include a waiver of subrogation in favor of the additional insureds identified in SECTION 00 73 00 SUPPLEMENTARY CONDITIONS. B. All policies purchased in accordance with this Section are to contain provisions to the effect that the insurers have no rights of recovery against OPT, named insureds or additional insureds in the event of a payment for loss or damage. Contractor and insurers waive all rights against the Owner's Indemnities for losses and damages created by or resulting from any of the perils or causes of loss covered by these policies and any other applicable Insurance Requirements 00 72 01- 6 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 property insurance. None of these waivers extend to the rights Contractor has to the proceeds of insurance as trustee. C. Contractor is responsible for assuring that agreements with Subcontractors contains provisions that the Subcontractor waive all rights against Owner's Indemnitees, Contractor, named insureds and additional insureds, and the officers, directors, members, partners, employees, agents, consultants, and subcontractors of each and any of them, for all losses and damages created by or resulting from any of the perils or causes of loss covered by builder's risk insurance and other property insurance. 1.06 OWNER'S INSURANCE FOR THE PROJECT A. Owner is not responsible for purchasing and maintaining any insurance to protect the interest of the Contractor, Subcontractors, or others in the Work. The stated limits of insurance required are minimum only. Determine the limits that are adequate. These limits may be basic policy limits or any combination of basic limits and umbrella limits. In any event, Contractor is fully responsible for all losses arising out of, resulting from, or connected with operations under this Contract whether or not these losses are covered by insurance. The acceptance of evidence of insurance by the OPT, named insureds, or additional insureds does not release the Contractor from compliance with the insurance requirements of the Contract Documents. ARTICLE 2 — EVIDENCE OF INSURANCE 2.01 ACCEPTABLE EVIDENCE OF INSURANCE A. Provide evidence of insurance acceptable to the Owner with the executed Contract Documents. Provide the following as evidence of insurance: 1. Certificates of Insurance on an acceptable form; 2. Riders or endorsements to policies; and 3. Policy limits and deductibles. B. Provide a list of "Additional Insureds" for each policy. C. Provide evidence that waivers of subrogation are provided on all applicable policies. D. Provide evidence of requirements for 30 days' notice before cancellation or any material change in the policy's terms and conditions, limits of coverage, or change in deductible amount. 2.02 CERTIFICATES OF INSURANCE A. Submit Certificates of Insurance meeting the following requirements: 1. Form has been filed with and approved by the Texas Department of Insurance under Texas Insurance Code §1811.101; or 2. Form is a standard form deemed approved by the Department under Texas Insurance Code §1811.101. Insurance Requirements NASCC Truck Inspection Staging Area, #E16280 007201-7 Rev 06-22-2016 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- 81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the Project. 2. Duration of the Project - includes the time from the beginning of the Work on the Project until the Contractor's/person's Work on the Project has been completed and accepted by the governmental entity. 3. Persons providing services on the Project ("Subcontractor" in §406.096) - includes all persons or entities performing all or part of the services the Contractor has undertaken to perform on the Project, regardless of whether that person contracted Insurance Requirements 00 72 01- 8 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 directly with the Contractor and regardless of whether that person has employees. This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the Project. "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project. "Services" does not include activities unrelated to the Project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets. B. The Contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all employees of the Contractor providing services on the Project, for the duration of the Project. C. The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the Contract. D. If the coverage period shown on the Contractor's current certificate of coverage ends during the duration of the Project, the Contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended. E. The Contractor shall obtain from each person providing services on a project, and provide to the governmental entity: 1. A certificate of coverage, prior to that person beginning Work on the Project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the Project; and 2. No later than seven days after receipt by the Contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project. F. The Contractor shall retain all required certificates of coverage for the duration of the Project and for one year thereafter. G. The Contractor shall notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the Contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project. H. The Contractor shall post on each Project Site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the Project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage. I. The Contractor shall contractually require each person with whom it contracts to provide services on a project, to: 1. Provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401.011(44) for all of its employees providing services on the Project, for the duration of the Project; Insurance Requirements NASCC Truck Inspection Staging Area, #E16280 007201-9 Rev 06-22-2016 2. Provide to the Contractor, prior to that person beginning Work on the Project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the Project, for the duration of the Project; 3. Provide the Contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 4. Obtain from each other person with whom it contracts, and provide to the Contractor: a. A certificate of coverage, prior to the other person beginning Work on the Project; and b. A new certificate of coverage showing extension of coverage, prior to the end of the coverage period, if the coverage period shown on the current certificate of coverage ends during the duration of the Project; 5. Retain all required certificates of coverage on file for the duration of the Project and for one year thereafter; 6. Notify the governmental entity in writing by certified mail or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the Project; and 7. Contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services. J. By signing this Contract or providing or causing to be provided a certificate of coverage, the Contractor is representing to the governmental entity that all employees of the Contractor who will provide services on the Project will be covered by workers' compensation coverage for the duration of the Project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self-insured, with the commission's Division of Self -Insurance Regulation. Providing false or misleading information may subject the Contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions. K. The Contractor's failure to comply with any of these provisions is a breach of contract by the Contractor which entitles the governmental entity to declare the Contract void if the Contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity. END OF SECTION Insurance Requirements 00 72 01- 10 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 007202-1 REV 06-12-2015 Wage Determination Construction Type Project Type (WD) No TX -31 Heavy Heavy Construction Projects (including Sewer and Water Line Construction and Drainage Projects) TX -40 Highway Highway Construction Projects (excluding tunnels, building structures in rest area projects & railroad construction; bascule, suspension & spandrel arch bridges designed for commercial navigation, bridges involving marine construction; and other major bridges). General Decision Number: TX160031 01/08/2016 TX31 Superseded General Decision Number: TX20150031 State: Texas Construction Type: Heavy Counties: Nueces and San Patricio Counties in Texas. HEAVY CONSTRUCTION PROJECTS (including Sewer and Water Line Construction and Drainage Projects) Note: Under Executive Order (EO) 13658, an hourly minimum wage of $10.15 for calendar year 2016 applies to all contracts subject to the Davis -Bacon Act for which the solicitation was issued on or after January 1, 2015. If this contract is covered by the EO, the contractor must pay all workers in any classification listed on this wage determination at least $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dal.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 * SUTX1987-001 12/01/1987 Rates Fringes CARPENTER (Excluding Form Setting) $ 9.05 Concrete Finisher $ 7.56 Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 007202-2 REV 06-12-2015 ELECTRICIAN $ 13.37 2.58 Laborers: Common $ 7.25 Utility $ 7.68 Power equipment operators: Backhoe $ 9.21 Motor Grader $ 8.72 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). Union Rate Identifiers A four letter classification abbreviation identifier enclosed in dotted lines beginning with characters other than "SU" or "UAVG" denotes that the union classification and rate were prevailing for that classification in the survey. Example: PLUM0198-005 07/01/2014. PLUM is an abbreviation identifier of the union which prevailed in the survey for this classification, which in this example would be Plumbers. 0198 indicates the local union number or district council number where applicable, i.e., Plumbers Local 0198. The next number, 005 in the example, is an internal number used in processing the wage determination. 07/01/2014 is the effective date of the most current negotiated rate, which in this example is July 1, 2014. Union prevailing wage rates are updated to reflect all rate changes in the collective bargaining agreement (CBA) governing this classification and rate. Survey Rate Identifiers Classifications listed under the "SU" identifier indicate that Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 007202-3 REV 06-12-2015 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, 1001 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 007202-4 REV 06-12-2015 process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 007202-5 REV 06-12-2015 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 $10.15 (or the applicable wage rate listed on this wage determination, if it is higher) for all hours spent performing on the contract in calendar year 2016. The EO minimum wage rate will be adjusted annually. Additional information on contractor requirements and worker protections under the EO is available at www.dol.gov/whd/govcontracts. Modification Number Publication Date 0 01/08/2016 SUTX2011-010 08/08/2011 Rates CEMENT MASON/CONCRETE FINISHER (Paving & Structures)...$ 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 Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 Fringes 007202-6 REV 06-12-2015 POWER EQUIPMENT OPERATOR: Asphalt Distributor $ 14.25 Asphalt Paving Machine $ 13.44 Mechanic $ 17.00 Motor Grader, Fine Grade$ 17.74 Motor Grader, Rough $ 16.85 TRUCK DRIVER Lowboy -Float $ 16.62 Single Axle $ 11.61 WELDERS - Receive rate prescribed for craft performing operation to which welding is incidental. Unlisted classifications needed for work not included within the scope of the classifications listed may be added after award only as provided in the labor standards contract clauses (29CFR 5.5 (a) (1) (ii)). The body of each wage determination lists the classification and wage rates that have been found to be prevailing for the cited type(s) of construction in the area covered by the wage determination. The classifications are listed in alphabetical order of "identifiers" that indicate whether the particular rate is a union rate (current union negotiated rate for local), a survey rate (weighted average rate) or a union average rate (weighted union average rate). 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 Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 007202-7 REV 06-12-2015 no one rate prevailed for this classification in the survey and the published rate is derived by computing a weighted average rate based on all the rates reported in the survey for that classification. As this weighted average rate includes all rates reported in the survey, it may include both union and non-union rates. Example: SULA2012-007 5/13/2014. SU indicates the rates are survey rates based on a weighted average calculation of rates and are not majority rates. LA indicates the State of Louisiana. 2012 is the year of survey on which these classifications and rates are based. The next number, 007 in the example, is an internal number used in producing the wage determination. 5/13/2014 indicates the survey completion date for the classifications and rates under that identifier. Survey wage rates are not updated and remain in effect until a new survey is conducted. Union Average Rate Identifiers Classification(s) listed under the UAVG identifier indicate that no single majority rate prevailed for those classifications; however, 100 of the data reported for the classifications was union data. EXAMPLE: UAVG-OH-0010 08/29/2014. UAVG indicates that the rate is a weighted union average rate. OH indicates the state. The next number, 0010 in the example, is an internal number used in producing the wage determination. 08/29/2014 indicates the survey completion date for the classifications and rates under that identifier. A UAVG rate will be updated once a year, usually in January of each year, to reflect a weighted average of the current negotiated/CBA rate of the union locals from which the rate is based. WAGE DETERMINATION APPEALS PROCESS 1.) Has there been an initial decision in the matter? This can be: * an existing published wage determination * a survey underlying a wage determination * a Wage and Hour Division letter setting forth a position on a wage determination matter * a conformance (additional classification and rate) ruling On survey related matters, initial contact, including requests for summaries of surveys, should be with the Wage and Hour Regional Office for the area in which the survey was conducted because those Regional Offices have responsibility for the Davis -Bacon survey program. If the response from this initial contact is not satisfactory, then the process described in 2.) and 3.) should be followed. With regard to any other matter not yet ripe for the formal Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 007202-8 REV 06-12-2015 process described here, initial contact should be with the Branch of Construction Wage Determinations. Write to: Branch of Construction Wage Determinations Wage and Hour Division U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 2.) If the answer to the question in 1.) is yes, then an interested party (those affected by the action) can request review and reconsideration from the Wage and Hour Administrator (See 29 CFR Part 1.8 and 29 CFR Part 7). Write to: Wage and Hour Administrator U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 The request should be accompanied by a full statement of the interested party's position and by any information (wage payment data, project description, area practice material, etc.) that the requestor considers relevant to the issue. 3.) If the decision of the Administrator is not favorable, an interested party may appeal directly to the Administrative Review Board (formerly the Wage Appeals Board). Write to: Administrative Review Board U.S. Department of Labor 200 Constitution Avenue, N.W. Washington, DC 20210 4.) All decisions by the Administrative Review Board are final. END OF GENERAL DECISION END OF SECTION Wage Rate Requirements NASCC Truck Inspection Staging Area, #E16280 007202-9 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 NASCC Truck Inspection Staging Area, #E16280 007203-1 Rev 01-13-2016 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 NASCC Truck Inspection Staging Area, #E16280 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 4.04.0 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 NASCC Truck Inspection Staging Area, #E16280 007300-1 11-25-2013 3. A total of 19 rain days have been set for this Project. An extension of time due to rain days will be considered only after 19 rain days have been exceeded during the contract time period and the OAR has determined that a detrimental impact to the construction schedule resulted from the excessive rainfall. Rain days are to be incorporated into the schedule and unused rain days will be considered float time which may be consumed by the Owner or Contractor in delay claims. ARTICLE 5 — AVAILABILITY OF LANDS; SUBSURFACE CONDITIONS AND PHYSICAL CONDITIONS; HAZARDOUS ENVIRONMENTAL CONDITIONS SC -5.03 SUBSURFACE AND PHYSICAL CONDITIONS A. This Supplementary Condition identifies documents referenced in General Conditions Paragraph 5.03.A which describe subsurface and physical conditions. 1. Geotechnical Reports include the following: Subsurface Investigation and Laboratory Testing Program and Foundation and Pavement Recommendations for the Proposed NASCC Truck Inspection Staging Area, Rock Engineering and Testing Laboratory, Inc., RETL Job No. G116195, November 4, 2016. See Appendix A -Geotechnical Report. 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site (except Underground Facilities) include the following: None SC -5.06 HAZARDOUS ENVIRONMENTAL CONDITIONS AT SITE A. No reports of explorations or tests for Hazardous Environmental Conditions at or contiguous to the Site are known to Owner. ARTICLE 7 — CONTRACTOR'S RESPONSIBILITIES SC -7.02 LABOR; WORKING HOURS A. Add the following sentence to the end of Paragraph 7.04.C: "Also, do not perform Work on any Federal holiday." 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 NASCC Truck Inspection Staging Area, #E16280 007300-2 11-25-2013 DIVISION 01 GENERAL REQUIREMENTS 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 NOTE TO SPECIFIER:. Copy and paste the narrative description from section 00 21 13 Invitation to Bid and Instructions to Bidders — Article 1.01 and include any additional information after the primary description. A. Work is described in general, non-inclusive terms as: 1. Base Bid: The proposed improvements will include removal of existing concrete and asphalt pavement, chain-link fence, trees and other vegetation; construction of concrete pavement and driveways, new chain-link security fencing, drainage channel excavation and re -grading, channel bank stabilization, RCP multi -pipe culvert, post inlets and storm water line, and area lighting. Associated improvements such as electrical utility adjustments, storm water pollution prevention, pavement markings and traffic control will also be included. 2. Additive Alternate No. 1: The proposed improvements may also include removal of trees and other vegetation, channel excavation and re -grading, channel bank stabilization, and storm water pollution prevention downstream of the base bid limits of construction. 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. Summary of Work NASCC Truck Inspection Staging Area, #E16280 011100-1 Rev 01-13-2016 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. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Summary of Work NASCC Truck Inspection Staging Area, #E16280 011100-2 Rev 01-13-2016 01 23 10 ALTERNATES AND ALLOWANCES 1.00 GENERAL 1.01 REQUIREMENTS A. Alternates: 1. This Section describes each alternate by number and describes the basic changes to be incorporated into the Work when this alternate is made a part of the Work in the Agreement. 2. Drawings and Specifications will outline the extent of Work to be included in the alternate Contract Price. 3. Coordinate related Work and modify surrounding Work as required to properly integrate the Work under each alternate, and provide a complete and functional Project as required by the Contract Documents. 4. Bids for alternates may be accepted or rejected at the option of the Owner. 5. Owner may incorporate these alternates in the Contract when executed, or may issue a Change Order to incorporate these alternates within 120 days at the prices offered in the Bid, unless noted otherwise. A Request for a Change Proposal may be issued after 120 days or other designated time period to negotiate a new price for incorporating the Work into the Project. B. Allowances: 1. The Lump Sum Bid Items shown on the Bid Form and described below have been set as noted and shall be included in the Total Base Bid for each bidder. These Allowances may be used at the Owner's discretion should an unanticipated pavement issue, adjustment of a utility, unknown structure, or similar situation warrant the use of the Allowance funds. Should the use of funds from an Allowance become necessary, the Owner will provide written authorization at a cost negotiated between the City and the Contractor. No work is to be performed under these Items without written authorization from the OAR. There is no guarantee that any of these Allowance funds will need to be used throughout the course of the work. The Contractor shall insert the figure noted in the Bid Form for each Allowance. These items shall be used for unforeseen circumstances. Payment shall be negotiated for each circumstance, using unit prices in the Bid Form when applicable. 2. The amount of each allowance includes: a. The cost of the product to the Contractor less any applicable trade discounts. b. Delivery to the Site. c. Applicable taxes. 3. Include in the Contract Price all costs for: a. Handling at the Site, including unloading, uncrating, and storage per SECTION 01 3100 PROJECT MANAGEMENT AND COORDINATION. b. Cost for labor and equipment for installation and finishing. Alternates and Allowances NASCC Truck Inspection Staging Area, #E16280 012310-1 11-25-2013 c. Cost for related products not specifically listed in the allowance required for installation, including consumable supplies and materials. d. All overhead, profit, and related costs. 4. Assist Owner in the selection of products. a. Identify qualified Suppliers. b. Obtain bids from qualified Suppliers. c. Present available alternates to the Owner through the OAR. Notify OAR of: 1) Any objections to a particular Supplier or product. 2) Effect on the Construction Schedule anticipated by the selection of each option. 3) Cost of each option. 5. Upon selection of the product: a. Purchase and install the product. b. Contractor's responsibilities for products shall be the same as for products selected by the Contractor. 6. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to adjust Contract Price if the net cost of the product is more or less than the specified amount. a. Adjust the unit cost applied to the quantities installed per the method of payment described in SECTION 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 0133 00 DOCUMENT MANAGEMENT. Alternates and Allowances NASCC Truck Inspection Staging Area, #E16280 012310-2 11-25-2013 1.03 DESCRIPTION OF ALTERNATES A. Additive Alternate No. 1 for removal of trees and other vegetation, channel excavation and re -grading, channel bank stabilization, and storm water pollution prevention downstream of the base bid limits of construction: 1. This work includes Bid Items F1 thru F6, and may be awarded in whole, in part, or not awarded, depending on availability of funds. 1.04 DESCRIPTION OF ALLOWANCES A. Allowance for Unanticipated Paving Improvements: 1. The sum of $25,000 to be used for any unforeseen conditions or conflicts related to the proposed paving improvements. B. Allowance for Unanticipated Storm Water Improvements: 1. The sum of $25,000 to be used for any unforeseen conditions or conflicts related to the proposed storm water drainage improvements. C. Allowance for Unanticipated Lighting Improvements: 1. The sum of $2,000 to be used for any unforeseen conditions or conflicts related to the proposed lighting improvements. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Alternates and Allowances NASCC Truck Inspection Staging Area, #E16280 012310-3 11-25-2013 0129 00 APPLICATION FOR PAYMENT PROCEDURES 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Applications for Payment for completed Work and for materials and equipment in accordance with the General Conditions, the Supplementary Conditions, the Agreement, and this Section. The Contract Price is to include costs for: 1. Providing the Work in accordance with the Contract Documents; 2. Installing Owner furnished equipment and materials; 3. Providing Work for Alternates and Allowances; 4. Commissioning, start-up, training and initial maintenance and operation; 5. Acceptance testing in manufacturer's facilities or on Site; 6. All home office overhead costs and expenses, including profit made directly or indirectly for the Project; 7. Project management, Contract administration, field office, and field operations staff, including supervision, clerical support, and technology system support; 8. Professional services including design fees, legal fees, and other professional services; 9. Bonds and insurance; 10. Permits, licenses, patent fees, and royalties; 11. Taxes; 12. Providing all documents and Samples required by the Contract Documents; 13. Facilities and equipment at the Site including: a. Field offices, office furnishings, and all related office supplies, software, and equipment, b. Storage facilities for Contractor's use, storage facilities for stored materials and equipment, including spare parts storage, c. Shops, physical plant, construction equipment, small tools, vehicles, technology and telecommunications equipment, d. Safety equipment and facilities to provide safe access and working conditions for workers and for others working at the Site, e. Temporary facilities for power and communications, f. Potable water and sanitation facilities, and g. Mobilization and demobilization for all of these facilities and equipment; 14. Products, materials, and equipment stored at the Site or other suitable location; 15. Products, materials, and equipment permanently incorporated into the Project; Application for Payment Procedures NASCC Truck Inspection Staging Area, #E16280 012900-1 03-11-2015 16. Temporary facilities for managing water, including facilities for pumping, storage, and treatment as required for construction and protection of the environment; 17. Temporary facilities for managing environment conditions and Constituents of Concern; 18. Temporary facilities such as sheeting, shoring, bracing, formwork, embankments, storage facilities, working areas, and other facilities required for construction of the Project; 19. Temporary and permanent facilities for protection of all overhead, surface, or underground structures or features; 20. Temporary and permanent facilities for removal, relocation, or replacement of any overhead, surface, or underground structures or features; 21. Products, materials, and equipment consumed during the construction of the Project; 22. Contractor labor and supervision to complete the Project, including that provided through Subcontractors or Suppliers; 23. Correcting Defective Work during the Contract Times, during the Correction Period, or as required to meet any warranty provision of the Contract Documents; 24. Risk associated with weather and environmental conditions, start-up, and initial operation of facilities including equipment, processes, and systems; 25. Contractor's safety programs, including management, administration, and training; 26. Maintenance of facilities, including equipment, processes, and systems until operation is transferred to Owner; 27. Providing warranties, extended or special warranties, or extended service agreements; 28. Cleanup and disposal of any and all surplus materials; and 29. Demobilization of all physical, temporary facilities not incorporated into the Project. B. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price. C. Provide written approval of the surety company providing Bonds for the Schedule of Values, Application for Payment form, and method of payment prior to submitting the first Application for Payment. Submit approval using the Consent of Surety Company to Payment Procedures form provided. Payment will not be made without this approval. D. OAR may withhold processing Applications for Payment if any of the following processes or documentation are not up to date: 1. Progress Schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. 2. Project photographs per SECTION 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION. 3. Record Documents per SECTION 0131 13 PROJECT COORDINATION. 4. Documentation required to comply with Owner's Minority / MBE / DBE Participation Policy. Application for Payment Procedures NASCC Truck Inspection Staging Area, #E16280 012900-2 03-11-2015 1.02 SCHEDULE OF VALUES A. Submit a detailed Schedule of Values for the Work at least 10 days prior to submitting the first Application for Payment. B. Submit the Schedule of Values in the form for Attachment A - Tabulation of Earned Value of Original Contract Performed. C. Do not submit an Application for Payment until the Schedule of Values has been approved by the OAR. D. Use each unit price line item in the Agreement as a unit price line item in the Schedule of Values. E. Divide lump sum line items, including Subcontractor and Supplier amounts in the Schedule of Values into smaller components to allow more accurate determination of the earned value for each item. 1. Provide adequate detail to allow a more accurate determination of the earned value expressed as a percentage of Work completed for each item. 2. Line items may not exceed $50,000.00, unless they are for products, materials, or equipment permanently incorporated into the Project that cannot be subdivided into units or subassemblies. 3. Lump sum items may be divided into an estimated number of units to determine earned value. a. The estimated number of units times the cost per unit must equal the lump sum amount for that line item. b. Contractor will receive payment for the lump sum for the line item, regardless of the number of units installed, unless an adjustment is made by Change Order. 4. Include Contractor's overhead and profit in each line item in proportion to the value of the line item to the Contract Price. 5. Include the cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the Contract Price for each item. 6. These line items may be used to establish the value of Work to be added or deleted from the Project. 7. The sum of all values listed in the schedule must equal the total Contract Price. F. Subdivide each line item in the Schedule of Values into two payment components. The first component is the direct cost for products, materials, and equipment permanently incorporated into the Project. The second component is all other cost associated with the item in the Agreement. The sum of the two components must equal the value of the line item in the Schedule of Values. G. Where a percentage of the line value is allowed for a specified stage of completion, show the value for each stage of completion as a component of that line item cost. Application for Payment Procedures NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 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 0123 10 ALTERNATES AND ALLOWANCES. B. Include amounts for specified Allowances for Work in the Agreement in accordance with SECTION 0123 10 ALTERNATES AND ALLOWANCES. 1.07 RETAINAGE AND SET -OFFS A. Retainage will be withheld from each Application for Payment per the Agreement. Retainage will be released per the General Conditions. Application for Payment Procedures NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 012900-8 03-11-2015 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT 1.00 GENERAL 1.01 MEASUREMENT AND BASIS FOR PAYMENTS ON LUMP SUM ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents for lump sum payment items. Include all direct cost for the Work associated with that lump sum item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each lump sum item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the lump sum price. B. Measurement for progress payments will be made on the basis of the earned value for each item shown as a percentage of the cost for the lump sum item as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES. Payment at Final Completion will be equal to the total lump sum amount for that item. 1.02 MEASUREMENT AND BASIS FOR PAYMENTS ON UNIT PRICE ITEMS A. Include all cost for completing the Work in accordance with the Contract Documents in unit price payment items. Include all direct cost for the Work associated with that unit price item and a proportionate amount for the indirect costs as described in SECTION 0129 00 APPLICATION FOR PAYMENT PROCEDURES for each unit price item. Include cost not specifically set forth as an individual payment item but required to provide a complete and functional system in the unit price. B. Measurement for payments will be made only for the actual measured and/or computed length, area, solid contents, number, and weight, unless other provisions are made in the Contract Documents. Payment on a unit price basis will not be made for Work outside finished dimensions shown in the Contract Documents. Include cost for waste, overages, and tolerances in the unit price for that line item. Measurement will be as indicated for each unit price item. 1.03 MEASUREMENT AND BASIS FOR PAYMENT FOR BASE BID ITEMS A. Bid Item 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; f. Demobilization; and g. Mobilization may not exceed 5 percent of the total Contract Price. Measurement and Basis for Payment NASCC Truck Inspection Staging Area, #E16280 012901-1 Rev 01-13-2016 2. Measuring for payment is on a lump sum basis. Payment for mobilization will be based on the earned value of Work completed. B. Bid Item A2 —Temporary Traffic Controls During Construction: 1. This item consists of providing all work, equipment and materials required for temporary traffic controls during construction, in accordance with SECTION 025802. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagmen, temporary drainage pipes and structures, and such temporary devices as necessary to safely complete the project. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. C. Bid Item A3 — Remove Existing Chain -Link Fence: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. D. Bid Item A4 — 7 -ft Chain -Link Security Fence w/ 3 -Strand Barbed Wire: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. E. Bid Item A5 — 25 -ft Chain -Link Double Swing Gate w/ 3 -Strand Barbed Wire: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. F. Bid Item A6 — Block Sodding: 1. This item consists of providing all work, equipment and materials required for restoring areas within the ROW disturbed by Contractor's construction activities, in accordance with SECTION 028040. G. H. Bid Item A8 — Sediment Control (Silt) Fence: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. I. Bid Item A9 — Curb Inlet Protection: 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. Bid Item A7 — Seeding for Erosion Control: 1. This item consists of providing all work, equipment and materials required for restoring areas disturbed by Contractor's construction activities, in accordance with SECTION 028040. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. Measurement and Basis for Payment NASCC Truck Inspection Staging Area, #E16280 012901-2 Rev 01-13-2016 J. Bid Item A10 — Stabilized Construction Entrance: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. K. Bid Item All — Rock Filter Dam: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. L. Bid Item Al2 — Soil -Stabilizing Blanket for Channel Banks: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. M. Bid Item A13 —Adjust Exist. Electrical Manhole to Finish Grade: 1. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. N. Bid Item A14 — Relocate Exist. Electrical Pedestal & Vault: 1. This item consists of providing all work, equipment and materials required for removing the existing electrical pedestal and electrical vault, and installing replacement electrical pedestal and electrical vault outside of the proposed pavement area. 2. Measurement and basis for payment shall be as described in SECTION 00 30 01 BID FORM. O. Other Base Bid Items: 1. Measurement and basis for payment shall be as described in the applicable specification section and/or SECTION 00 30 01 BID FORM. 1.04 MEASUREMENT AND BASIS FOR PAYMENT FOR ADDITIVE ALTERNATES AND ALLOWANCES A. Bid Items F1 thru F6 — Additive Alternate No. 1: 1. These items consist of providing all work, equipment and materials required for extending the storm water channel improvements downstream from the base bid limits. This work may be awarded in whole, in part, or not awarded, depending on availability of funds. 2. Measurement and basis for payment shall be as described in the applicable specification section and/or SECTION 00 30 01 BID FORM. B. Bid Items B10, D13 and E12 — Allowances: 1. Allowances are described in SECTION 0123 10 ALTERNATES AND ALLOWANCES. 2. Measurement and basis for payment shall be as described in the applicable specification section and/or SECTION 00 30 01 BID FORM. Measurement and Basis for Payment NASCC Truck Inspection Staging Area, #E16280 012901-3 Rev 01-13-2016 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Measurement and Basis for Payment NASCC Truck Inspection Staging Area, #E16280 012901-4 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 0157 00 TEMPORARY CONTROLS. 1.02 QUALITY ASSURANCE A. Employ competent workmen, skilled in the occupation for which they are employed. Provide Work meeting quality requirements of the Contract Documents. B. Remove Defective Work from the Site immediately unless provisions have been made and approved by the OPT to allow repair of the product at the Site. Clearly mark Work as Defective until it is removed or allowable repairs have been completed. 1.03 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. 1. Provide copies of Supplier's printed storage instructions prior to furnishing materials or products and installation instructions prior to beginning the installation. 2. Incorporate field notes, sketches, recordings, and computations made by the Contractor in Record Drawings. 1.04 PERMITS A. Obtain building permits for the Project from the local authorities having jurisdiction. Pay building permit fees and include this cost in the Contract Price. B. Obtain environmental permits required for construction at the Site. C. Provide required permits for transporting heavy or oversized loads. D. Provide other permits required to conduct any part of the Work. E. Arrange for inspections and certification by agencies having jurisdiction over the Work. F. Make arrangements with private utility companies and pay for fees associated with obtaining services, or for inspection fees. G. Retain copies of permits and licenses at the Site and observe and comply with all regulations and conditions of the permit or license. Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-1 Rev 01-13-2016 1.05 SAFETY REQUIREMENTS A. Manage safety to protect the safety and welfare of persons at the Site. B. Provide safe access to move through the Site. Provide protective devices to warn and protect from hazards at the Site. C. Provide safe access for those performing tests and inspections. D. Comply with latest provisions of the Occupational Health and Safety Administration and other Laws and Regulation. E. Cooperate with accident investigations. Provide two copies of all reports, including insurance company reports, prepared concerning accidents, injury, or death related to the Project to the OAR as Record Data per SECTION 0133 03 RECORD DATA. 1.06 ACCESS TO THE SITE A. Maintain access to the facilities at all times. Do not obstruct roads, pedestrian walks, or access to the various buildings, structures, stairways, or entrances. Provide safe access for normal operations during construction. B. Provide adequate and safe access for inspections. Leave ladders, bridges, scaffolding, and protective equipment in place until inspections have been completed. Construct additional safe access if required for inspections. C. Use roadways for construction traffic only with written approval of the appropriate representatives of each entity. Roadways may not be approved for construction traffic. Obtain written approval to use roads to deliver heavy or oversized loads to the Site. Furnish copies of the written approvals to the Owner as Record Data per SECTION 0133 03 RECORD DATA. 1.07 CONTRACTOR'S USE OF SITE A. Limit the use of Site for Work and storage to those areas designated on the Drawings or approved by the OAR. Coordinate the use of the premises with the OAR. B. Provide security at the Site as necessary to protect against vandalism and loss by theft. C. Do not permit alcoholic beverages or illegal substances on the Site. Do not allow persons under the influence of alcoholic beverages or illegal substances to enter or remain on the Site at any time. Persons on Site under the influence of alcoholic beverages or illegal substances will be permanently prohibited from returning to the Site. Criminal or civil penalties may also apply. D. Park construction equipment in designated areas only and provide spill control measures as discussed in SECTION 01 57 00 TEMPORARY CONTROLS. E. Park employees' vehicles in designated areas only. F. Obtain written permission of the Owner before entering privately -owned land outside of the Owner's property, rights-of-way, or easements. G. Do not allow the use of audio devices, obnoxious, vulgar or abusive language, or sexual harassment in any form. These actions will cause immediate and permanent removal of the offender from the premises. Criminal or civil penalties may apply. Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-2 Rev 01-13-2016 H. Require Workers to wear clothing that is inoffensive and meets safety requirements. Do not allow sleeveless shirts, shorts, exceedingly torn, ripped, or soiled clothing to be worn on the Project. I. Do not allow firearms or weapons of any sort to be brought on to the Site under any conditions. No exception is to be made for persons with concealed handgun permits. Remove any firearms or weapons and the person possessing these firearms or weapons immediately from the Site. 1.08 PROTECTION OF EXISTING STRUCTURES AND UTILITIES A. Examine the Site and review the available information concerning the Site. Locate utilities, streets, driveways, fences, drainage structures, sidewalks, curbs, and gutters. Verify the elevations of the structures adjacent to excavations. Report any discrepancies from information in the Contract Documents to the OAR before beginning construction. B. Determine if existing structures, poles, piping, or other utilities at excavations will require relocation or replacement. Prepare a Plan of Action per SECTION 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. B. Excavate and expose existing parallel pipelines at 300 feet intervals (maximum) for existing pipelines which are within 10 feet of Project pipelines. Survey the line to determine its exact vertical and horizontal location at each point where the line is excavated and exposed. Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-3 Rev 01-13-2016 C. Prepare a Plan of Action per SECTION 0135 00 SPECIAL PROCEDURES indicating the owner of pipelines excavated and surveyed and all pertinent survey data, including the station where lines cross or conflicts may exist and the distance to the pavement centerline and elevations of the top of existing pipelines. D. Do not perform Work on the Project until all exploratory excavations have been completed and the Plan of Action has been approved by the Designer. E. Include the cost for these pre -construction exploratory excavations in the 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 0131 13 PROJECT COORDINATION. 1.12 REFERENCE DATA AND CONTROL POINTS A. The OPT will provide the following control points: 1. Base line or grid reference points for horizontal control. 2. Benchmarks for vertical control. B. Locate and protect control points prior to starting the Work and preserve permanent reference points during construction. Designated control points may be on an existing structure or monument. Do not change or relocate points without prior approval of the OAR. Notify OAR when the reference point is lost, destroyed, or requires relocation. Replace Project control points on the basis of the original survey. Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-4 Rev 01-13-2016 C. Provide complete engineering layout of the Work needed for construction. 1. Provide competent personnel. Provide equipment including accurate surveying instruments, stakes, platforms, tools, and materials. 2. Provide surveying with accuracy meeting the requirements established for Category 5 Construction Surveying as established in the Manual of Practice of Land Surveying in Texas published by the Texas Society of Professional Surveyors, latest revision. 3. Record Data and measurements per standards. 1.13 DELIVERY AND STORAGE A. Deliver products and materials to the Site in time to prevent delays in construction. B. Deliver packaged products to Site in original undamaged containers with identifying labels attached. Open cartons as necessary to check for damage and to verify invoices. Reseal cartons and store properly until used. Leave products in packages or other containers until installed. C. Assume full responsibility for the protection and safekeeping of products stored at the Site. D. Store products at locations acceptable to the OAR and to allow Owner access to maintain and operate existing facilities. E. Store products in accordance with the Supplier's storage instructions immediately upon delivery. Leave seals and labels intact. F. Provide additional storage areas as needed for construction. Store products subject to damage by elements in substantial weather -tight enclosures or storage sheds. Provide and maintain storage sheds as required for the protection of products. Provide temperature, humidity control, and ventilation within the ranges stated in the Supplier's instructions. Remove storage facilities at the completion of the Project. G. Protect the pipe interior. Keep all foreign materials such as dirt, debris, animals, or other objects out of the pipe during the Work. Cap or plug ends of installed pipe in an approved manner when pipe is not being installed. Clean or wash out pipe sections that become contaminated before continuing with installation. Take precautions to prevent the pipe from floating or moving out of the proper position during or after laying operations. Immediately correct any pipe that moves from its correct position. H. Provide adequate exterior storage for products that may be stored out-of-doors. 1. Provide substantial platforms, blocking, or skids to support materials and products above ground which has been sloped to provide drainage. Protect products from soiling or staining. 2. Cover products subject to discoloration or deterioration from exposure to the elements, with impervious sheet materials. Provide ventilation to prevent condensation below covering. 3. Store loose, granular materials on clean, solid surfaces, or on rigid sheet materials, to prevent mixing with foreign matter. 4. Provide surface drainage to prevent erosion and ponding of water. Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-5 Rev 01-13-2016 5. Prevent mixing of refuse or chemically injurious materials or liquids with stored materials. 6. Pipes and conduits stored outdoors are to have open ends sealed to prevent the entrance of dirt, moisture, and other injurious materials. Protect PVC pipe from ultraviolet light exposure. 7. Store light weight products to prevent wind damage. I. Maintain storage facilities. Inspect stored products on a weekly basis and after periods of severe weather to verify that: 1. Storage facilities continue to meet specified requirements; 2. Supplier's required environmental conditions are continually maintained; and 3. Products that can be damaged by exposure to the elements are not adversely affected. J. Replace any stored item damaged by inadequate protection or environmental controls. K. Payment may be withheld for any products not properly stored. 1.14 CLEANING DURING CONSTRUCTION A. Provide positive methods to minimize raising dust from construction operations and provide positive means to prevent air -borne dust from disbursing into the atmosphere. Control dust and dirt from demolition, cutting, and patching operations. B. Clean the Project as Work progresses and dispose of waste materials, keeping the Site free from accumulations of waste or rubbish. Provide containers on Site for waste collection. Do not allow waste materials or debris to blow around or off of the Site. Control dust from waste materials. Transport waste materials with as few handlings as possible. C. Comply with Laws and Regulations. Do not burn or bury waste materials. Remove waste materials, rubbish and debris from the Site and legally dispose of these at public or private disposal facilities. D. Provide a final cleaning to thoroughly clean the entire Site and make ready for acceptance. 1. Remove construction debris, boxes, and trash from the Site. 2. Remove construction storage sheds and field offices. 3. Restore grade to match surrounding condition and remove excess dirt. 4. Sweep all drives and parking lots clean of dirt and debris. Use water trucks or hose down paved site to like new appearance. 1.15 MAINTENANCE OF ROADS, DRIVEWAYS, AND ACCESS A. Maintain roads and streets in a manner that is suitable for safe operations of public vehicles during all phases of construction unless the Owner approves a street closing. Do not close public roads overnight. Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-6 Rev 01-13-2016 B. Submit a Notification by Contractor for Owner's approval of a street closing. The request shall state: 1. The reason for closing the street. 2. How long the street will remain closed. 3. Procedures to be taken to maintain the flow of traffic. C. Construct temporary detours, including by-pass roads around construction, with adequately clear width to maintain the free flow of traffic at all times. Maintain barricades, signs, and safety features around the detour and excavations. Maintain barricades, signs, and safety features around the Work in accordance with all provisions of the latest edition of the Manual on Uniform Traffic Control Devices (MUTCD). D. Assume responsibility for any damage resulting from construction along roads or drives. 1.16 AREA ACCESS AND TRAFFIC CONTROL A. Provide traffic control measures to assure a safe condition and to provide a minimum of inconvenience to motorists and the public. Provide all-weather access to all residents and businesses at all times during construction. Provide temporary driveways and/or roads of approved material during wet weather. Maintain a stockpile of suitable material on the Site to meet the demands of inclement weather. B. Schedule operations to minimize adverse impact on the accessibility of adjoining properties. Sequence construction to build driveways in half widths, construct temporary ramps, or any other measure required to maintain access to adjoining properties. C. Comply with the Owner's Uniform Barricading Standards and Practices. Copies of this document are available through the Owner's Traffic Engineering Department. Secure required permits from the Owner's Traffic Engineering Department. 1.17 OVERHEAD ELECTRICAL WIRES A. Comply with OSHA safety requirements regarding construction equipment working beneath overhead electrical wires. Prevent and pay for repairs for damage to existing overhead electrical wires or facilities. B. Provide for adequate safety with regard to overhead lines whether overhead lines are or are not shown in the Contract Documents. 1.18 BLASTING A. Blasting is not allowed for any purpose. 1.19 ARCHAEOLOGICAL REQUIREMENTS A. Cease operations immediately and contact the Owner for instructions if historical or archaeological artifacts are found during construction. B. Conduct all construction activities to avoid adverse impact on the Sites where significant historical or archaeological artifacts are found or identified as an area where other artifacts could be found. Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-7 Rev 01-13-2016 1. Obtain details for Working in these areas. 2. Maintain confidentiality regarding the Site. 3. Adhere to the requirements of the Texas Historical Commission. 4. Notify the OAR and the Texas Historical Commission. C. Do not disturb archaeological sites. 1. Obtain the services of a qualified archaeological specialist to instruct construction personnel on how to identify and protect archaeological finds on an emergency basis. 2. Coordinate activities to permit archaeological work to take place within the area. a. Attempt to archaeologically clear areas needed for construction as soon as possible. b. Provide a determination of priority for such areas. D. Assume responsibility for any unauthorized destruction that might result to such Sites by construction personnel, and pay all penalties assessed by the State or Federal agencies for non-compliance with these requirements. E. Contract Times will be modified to compensate for delays caused by such archaeological finds. No additional compensation will be paid for delays. 1.20 ENDANGERED SPECIES RESOURCES A. Do not perform any activity that is likely to jeopardize the continued existence of a threatened or endangered species as listed or proposed for listing under the Federal Endangered Species Act (ESA), and/or the State of Texas Parks and Wildlife Code on Endangered Species, or to destroy or adversely modify the habitat of such species. B. Cease Work immediately in the area of the encounter and notify the OAR if a threatened or endangered species is encountered during construction. OPT will implement actions in accordance with the ESA and applicable State statutes. Resume construction in the area of the encounter when authorized to do so by the OAR. 1.21 COOPERATION WITH PUBLIC AGENCIES A. Cooperate with all public and private agencies with facilities operating within the limits of the Project. B. Provide a 48-hour notice to any applicable agency when work is anticipated to proceed in the vicinity of any facility by using Texas 811 at 811 and the Lone Star Notification Company at 1-800-669-8344. C. For the Contractor's convenience, the following telephone numbers are listed: Public Agencies/Contacts Phone Number City Engineer 361-826-3500 Project Engineer LNV, Inc. 361-883-1984 Dennis L. Miller, P.E. 361-883-1984 Traffic Engineering 361-826-3547 Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-8 Rev 01-13-2016 Public Agencies/Contacts Phone Number 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 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Management and Coordination NASCC Truck Inspection Staging Area, #E16280 013100-9 Rev 01-13-2016 0131 13 PROJECT COORDINATION 1.00 GENERAL 1.01 WORK INCLUDED A. Administer Contract requirements to construct the Project. Provide documentation per the requirements of this Section. Provide information as requested by the OPT. 1.02 DOCUMENT SUBMITTAL A. Provide documents in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Use the forms provided for Contract administration, applications for payment, document submittals, documentation of test results, equipment installation and documentation, and Project closeout. A digital copy of the required forms will be provided to the Contractor before or at the pre -construction conference. 1.03 COMMUNICATION DURING THE PROJECT A. The OAR is to be the first point of contact for all parties on matters concerning this Project. 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 0133 00 DOCUMENT MANAGEMENT. Project Coordination NASCC Truck Inspection Staging Area, #E16280 013113-1 11-25-2013 1.04 PROJECT MEETINGS A. Pre -Construction Conference: 1. Attend a pre -construction conference. 2. The location of the conference will be determined by the OAR. 3. The time of the meeting will be determined by the OAR but will be after the Notice of Award is issued and not later than 15 days after the Notice to Proceed is issued. 4. The OPT, Contractor's project manager and superintendent, representatives of utility companies, and representatives from major Subcontractors and Suppliers may attend the conference. 5. Provide and be prepared to discuss: a. Preliminary construction schedule per SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. b. Schedule of Values and anticipated Schedule of Payments per SECTION 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 NASCC Truck Inspection Staging Area, #E16280 013113-2 11-25-2013 h. Field observations, problems, or conflicts. i. Maintenance of quality standards. 3. OAR will prepare minutes of meetings. Review the minutes of the meeting and notify the OAR of any discrepancies within 10 days of the date of the meeting memorandum. The minutes will not be corrected after the 10 days have expired. Corrections will be reflected in the minutes of the following meeting or as an attachment to the minutes. C. Pre- Submittal and Pre -Installation Meetings: 1. Conduct pre -submittal and pre -installation meetings as required in the individual technical Specifications or as determined necessary by the 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 0131 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 NASCC Truck Inspection Staging Area, #E16280 013113-3 11-25-2013 1.06 DECISION AND ACTION ITEM LOG A. OAR will maintain a Project Decision Log to document key decisions made at meetings, telephone conversation or Site visits using the format provided: 1. Review the log prior to each regular meeting. 2. Report any discrepancies to the OAR for correction or discussion at the next monthly meeting. B. OAR will maintain an Action Item log in conjunction with the Project Decision Log to track assignments made at meetings, telephone conversation, or Site visits using the format provided: 1. Review the Action Item Log prior to each regular meeting. 2. Report actions taken subsequent to the previous progress meeting on items in the log assigned to the Contractor or through the Contractor to a Subcontractor or Supplier to the OAR. Report on status of progress 1 week prior to each progress meeting established in Paragraph 1.04 to allow OAR to update the log prior to the Progress meetings. 3. Be prepared to discuss the status at each meeting. C. Decisions or action items in the log that require a change in the Contract Documents will have the preparation of a Modification as an action items if appropriate. The Contract Documents can only be changed by a Modification. 1.07 NOTIFICATION BY CONTRACTOR A. Notify the OAR of: 1. Need for testing. 2. Intent to work outside regular working hours. 3. Request to shut down facilities or utilities. 4. Proposed utility connections. 5. Required observation by OAR, Designer, or inspection agencies prior to covering Work. 6. Training. B. Provide notification a minimum of 2 weeks in advance in order to allow OPT time to respond appropriately to the notification. C. Use "Notification by Contractor" form provided. 1.08 RECORD DOCUMENTS A. Maintain at the Site one complete set of printed Record Documents including: 1. Drawings. 2. Specifications. 3. Addenda. 4. Modifications. Project Coordination NASCC Truck Inspection Staging Area, #E16280 013113-4 11-25-2013 5. Record Data and approved Shop Drawings. 6. Construction photographs. 7. Test Reports. 8. Clarifications and other information provided in Request for Information responses. 9. Reference standards. B. Store printed Record Documents and Samples in the Contractor's field office. 1. Record Documents are to remain separate from documents used for construction. 2. Provide files and racks for the storage of Record Documents. 3. Provide a secure storage space for the storage of Samples. 4. Maintain Record Documents in clean, dry, legible conditions, and in good order. 5. Make Record Documents and Samples available at all times for inspection by the OPT. C. Maintain a digital record of Specifications and Addenda to identify products provided in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. D. Maintain a digital record of Drawings in PDF format. 1. Reference the Record Data number, Shop Drawings number, and O&M manual number for each product and item of equipment furnished or installed. 2. Reference Modifications by type and number for all changes. 3. Record information as construction is being performed. Do not conceal any Work until the required information is recorded. 4. Mark Drawings to record actual construction, including the following: a. Depths of various elements of the foundation in relation to finished first floor datum or the top of walls. b. Horizontal and vertical locations of underground utilities and appurtenances constructed and existing utilities encountered during construction. c. Location of utilities and appurtenances concealed in the Work. Refer measurements to permanent structures on the surface. Include the following equipment: 1) Piping. 2) Ductwork. 3) Equipment and control devices requiring periodic maintenance or repair. 4) Valves, unions, traps, and tanks. 5) Services entrance. 6) Feeders. Project Coordination NASCC Truck Inspection Staging Area, #E16280 013113-5 11-25-2013 7) Outlets. d. Changes of dimension and detail. e. Changes by Modifications. f. Information in Request for Information or included in the Project Issues Log. g. Details not on the original Drawings. Include field verified dimensions and clarifications, interpretations, and additional information issued in response to RFIs. 5. Mark Drawings with the following colors: a. Highlight references to other documents, including Modifications in blue; b. Highlight mark ups for new or revised Work (lines added) in yellow; c. Highlight items deleted or not installed (lines to be removed) in red; and d. Highlight items constructed per the Contract Documents in green. 6. Submit Record Documents to Designer for review and acceptance 30 days prior to Final Completion of the Project. E. Applications for Payment will not be recommended for payment if Record Documents are found to be incomplete or not in order. Final payment will not be recommended without complete Record Documents. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Project Coordination NASCC Truck Inspection Staging Area, #E16280 013113-6 11-25-2013 0131 14 CHANGE MANAGEMENT 1.00 GENERAL 1.01 REQUESTS FOR CHANGE PROPOSAL A. Designer will initiate Modifications by issuing a Request for a Change Proposal (RCP). 1. Designer will prepare a description of proposed Modifications. 2. Designer will issue the Request for a Change Proposal form to Contractor. A number will be assigned to the Request for a Change Proposal when issued. 3. Return a Change Proposal in accordance with Paragraph 1.02 to the Designer for evaluation by the OPT. 1.02 CHANGE PROPOSALS A. Submit a Change Proposal (CP) to the Designer for Contractor initiated changes in the Contract Documents or in response to a Request for Change Proposal. 1. Use the Change Proposal form provided. 2. Assign a number to the Change Proposal when issued. 3. Include with the Change Proposal: a. A complete description of the proposed Modification if Contractor initiated or proposed changes to the OPT's description of the proposed Modification. b. The reason the Modification is requested, if not in response to a Request for a Change Proposal. c. A detailed breakdown of the cost of the change if the Modification requires a change in Contract Price. The itemized breakdown is to include: 1) List of materials and equipment to be installed; 2) Man hours for labor by classification; 3) Equipment used in construction; 4) Consumable supplies, fuels, and materials; 5) Royalties and patent fees; 6) Bonds and insurance; 7) Overhead and profit; 8) Field office costs; 9) Home office cost; and 10) Other items of cost. d. Provide the level of detail outline in the paragraph above for each Subcontractor or Supplier actually performing the Work if Work is to be provided by a Subcontractor or Supplier. Indicate appropriate Contractor mark-ups for Work Change Management NASCC Truck Inspection Staging Area, #E16280 013114-1 11-25-2013 provided through Subcontractors and Suppliers. Provide the level of detail outline in the paragraph above for self -performed Work. e. Submit Change Proposals that comply with Article 13 of the General Conditions for Cost of Work. f. Provide a revised schedule. Show the effect of the change on the Project Schedule and the Contract Times. B. Submit a Change Proposal to the Designer to request a Field Order. C. A Change Proposal is required for all substitutions or deviations from the Contract Documents. D. Request changes to products in accordance with SECTION 0133 02 SHOP DRAWINGS. 1.03 DESIGNER WILL EVALUATE THE REQUEST FOR A MODIFICATION. A. Designer will issue a Modification per the General Conditions if the Change Proposal is acceptable to the Owner. Designer will issue a Change Order or Contract Amendment for any changes in Contract Price or Contract Times. 1. Change Orders and Contract Amendments will be sent to the Contractor for execution with a copy to the Owner recommending approval. A Work Change Directive may be issued if Work needs to progress before the Change Order or Contract Amendment can be authorized by the Owner. 2. Work Change Directives, Change Orders, and Contract Amendments can only be approved by the Owner. a. Work performed on the Change Proposal prior to receiving a Work Change Directive or approval of the Change Order or Contract Amendment is performed at the Contractor's risk. b. No payment will be made for Work on Change Orders or Contract Amendments until approved by the Owner. B. The Contractor may be informed that the Request for a Change Proposal is not approved and construction is to proceed in accordance with the Contract Documents. 1.04 EQUAL NON SPECIFIED PRODUCTS A. The products of the listed Suppliers are to be furnished where Specifications list several manufacturers but do not specifically list "or equal" or "or approved equal" products. Use of any products other than those specifically listed is a substitution. Follow the procedures in Paragraph 1.05 for a substitution. B. Contractor may submit other manufacturers' products that are in full compliance with the Specification where Specifications list one or more manufacturers followed by the phase "or equal" or "or approved equal." 1. Submit a Shop Drawing as required by SECTION 01 33 02 SHOP DRAWINGS to document that the proposed product is equal or superior to the specified product. 2. Prove that the product is equal. It is not the OPT's responsibility to prove the product is not equal. Change Management NASCC Truck Inspection Staging Area, #E16280 013114-2 11-25-2013 a. Indicate on a point by point basis for each specified feature that the product is equal to the Contract Document requirements. b. Make a direct comparison with the specified manufacturer's published data sheets and available information. Provide this printed material with the Shop Drawing. c. The decision of the Designer regarding the acceptability of the proposed product is final. 3. Provide a typewritten certification that, in furnishing the proposed product as an equal, the Contractor: a. Has thoroughly examined the proposed product and has determined that it is equal or superior in all respects to the product specified. b. Has determined that the product will perform in the same manner and result in the same process as the specified product. c. Will provide the same warranties and/or bonds as for the product specified. d. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the product into the construction and will waive all claims for additional Work which may be necessary to incorporate the product into the Project which may subsequently become apparent. e. Will maintain the same time schedule as for the specified product. 4. A Change Proposal is not required for any product that is in full compliance with the Contract Documents. If the product is not in full compliance, it may be offered as a Substitution. 1.05 SUBSTITUTIONS A. Substitutions are defined as any product that the Contractor proposes to provide for the Project in lieu of the specified product. Submit a Change Proposal per Paragraph 1.02 along with a Shop Drawing as required by SECTION 0133 02 SHOP DRAWINGS to request approval of a substitution. B. Prove that the product is acceptable as a substitute. It is not the Designer's responsibility to prove the product is not acceptable as a substitute. 1. Indicate on a point by point basis for each specified feature that the product is acceptable to meet the intent of the Contract Documents requirements. 2. Make a direct comparison with the specified Suppliers published data sheets and available information. Provide this printed material with the documents submitted. 3. The decision of the Designer regarding the acceptability of the proposed substitute product is final. C. Provide a written certification that, in making the substitution request, the Contractor: 1. Has determined that the substituted product will perform in substantially the same manner and result in the same ability to meet the specified performance as the specified product. Change Management NASCC Truck Inspection Staging Area, #E16280 013114-3 11-25-2013 2. Will provide the same warranties and/or bonds for the substituted product as specified or as would be provided by the manufacturer of the specified product. 3. Will assume all responsibility to coordinate any modifications that may be necessary to incorporate the substituted product into the Project and will waive all claims for additional Work which may be necessary to incorporate the substituted product into the Project which may subsequently become apparent. 4. Will maintain the same time schedule as for the specified product. D. Pay for review of substitutions in accordance with SECTION 0133 02 SHOP DRAWINGS. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Change Management NASCC Truck Inspection Staging Area, #E16280 013114-4 11-25-2013 0133 00 DOCUMENT MANAGEMENT 1.00 GENERAL 1.01 WORK INCLUDED A. Submit documentation as required by the Contract Documents and as reasonably requested by the OPT. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, complete documents presented in a clear, easily understood manner. Documents not meeting these criteria will be returned without review. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Review documents prior to submitting. Make certifications as required by the Contract Documents and as indicated on forms provided. B. Provide a Schedule of Documents to list the documents that are to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that documents must be returned to comply with the Project schedule. Use the form provided for this list. C. Incorporate the dates for processing documents into the Progress Schedule required by SECTION 01 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 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. ssue 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 0129 00 Change Proposal 0131 14 Certified Test Report 0133 02 for approval of product 0140 00 to demonstrate compliance Notification by Contractor 0131 13 Photographic Documentation 0133 05 Progress Schedules 0133 04 Record Data 0133 03 Request for Information 0131 13 Shop Drawing 0133 02 Schedule of Values 0129 00 Substitutions 0131 14 Suppliers and Subcontractors 0131 13 and 0133 03 Document Management NASCC Truck Inspection Staging Area, #E16280 0133 00 - 3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Document Management NASCC Truck Inspection Staging Area, #E16280 013300-4 11-25-2013 0133 01 Submittal Register Specification Section Specification Description Paragraph No Types of Submittals Required — - Product Information Sample or Mockup Operations Data 022021 Methods for Control of Ground Water Record Data 022100 Select Material Record Data 025412 Prime Record Data 025424 Hot Mix Asphaltic Concrete Mix Design Record Data 027402 Reinforced Concrete Pipe and Corrugated HDPE Pipe Record Data 028020 Seeding Mixture Record Data 030020 Concrete Mix Designs (All Classes) Record Data T-028340 Chain -Link Secirity Fence and Gates Shop Drawing Gen. Notes Soil -Stabilizing Blanket for Channel Banks Record Data Item 618 Electrical Conduit (All) Record Data Item 620 Electrical Conductor (All) Record Data Item 624 Ground Box Record Data Item 628 Electrical Service Shop Drawing Drawings Concrete Light Pole Record Data Drawings Arm Bracket Record Data Drawings LED Luminaire Record Data Submittal Register NASCC Truck Inspection Staging Area, #E16280 0133 01-1 07-03-2014 0133 02 SHOP DRAWINGS 1.00 GENERAL 1.01 WORK INCLUDED A. Shop Drawings are required for those products that cannot adequately be described in the Contract Documents to allow fabrication, erection, or installation of the product without additional detailed information from the Supplier. B. Submit Shop Drawings as required by the Contract Documents and as reasonably requested by the OPT to: 1. Record the products incorporated into the Project for the Owner; 2. Provide detailed information for the products proposed for the Project regarding their fabrication, installation, commissioning, and testing; and 3. Allow the Designer to advise the Owner if products proposed for the Project by the Contractor conform, in general, to the design concepts of the Contract Documents. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Shop Drawings, Samples, or mockups. Contract modifications can only be approved by Change Order or Field Order. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Shop Drawings not meeting these criteria will be rejected. B. Demonstrate that the proposed products are in full and complete compliance with the design criteria and requirements of the Contract Documents, or will be if deviations requested per Paragraph 1.10 are approved. C. Furnish and install products that fully comply with the information included in the document submittal. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Provide Shop Drawings for the following items: Specification Section Shop Drawing Description ***REFER TO SECTION 0133 01— SUBMITTAL REGISTER*** B. Include Shop Drawings in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Shop Drawings to be submitted, the dates on which documents are to be sent to the Designer for review and proposed dates that the product will be incorporated into the Project. C. Incorporate the dates for processing Shop Drawings into the Progress Schedule required by SECTION 0133 04 CONSTRUCTION PROGRESS SCHEDULE. Shop Drawings NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 013302-2 11-25-2013 G. Fabrication or installation of any products prior to the approval of Shop Drawings is done at the Contractor's risk. Defective products may be rejected at the Owner's option. H. Payment will not be made for products for which Shop Drawings or Samples are required until these are approved by the Designer. 1.04 SHOP DRAWING REQUIREMENTS A. Provide adequate information in Shop Drawings and Samples so Designer can: 1. Assist the Owner in selecting colors, textures, or other aesthetic features. 2. Compare the proposed features of the product with the specified features and advise Owner that the product does, in general, conform to the Contract Documents. 3. Compare the performance features of the proposed product with those specified and advise the Owner that the product does, in general, conform to the performance criteria specified in the Contract Documents. 4. Review required certifications, guarantees, warranties, and service agreements for compliance with the Contract Documents. B. Include a complete description of the product to be furnished, including: 1. Type, dimensions, size, arrangement, and operational characteristics of the product; 2. Weights, gauges, materials of construction, external connections, anchors, and supports required; 3. All applicable standards such as ASTM or Federal specification numbers; 4. Fabrication and installation drawings, setting diagrams, manufacturing instructions, templates, patterns, and coordination drawings; 5. Mix designs for concrete, asphalt, or other materials proportioned for the Project; and 6. Complete and accurate field measurements for products which must fit existing conditions. Indicate on the document submittal that the measurements represent actual dimensions obtained at the Site. C. Submit Shop Drawings that require coordination with other Shop Drawings at the same time. Shop Drawings requiring coordination with other Shop Drawings will be rejected until a complete package is submitted. 1.05 SPECIAL CERTIFICATIONS AND REPORTS A. Provide all required certifications with the Shop Drawings as specified in the individual Specification Sections: 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Shop Drawing. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Shop Drawing. Shop Drawings NASCC Truck Inspection Staging Area, #E16280 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 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 SHOP DRAWING SUBMITTAL PROCEDURES A. Submit Shop Drawings through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Shop Drawing submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Shop Drawing submittal form is to be the first document in the file submitted. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 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 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 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 0133 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 NASCC Truck Inspection Staging Area, #E16280 013302-8 11-25-2013 drawings are to be revised to provide a clean record of the Shop Drawing. Proceed with ordering products as the documents are revised. 5. Dimensions or other data that does not appear to conform to the Contract Documents will be marked as "At Variance With" (AVW) the Contract Documents or other information provided. The Contractor is to make revisions as appropriate to comply with the Contract Documents. C. Bring deviations to the Shop Drawings to the attention of the Designer for approval by using the Shop Drawing Deviation Request form. Use a single line for each requested deviation so the Status and Action for each deviation can be determined for that requested deviation. If approval or rejection of a requested deviation will impact other requested deviations, then all related deviations should be included in that requested deviation line so the status and action can be determined on the requested deviation as a whole. D. Requested deviations will be reviewed as possible Modification to the Contract Documents. 1. A Requested deviation will be rejected as "Not Approved" if the requested deviation is unacceptable. Contractor is to revise and resubmit the Shop Drawing with corrections for approval. 2. A Field Order will be issued by the Designer for deviations approved by the Designer if the requested deviation is acceptable and if the requested deviation will not result in a change in Contract Price or Contract Times. Requested deviations from the Contract Documents may only be approved by Field Order. 3. A requested deviation will be rejected if the requested deviation is acceptable but the requested deviation will or should result in a change in Contract Price or Contract Times. Submit any requested deviation that requires as change in Contract Price or Contract Times as a Change Proposal for approval prior to resubmitting the Shop Drawing. E. Contractor is to resubmit the Shop Drawing until it is acceptable and marked Approved or Approved as Noted and is assigned an action per Paragraph 1.10.8 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 01 33 02-10 11-25-2013 0133 03 RECORD DATA 1.00 GENERAL 1.01 WORK INCLUDED A. Submit Record Data as required by the Contract Documents and as reasonably requested by the OPT. Provide Record Data for all products unless a Shop Drawing is required for the same item. B. Submit Record Data to provide documents that allow the Owner to: 1. Record the products incorporated into the Project for the Owner; 2. Review detailed information about the products regarding their fabrication, installation, commissioning, and testing; and 3. Provide replacement or repair of the products at some future date. C. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the receipt or cursory review of Record Data. Contract modifications can only be approved by Change Order or Field Order. D. Provide various reports or other documents that Contract Documents required be submitted for record purposes. 1.02 QUALITY ASSURANCE A. Submit legible, accurate, and complete documents presented in a clear, easily understood manner. Record Data not meeting these criteria will be rejected. 1.03 CONTRACTOR'S RESPONSIBILITIES A. Submit Record Data for the following items: Specification Section Record Data Description 0131 13 Contractor's Record Drawing Redline Markups 0133 01 Items Listed in Section 0133 01 SUBMITTAL REGISTER B. nclude Record Data in the Schedule of Documents required by SECTION 0133 00 DOCUMENT MANAGEMENT to indicate the Record Data to be submitted, the dates on which documents are to be sent to the Designer for review, and proposed dates that the product will be incorporated into the Project. C. Complete the following before submitting Record Data: 1. Prepare Record Data and coordinate with Shop Drawings or Samples, other Record Data, and with the requirements of the Work and the Contract Documents; 2. Determine and verify specified performance and design criteria, installation requirements, materials, catalog numbers, and similar information; Record Data NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 013303-2 11-25-2013 1. Certified Test Reports (CTR): A report prepared by an approved testing agency giving results of tests performed on products to indicate their compliance with the Specifications. This report is to demonstrate that the product when installed will meet the requirements and is part of the Record Data. Field tests may be performed by the Owner to determine that in place materials or products meet the same quality as indicated in the CTR submitted as part of the Record Data. 1.06 WARRANTIES AND GUARANTEES A. Provide all required warranties, guarantees, and related documents with the Record Data. The effective date of warranties and guarantees will be the date of acceptance of the Work by the Owner. B. Identify all Extended Warranties, defined as any guarantee of performance for the product or system beyond the 1 year correction period described in the General Conditions. Issue the warranty certificate in the name of the Owner. Provide a Warranty Bond for Extended Warranties if required by Specification Sections. C. Provide a copy of all warranties in a separate document in accordance with SECTION 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS. 1.07 RECORD DATA SUBMITTAL PROCEDURES A. Submit Record Data through the Designer. Send all documents in digital format for processing. 1. Provide all information requested in the Record Data submittal form. Do not leave any blanks incomplete. If information is not applicable, enter NA in the space provided. The Record Data submittal form is to be the first document in the file. 2. Submit all documents in Portable Document Format (PDF). a. Create PDF document using Bluebeam Revu software or other compatible software that will create files that can be opened and annotated using Bluebeam Revu software. b. Create PDF documents from native format files unless files are only available from scanned documents. c. Rotate pages so that the top of each document appears at the top of the monitor screen when opened in PDF viewing software. d. Submit PDF document with adequate resolution to allow documents to be printed in a format equivalent to the document original. Documents are to be scalable to allow printing on standard 8-1/2 x 11 or 11 x 17 paper. e. Submit color PDF documents where color is required to interpret the Record Data. f. Create or convert documents to allow text to be selected for comments or searched using text search features. Run scanned documents through Optical Character Recognition (OCR) software if necessary. Flatten markups in documents to prevent markups made by Contractor from being moved or deleted. Flatten documents to allow markup recovery. g. Record Data NASCC Truck Inspection Staging Area, #E16280 013303-3 11-25-2013 h. Use Bluebeam Revu software to reduce file size using default settings except the option for "Drop Metadata." Uncheck the "Drop Metadata" box when reducing file size. i. Add footers to each document with the Project name. 3. Submit each specific product, class of material, or product separately so these can be tracked and processed independently. Do not submit Record Data for more than one system in the same Record Data. 4. Submit items specified in different Specification Sections separately unless they are part of an integrated system. 5. Define abbreviations and symbols used in Record Data. a. Use terms and symbols in Record Data consistent with the Contract Drawings. b. Provide a list of abbreviations and their meaning as used in the Record Data. c. Provide a legend for symbols used on Record Data. 6. Mark Record Data to reference: a. Related Specification Sections, b Drawing number and detail designation, c. Product designation or name, d. Schedule references, e. System into which the product is incorporated, and f. Location where the product is incorporated into the Project. B. Submit a Change Proposal per SECTION 0131 14 CHANGE MANAGEMENT to request modifications to the Contract Documents, including those for approval of "or equal" products when specifically allowed by the Contract Documents or as a substitution for specified products or procedures. Deviations from the Contract Documents can only be approved by a Modification. C. Complete the certification required by Paragraph 1.03. 1.08 DESIGNER'S RESPONSIBILITIES A. Record Data will be received by the Designer, logged, and provided to Owner as the Project record. 1. Record Data may be reviewed to see that the information provided is adequate for the purpose intended. Record Data not meeting the requirements of Paragraph 1.02 may be rejected as unacceptable. 2. Record Data is not reviewed for compliance with the Contract Documents. Comments may be returned if deviations from the Contract Documents are noted during the cursory review performed to see that the information is adequate. 3. Contractor's responsibility for full compliance with the Contract Documents is not relieved by the review of Record Data. Contract modifications can only be approved by a Modification. Record Data NASCC Truck Inspection Staging Area, #E16280 013303-4 11-25-2013 B. Designer may take the following action in processing Record Data: 1. File Record Data as received if the cursory review indicates that the document meets the requirements of Paragraph 1.02. Document will be given the status of "Filed as Received" and not further action is required on that Record Data. 2. Reject the Record Data for one of the following reasons: a. The document submittal requirements of the Contract Documents indicate that the document submitted as Record Data should have been submitted as a Shop Drawing. The Record Data will be marked "Rejected" and "Submit Shop Drawing." No further action is required on this document as Record Data and the Record Data process will be closed. Resubmit the document as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. b. The cursory review indicates that the document does not meet the requirements of Paragraph 1.02. The Record Data will be marked "Rejected" and "Revise and Resubmit." Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." When Record Data is filed, no further action is required and the Record Data process will be closed. c. The Record Data is not required by the Contract Documents nor is applicable to the Project. The Record Data will be marked "Rejected" and "Cancel - Not Required." No further action is required and the Record Data process will be closed. C. Contractor is to resubmit the Record Data until it is acceptable and marked "Filed as Received." 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Record Data NASCC Truck Inspection Staging Area, #E16280 013303-5 11-25-2013 0133 04 CONSTRUCTION PROGRESS SCHEDULE 1.00 GENERAL 1.01 REQUIREMENTS A. Prepare and submit a Progress Schedule for the Work and update the schedule on a monthly basis for the duration of the Project. B. Provide schedule in adequate detail to allow Owner to monitor progress and to relate document processing to sequential activities of the Work. C. Incorporate and specifically designate the dates of anticipated submission of documents and the dates when documents must be returned to the Contractor into the schedule. D. Assume complete responsibility for maintaining the progress of the Work per the schedule submitted. E. Take the requirements of SECTION 0135 00 SPECIAL PROCEDURES into consideration when preparing schedule. 1.02 DOCUMENT SUBMITTAL A. Submit Progress Schedules in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit a preliminary schedule within 10 days after the Notice of Award. The schedule is to be available at the pre -construction conference. C. Submit a detailed schedule at least 10 days prior to the first payment request. D. Submit Progress Schedules updates monthly with Applications for Payment to indicate the progress made on the Project to that date. Failure to submit the schedule may cause delay in the review and approval of Applications for Payment. 1.03 SCHEDULE REQUIREMENTS A. Schedule is to be in adequate detail to: 1. Assure adequate planning, scheduling, and reporting during the execution of the Work; 2. Assure the coordination of the Work of the Contractor and the various Subcontractors and Suppliers; 3. Assist in monitoring the progress of the Work; and 4. Assist in evaluating proposed changes to the Contract Times and Project schedule. B. Provide personnel with 5 years' minimum experience in scheduling construction work comparable to this Project. Prepare the schedule using acceptable scheduling software. C. Provide the schedule in the form of a computer generated critical path schedule which includes Work to be performed on the Project. It is intended that the schedule accomplish the following: 1. Give early warning of delays in time for correction. Construction Progress Schedule NASCC Truck Inspection Staging Area, #E16280 013304-1 11-25-2013 2. Provide detailed plans for the execution of the Work in the form of future activities and events in sequential relationships. 3. Establish relationships of significant planned Work activities and provide a logical sequence for planned Work activities. 4. Provide continuous current status information. 5. Allow analysis of the Contractor's program for the completion of the Project. 6. Permit schedules to be revise when the existing schedule is not achievable. 7. Log the progress of the Work as it actually occurs. D. Prepare a time scaled CPM arrow or precedence diagram to indicate each activity and its start and stop dates. 1. Develop Milestone dates and Project completion dates to conform to time constraints, sequencing requirements and Contract completion date. 2. Use calendar day durations while accounting for holidays and weather conditions in the projection of the duration of each activity. 3. Clearly indicate the critical path for Work to complete the Project. E. Provide a time scaled horizontal bar chart which indicates graphically the Work scheduled at any time during the Project. The chart is to indicate: 1. Complete sequence of construction by activity; 2. Identification of the activity by structure, location, and type of Work; 3. Chronological order of the start of each item of Work; 4. The activity start and stop dates; 5. The activity duration; 6. Successor and predecessor relationships for each activity; 7. A clearly indicated single critical path; and 8. Projected percentage of completion, based on dollar value of the Work included in each activity as of the first day of each month. F. Provide a schedule incorporating the Schedule of Documents provided in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT indicating: 1. Specific dates each document is to be delivered to the Designer. 2. Specific dates each document must be received in order to meet the proposed schedule. 3. Allow a reasonable time to review documents, taking into consideration the size and complexity of the document, other documents being processed, and other factors that may affect review time. 4. Allow time for re -submission of the each document. Contractor is responsible for delays associated with additional time required to review incomplete or erroneous Construction Progress Schedule NASCC Truck Inspection Staging Area, #E16280 013304-2 11-25-2013 documents and for time lost when documents are submitted for products that do not meet Specification requirements. 1.04 SCHEDULE REVISIONS A. Revise the schedule if it appears that the schedule no longer represents the actual progress of the Work. 1. Submit a written report if the schedule indicates that the Project is more than 30 days behind schedule. The report is to include: a. Number of days behind schedule; b. Narrative description of the steps to be taken to bring the Project back on schedule; and c. Anticipated time required to bring the Project back on schedule. 2. Submit a revised schedule indicating the action that the Contractor proposes to take to bring the Project back on schedule. B. Revise the schedule to indicate any adjustments in Contract Times approved by Modification. 1. Include a revised schedule with Change Proposals if a change in Contract Times is requested. 2. OPT will deem any Change Proposal that does not have a revised schedule and request for a change in Contract Times as having no impact on the ability of the Contractor to complete the Project within the Contract Times. C. Updating the Project schedule to reflect actual progress is not considered a revision to the Project schedule. D. Applications for Payment may not be recommended for payment without a revised schedule and if required, the report indicating the Contractor's plan for bringing the Project back on schedule. 1.05 FLOAT TIME A. Define float time as the amount of time between the earliest start date and the latest start date of a chain of activities on the construction schedule. B. Float time is not for the exclusive use or benefit of either the Contractor or Owner. C. Where several subsystems each have a critical path, the subsystem with the longest time of completion is the critical path and float time is to be assigned to other subsystems. D. Contract Times cannot be changed by the submission of a schedule. Contract Times can only be modified by a Change Order or Contract Amendment. E. Schedule completion date must be the same as the Contract completion date. Time between the end of construction and the Contract completion date is float time. Construction Progress Schedule NASCC Truck Inspection Staging Area, #E16280 013304-3 11-25-2013 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION (NOT USED) END OF SECTION Construction Progress Schedule NASCC Truck Inspection Staging Area, #E16280 013304-4 11-25-2013 0133 05 VIDEO AND PHOTOGRAPHIC DOCUMENTATION 1.00 GENERAL 1.01 WORK INCLUDED A. Provide a video recording of the Site prior to the beginning of construction. 1. Record the condition of all existing facilities in or abutting the construction area (right- of-way) including but not limited to streets, curb and gutter, utilities, driveways, fencing, landscaping, etc. 2. Record after construction staking is complete but prior to any clearing. 3. Provide one copy of the recording, dated and labeled to the OAR before the start of construction. Provide additional recording as directed by the OAR if the recording provided is not considered suitable for the purpose of recording pre-existing conditions. B. Furnish an adequate number of photographs of the Site to clearly depict the completed Project. 1. Provide a minimum of ten different views. 2. Photograph a panoramic view of the entire Site. 3. Photograph all significant areas of completed construction. 4. Completion photographs are not to be taken until all construction trailers, excess materials, trash, and debris have been removed. 5. Employ a professional photographer approved by the OAR to photograph the Project. 6. Provide one aerial photograph of the Site from an angle and height to include the entire Site while providing adequate detail. C. All photographs, video recordings, and a digital copy of this media are to become the property of the Owner. Photographs or recordings may not be used for publication, or public or private display without the written consent of the Owner. 1.02 QUALITY ASSURANCE A. Provide clear photographs and recordings taken with proper exposure. View photographs and recordings in the field and take new photographs or recordings immediately if photos of an adequate print quality cannot be produced or video quality is not adequate. Provide photographs with adequate quality and resolution to permit enlargements. 1.03 DOCUMENT SUBMITTAL A. Submit photographic documentation as Record Data in accordance with SECTION 0133 00 DOCUMENT MANAGEMENT. B. Submit two DVDs of the video recording as Record Data in accordance with SECTION 01 33 00 DOCUMENT MANAGEMENT. Video and Photographic Documentation NASCC Truck Inspection Staging Area, #E16280 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. H. Pipeline projects should be recorded linearly from beginning to end. 3.00 EXECUTION (NOT USED) END OF SECTION Video and Photographic Documentation NASCC Truck Inspection Staging Area, #E16280 013305-2 11-25-2013 0135 00 SPECIAL PROCEDURES 1.00 GENERAL 1.01 CONSTRUCTION SEQUENCE A. Perform the Work as required to complete the entire Project within the Contract Times and in the sequence stipulated below: 1. Refer to Traffic Control Plan. B. Work shall be completed within the specified time for these items: C. Consider the sequences, duration limitations, and governing factors outlined in this Section to prepare the schedule for the Work. D. Perform the Work not specifically described in this Section as required to complete the entire Project within the Contract Times. 1.02 PLAN OF ACTION A. Submit a written plan of action for approval for shutting down essential services. These include: 1. Electrical power, 2. Control power, 3. Pipelines or wastewater systems, 4. Communications equipment, and 5. Other designated functions. B. Describe the following in the plan of action: 1. Scheduled dates for construction; 2. Work to be performed; 3. Utilities, piping, or services affected; 4. Length of time the service or utility will be disturbed; 5. Procedures to be used to carry out the Work; 6. Plan of Action to handle emergencies; 7. List of manpower, equipment, and ancillary supplies; 8. Backups for key pieces of equipment and key personnel; Special Procedures NASCC Truck Inspection Staging Area, #E16280 013500-1 11-25-2013 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 014000-1 11-25-2013 j. Provide adequate lighting to allow OPT observations; and k. Make Contract Documents available to testing agencies when requested. 5. Provide safe access for all inspection and testing activities, including those to be conducted as part of the OPT's Quality Management Program. 6. Document Defective Work though Certified Test Reports and Defective Work Notices. Document that corrective actions have been taken to correct any defects and that corrected Work is in compliance with the Contract Documents. 7. Apply quality control measures to documentation provided for the Project. 8. Implement countermeasures to prevent future Defective Work. C. Perform tests as indicated in this and other Sections of the Specifications. Technical Specifications govern if any testing and inspection requirements of this Section conflict with the testing and inspection requirements of the technical Specifications. D. All verification testing is to be observed by the OAR or designated representative. E. Send test reports to the Designer. F. Provide an update on quality control activities at monthly progress meetings required by SECTION 0131 13 PROJECT COORDINATION. G. Owner will withhold payment for Defective Work, or Work that has not been tested or inspected in accordance with the Contractor's Quality Control Plan, the OPT's Quality Control Program, or the Contract Documents. H. Work performed that is connected or adjacent to Defective Work or Work that would have to be removed to correct Defective Work is also considered to be Defective. Contractor is responsible for all cost with replacing any acceptable Work that must be removed, or might be damaged by corrective actions. 1.02 QUALITY MANAGEMENT ACTIVITIES BY THE OPT A. OPT will perform its own quality assurance tests independent of the Contractor's Quality Control Program. Assist the OPT and testing organizations in performing quality assurance activities per Paragraph 1.01. B. Quality assurance testing performed by the OPT will be paid for by the Owner, except for verification testing required per Paragraph 1.07. C. Quality assurance activities of the OPT, through their own forces or through contracts with consultants and materials testing laboratories are for the purpose of monitoring the results of the Contractor's Work to see that it is in compliance with the requirements of the Contract Documents. Quality assurance activities or non-performance of quality assurance activities by the OPT do not: 1. Relieve the Contractor of its responsibility to provide Work or furnish products that conform with the requirements of the Contract Documents; 2. Relieve the Contractor of its responsibility for providing adequate quality control measures; Quality Management NASCC Truck Inspection Staging Area, #E16280 014000-2 11-25-2013 3. Relieve the Contractor of its responsibility for damage to or loss of Work or products before OPT's acceptance; 4. Constitute or imply OPT's acceptance; and 5. Affect the continuing rights of the Owner after OPT's acceptance of the completed Work. D. Work is subject to OPT's quality assurance observations or testing at any time. Products which have been tested or inspected and approved by OPT at a supply source or staging area may be inspected or tested again by the OPT before, during or after incorporation into the Work and rejected if products do not comply with the Contract Documents. 1.03 CONTRACTOR'S USE OF OPT'S TEST REPORTS A. OPT has prepared a Quality Management Plan that describes, in general, the OPT's anticipated quality assurance testing program for this Project. This testing program will be made available to Bidders during the bidding phase. This plan outlines only the testing in general terms and may not reflect actual testing. Actual testing will depend on the Contractors means, methods and procedures of construction which will not be known until the Contractor begins Work and submits their own Quality Control Plan for review. There is no guarantee that all testing will be performed. B. Contractor will receive copies of all test reports documenting OPT's quality assurance activities. Contractor is entitled to rely on the accuracy of these tests results and use these as part of their quality control efforts. C. Contractor is to determine additional testing or inspections that may be required to implement the Contractor's Quality Control Plan. Include cost for additional testing and inspections required to meet Contractors quality control obligations, including the cost for correcting Defective Work in the Contract Price. D. Contractor may submit a Change Proposal if OPT's quality assurance testing program deviates significantly from the OPT's Quality Management Plan, and Contractor can demonstrate that additional cost was incurred to implementing the Contractor's Quality Control Plan resulting from these deviations. 1.04 DOCUMENTATION A. Provide documentation which includes: 1. Contractor's Quality Management Plan that establishes the methods of assuring compliance with the Contract Documents. Submit this plan as a Shop Drawings per SECTION 0133 02 SHOP DRAWINGS. 2. A Statement of Qualification for any proposed testing laboratories that includes a list of the engineers and technical staff that will provide testing services on the Project, descriptions of the qualifications of these individuals, list of tests that can be performed, equipment used with date of last certification, and a list of recent projects for which testing has been performed with references for those projects. 3. Provide Certified Test Reports for products to be incorporated into the Project. Provide reports to indicate that proposed products comply with the Contract Documents or indicate that proposed products do not comply with the Contract Quality Management NASCC Truck Inspection Staging Area, #E16280 014000-3 11-25-2013 Documents and why it does not comply. Submit these test reports as part of a Shop Drawings submitted per SECTION 01 33 02 SHOP DRAWINGS. 4. Provide Certified Test Reports for inspection and testing required in this Section and in other Specification Sections. Provide reports to indicate that Work complies with the Contract Documents or indicate that Work does not comply with the Contract Documents they are not in compliance and why it does not comply. Submit these test reports on forms provided per SECTION 0133 00 DOCUMENT MANAGEMENT. 1.05 STANDARDS A. Provide testing laboratories that comply with the American Council of Independent Laboratories (ACIL) "Recommended Requirements for Independent Laboratory Qualifications." B. Perform testing per recognized test procedures as listed in the various Sections of the Specifications, standards of the State Department of Highways and Public Transportation, American Society of Testing Materials (ASTM), or other testing associations. Perform tests in accordance with published procedures for testing issued by these organizations. 1.06 DELIVERY AND STORAGE A. Handle and protect test specimens of products and construction materials at the Site in accordance with recognized test procedures. Provide facilities for storing, curing, processing test specimens as required by test standard to maintain the integrity of Samples. 1.07 VERIFICATION TESTING FOR CORRECTED DEFECTS A. Provide verification testing on Work performed to correct Defective Work to demonstrate that the Work is now in compliance with the Contract Documents. Document that Defective Work has been corrected and verify that the OAR closes the item in the Defective Work Register. B. Pay for verification testing. OPT may perform verification testing as part of their Quality Management Program and impose a Set-off to recover the cost for this testing. C. Conduct the same tests or inspections used to determine that the original Work was Defective. Different tests or methods may be used if approved by the OPT. 1.08 TEST REPORTS A. Certified Test Reports are to be prepared for all tests. 1. Tests performed by testing laboratories may be submitted on their standard test report forms if acceptable to the OPT. These reports must include the following: a. Name of the Owner, Project title and number and Contractor; b. Name of the laboratory, address, and telephone number; c. Name and signature of the laboratory personnel performing the test; d. Description of the product being sampled or tested; Quality Management NASCC Truck Inspection Staging Area, #E16280 014000-4 11-25-2013 e. Date and time of sampling, inspection, and testing; f. Date the report was issued; g. Description of the test performed; h. Weather conditions and temperature at time of test or sampling; i. Location at the Site or structure where the test was taken; j. Standard or test procedure used in making the test; k. A description of the results of the test; I. Statement of compliance or non-compliance with the Contract Documents; and m. Interpretations of test results, if appropriate. 2. Submit reports on tests performed by Contractor, Subcontractors or Suppliers on the forms provided by the OAR. 3. OPT will prepare test reports on test performed by the OPT. B. Send test report to Designer within 24 hours of completing the test. Flag tests reports with results that do not comply with Contract Documents for immediate attention. C. Payment for Work may be withheld until test reports indicate that the Work is not Defective. 1.09 DEFECTIVE WORK A. Immediately correct any Defective Work or notify the OAR why the Work is not to be corrected immediately and when corrective action will be completed. B. No payment will be made for Defective Work. Remove Work from the Application for Payment if Work paid for on a previous Application for Payment is found to be Defective. 1.10 LIMITATION OF AUTHORITY OF THE TESTING LABORATORY A. The testing laboratory representatives are limited to providing testing services and interpreting the results of the test performed. B. The testing laboratory is not authorized to: 1. Alter the requirements of the Contract Documents; 2. Accept or reject any portion of the Work; 3. Perform any of the duties of the Contractor; or 4. Direct or stop the Work. 1.11 QUALITY CONTROL PLAN A. Submit the Contractor's Quality Control Plan for approval as a Shop Drawing per SECTION 0133 02 SHOP DRAWINGS. Use Contractor's Quality Control Plan Checklist provided to review the document before submitting and include a copy of the completed checklist with the Contractor's Quality Control Plan. Do not begin Work until the Contractor's Quality Control Plan is approved. Submit an interim plan covering only the portion of Work to be Quality Management NASCC Truck Inspection Staging Area, #E16280 014000-5 11-25-2013 performed if the Contractor plans to begin Work prior to submitting the Contractor's Quality Control Plan for the Project. Do not begin Work on other parts of the Project until the Contractor's Quality Control Plan is approved or another interim plan covering the additional Work to be started is approved. B. Provide a Contractor's Quality Control Plan that incorporates construction operations at both the Site and production Work at remote locations and includes Work by Subcontractors and Suppliers. The Contractor's Quality Control Plan is to include: 1. A description of the quality control organization, including an organization chart showing lines of authority to control the quality of Work; 2. Documentation describing name, qualifications (in resume format), duties, responsibilities, and level of authority of the Quality Control Manager; 3. The name, qualifications (in resume format), duties, responsibilities, and authorities of other persons assigned a quality control function; 4. Procedures for scheduling, reviewing, certifying, and managing documentation, including documentation provided by Subcontractors and Suppliers; 5. Control, verification, and acceptance testing procedures for each specific test. Include: a. Name of tests to be performed, b. Specification paragraph requiring test, c. Parameters of Work to be tested, d. Test frequency, e. Persons responsible for each test, and f. Applicable industry testing standards and laboratory facilities to be used for the test; 6. Integrate the OPT quality assurance testing into the Contractor's Quality Control Plan, specifically identifying the tests or inspections in Paragraph 1.11.B.5 that will be provided by the OPT as part of their Quality Management Program; 7. Procedures for tracking and documenting quality management efforts. 8. Procedures for tracking Defective Work from initial identification through acceptable corrective action. Indicate how documentation of the verification process for deficiencies will be made. 9. Reporting procedures which incorporate the use of forms provided by the OAR. 10. The name of the proposed testing laboratories along with documentation of qualifications per Paragraph 1.04. C. The Quality Control Manager must have authority to reject Defective Work and redirect the efforts of the Contractor's Team to prevent or correct Defective Work. D. Notify the Designer of any changes to the Contractor's Quality Control Plan or quality control personnel. Quality Management NASCC Truck Inspection Staging Area, #E16280 0140 00 - 6 11-25-2013 E. Meet with the OPT 7 days after Contractor's Quality Control Plan is submitted and before start of construction to discuss the Contractor's Quality Control Plan and expedite its approval. 2.00 PRODUCTS (NOT USED) 3.00 EXECUTION 3.01 IMPLEMENT CONTRACTOR'S QUALITY CONTROL PLAN A. Perform quality control observations and testing as required in each Section of the Specifications and where indicated on the Drawings. B. Includes the following phases for each definable Work task. A definable Work task is one which is separate and distinct from other tasks, has separate control requirements, may be provided by different trades or disciplines, or may be Work by the same trade in a different environment. 1. Planning Phase: Perform the following before beginning each definable Work task: a. Review the Contract Drawings. b. Review documents and determine that they are complete in accordance with the Contract Documents. c. Check to assure that all materials and/or equipment have been tested, submitted, and approved. d. Examine the work area to assure that all required preliminary Work has been completed and complies with the Contract Documents. e. Examine required materials, equipment, and Sample Work to assure that they are on hand, conform to Shop Drawings and Record Data, and are properly stored. f. Review requirements for quality control inspection and testing. g. Discuss procedures for controlling quality of the Work. Document construction tolerances and workmanship standards for the Work task. h. Check that the portion of the plan for the Work to be performed incorporates document review comments. i. Discuss results of planning phase with the OAR. Conduct a meeting attended by the Quality Control Manager, the OAR, superintendent, other quality control personnel as applicable, and the foreman responsible for the Work task. Instruct applicable workers as to the acceptable level of workmanship required in order to meet the requirements of the Contract Documents. Document the results of the preparatory phase actions by separate meeting minutes prepared by the Quality Control Manager and attached to the quality control report. 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 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. 2. Provide sanitary conditions. Prevent public nuisance or hazardous conditions from developing or existing at the Site. Temporary Facilities and Controls NASCC Truck Inspection Staging Area, #E16280 015000-1 11-25-2013 3. Prevent freezing of pipes, flooding, or the contamination of water. 4. Maintain Site security and protection of the facilities. 1.05 OPTIONS A. Construction offices may be prefabricated buildings on skids or mobile trailers. B. Storage sheds may be prefabricated buildings on skids or truck trailers. 2.00 PRODUCTS 2.01 TEMPORARY FIELD OFFICES NOT REQUIRED FOR THIS PROJECT A. The Contractor must furnish the OPT with a field office at the Site. The field office must contain at least 120 square feet of useable space. The field office must be air-conditioned and heated and must be furnished with an inclined table that measures at least 30 inches by 60 inches and two chairs. The Contractor shall move the field office on the Site as required by the OAR. The field office must be furnished with a telephone (with 24-hour per day answering service) and fax machine paid for by the Contractor. There is no separate pay item for the field office. B. Furnish a field office of adequate size for Contractor's use. Provide conference room space for a minimum of 15 people. C. Other trades may provide their own offices only when space is available at the Site, and the OPT agrees to its size, condition, and location. D. No monthly partial payments will be processed until OPT's field office facilities are completed and approved. 2.02 TEMPORARY STORAGE BUILDINGS A. Furnish storage buildings of adequate size to store any materials or equipment delivered to the Site that might be affected by weather. 2.03 TEMPORARY SANITARY FACILITIES A. Provide sanitary facilities at the Site from the commencement of the Project until Project conclusion. Maintain these facilities in a clean and sanitary condition at all times, and comply with the requirements of the local health authority. On large sites, provide portable toilets at such locations that no point in the Site shall be more than 600 feet from a toilet. B. Use these sanitary facilities. Do not use restrooms within existing or Owner -occupied buildings. 2.04 TEMPORARY HEAT A. Provide heating devices needed to protect buildings during construction. Provide fuel needed to operate the heating devices and attend the heating devices at all times they are in operation, including overnight operations. Temporary Facilities and Controls NASCC Truck Inspection Staging Area, #E16280 015000-2 11-25-2013 2.05 TEMPORARY UTILITIES A. Provide the temporary utilities for administration, construction, testing, disinfection, and start-up of the Work, including electrical power, water, and telephone. Pay all costs associated with furnishing temporary utilities. 1. Provide a source of temporary electrical power of adequate size for construction procedures. a. Use existing power systems where spare capacity is available. Provide temporary power connections that do not adversely affect the existing power supply. Submit connections to the OAR for approval prior to installation. b. Provide electrical pole and service connections that comply with Laws and Regulations and the requirements of the power company. 2. Provide telephone service to the Site and install telephones inside the Contractor's and the OPT's field office. 2.06 WATER FOR CONSTRUCTION A. Provide temporary water. Potable water may be purchased from the Owner by obtaining a water meter from the Owner and transporting water from a water hydrant. Non -potable water may be used for hydraulic testing of non -potable basins or pipelines. Include the cost of water in the Contract Price. B. Contractor must comply with the City of Corpus Christi's Water Conservation and Drought Contingency Plan as amended (the "Plan"). This includes implementing water conservation measures established for changing conditions. The City Engineer will provide a copy of the Plan to Contractor at the pre -construction meeting. The Contractor will keep a copy of the Plan on the Site throughout construction. 3.00 EXECUTION 3.01 LOCATION OF TEMPORARY FACILITIES A. Locate temporary facilities in areas approved by the OAR. Construct and install signs at locations approved by the OAR. Install informational signs so they are clearly visible. 3.02 PROJECT IDENTIFICATION AND SIGNS NOT REQUIRED A. The Owner will furnish two Project signs to be installed by the Contractor. The signs must be installed before construction begins and will be maintained throughout the Project period by the Contractor. The locations of the signs will be determined in the field by the OAR. 3.03 TEMPORARY LIGHTING A. Provide temporary lighting inside buildings once buildings are weatherproof. B. Provide lighting that is adequate to perform Work within any space. Temporary lights may be removed once the permanent lighting is in service. Temporary Facilities and Controls NASCC Truck Inspection Staging Area, #E16280 015000-3 11-25-2013 C. Provide portable flood lights at any time that Work will be performed outside the structure at night. Provide adequate lighting at any location Work is being performed. 3.04 DRINKING WATER A. Provide all field offices with potable water. Provide a dispenser and cooling apparatus if bottled drinking water is provided. B. Pay for water services and maintain daily. 3.05 CONSTRUCTION FENCE A. Install and maintain a construction fence around the Site and off-site storage yards. Fence must be a minimum 6 feet high chain Zink construction unless shown otherwise. Provide gates with padlocks. 3.06 REMOVAL OF TEMPORARY FACILITIES A. Remove temporary buildings, sheds, and utilities at the conclusion of the Project and restore the Site to original condition or finished in accordance with the Drawings. B. Remove informational signs upon completion of construction. C. Remove Project identification signs, framing, supports, and foundations upon completion of the Project. 3.07 MAINTENANCE AND JANITORIAL SERVICE A. Provide janitorial service (sweeping/mopping) for the OPT's field office on a weekly basis or as requested. Empty trash receptacles daily or as needed. B. Maintain signs and supports in a neat, clean condition. Repair damage to structures, framings, or signs. C. Repair any damage to Work caused by placement or removal of temporary signage. D. Service, maintain, and replace, if necessary, the OPT's field office computer equipment throughout the Project as required by the OPT including replacement cartridges for all office equipment. END OF SECTION Temporary Facilities and Controls NASCC Truck Inspection Staging Area, #E16280 015000-4 11-25-2013 01 57 00 TEMPORARY CONTROLS 1.00 GENERAL 1.01 WORK INCLUDED A. s Provide labor, materials, equipment, and incidentals necessary to construct temporary facilities to provide and maintain control over environmental conditions at the Site. Remove temporary facilities when no longer needed. B. Construct temporary impounding works, channels, diversions, furnishing and operation of pumps, installing piping and fittings, and other construction for control of conditions at the Site. Remove temporary controls at the end of the Project. C. Provide a Storm Water Pollution Prevention Plan (SWPPP) as required by Texas Pollutant Discharge Elimination System (TPDES) General Permit No. TXR150000 for stormwater discharges from construction activities. Comply with all requirements of the Texas Commission on Environmental Quality (TCEQ) and Laws and Regulations. File required legal notices and obtain required permits prior to beginning any construction activity. D. Provide labor, materials, equipment, and incidentals necessary to prevent stormwater pollution for the duration of the Project. Provide and maintain erosion and sediment control structures as required to preventive sediment and other pollutants from the Site from entering any stormwater system including open channels. Remove pollution control structures when no longer required to prevent stormwater pollution. 1.02 QUALITY ASSURANCE A. Construct and maintain temporary controls with adequate workmanship using durable materials to provide effective environmental management systems meeting the requirements of the Contract Documents and Laws and Regulations. Use materials that require minimal maintenance to prevent disruption of construction activities while providing adequate protection of the environment. B. Periodically inspect systems to determine that they are meeting the requirements of the Contract Documents. 1.03 DOCUMENT SUBMITTAL A. Provide documents requiring approval by the OPT as Shop Drawings in accordance with SECTION 01 33 02 SHOP DRAWINGS. B. Provide copies of notices, records, and reports required by the Contract Documents or Laws and Regulations as Record Data in accordance with SECTION 0133 03 RECORD DATA. 1.04 STANDARDS A. Provide a SWPPP that complies with all requirements of TPDES General Permit No. TXR150000 and any other applicable Laws and Regulations. B. Perform Work to comply with the City of Corpus Christi Code of Ordinances, Part III, Chapter 14, Article X - titled "STORM WATER QUALITY MANAGEMENT PLANS" and any other applicable Laws and Regulations. Temporary Controls NASCC Truck Inspection Staging Area, #E16280 015700-1 11-25-2013 1.05 PERMITS A. Submit the following to the TCEQ and the Operator of any Municipal Separate Storm Sewer System (MS4) receiving stormwater discharges from the Site: 1. Notice of Intent (NOI) at least 48 hours prior to beginning construction activity. Construction activity may commence 24 hours after the submittal of an electronic NOI. 2. Notice of Change (NOC) letter when relevant facts or incorrect information was submitted in the NOI, or if relevant information in the NOI changes during the course of construction activity. 3. Notice of Termination (NOT) when the construction Project has been completed and stabilized. B. Post a copy of the NOI at the Site in a location where it is readily available for viewing by the general public and as required by Laws and Regulations prior to starting construction activities and maintain the posting until completion of the construction activities. C. Maintain copies of a schedule of major construction activities, inspection reports, and revision documentation with the SWPPP. 1.06 STORMWATER POLLUTION CONTROL A. Comply with the current requirements of TPDES General Permit No. TXR150000 as set forth by the TCEQ for the duration of the Project: 1. Develop a SWPPP meeting all requirements of the TPDES General Permit. 2. Submit of a Notice of Intent to the TCEQ. 3. Develop and implement appropriate Best Management Practices as established by local agencies of jurisdiction. 4. Provide all monitoring and/or sampling required for reporting to the TCEQ. 5. Submit reports to the TCEQ as required as a condition of the TPDES General Permit. 6. Submit copies of the reports to the Designer as Record Data in accordance with SECTION 01 33 03 RECORD DATA. 7. Retain copies of these documents at the Site at all times for review and inspection by the OPT or regulatory agencies. Post a copy of the permit as required by Laws and Regulations. 8. Assume sole responsibility for implementing, updating, and modifying the TPDES General Permit per Laws and Regulations for the SWPPP and Best Management Practices. B. Use forms required by the TCEQ to file the Notice of Intent. Submit the Notice of Intent at least 2 days prior to the start of construction. Develop the SWPPP prior to submitting the Notice of Intent. Provide draft copies of the Notice of Intent, SWPPP, and any other pertinent TCEQ submittal documents to Owner for review prior to submittal to the TCEQ. C. Return any property disturbed by construction activities to either specified conditions or pre -construction conditions as set forth in the Contract Documents. Provide an overall erosion and sedimentation control system that will protect all undisturbed areas and soil Temporary Controls NASCC Truck Inspection Staging Area, #E16280 015700-2 11-25-2013 stockpiles/spoil areas. Implement appropriate Best Management Practices and techniques to control erosion and sedimentation and maintain these practices and techniques in effective operating condition during construction. Permanently stabilize exposed soil and fill as soon as practical during the Work. D. Assume sole responsibility for the means, methods, techniques, sequences, and procedures for furnishing, installing, and maintaining erosion and sedimentation control structures and procedures and overall compliance with the TPDES General Permit. Modify the system as required to effectively control erosion and sediment. E. Retain copies of reports required by the TPDES General Permit for 3 years from date of Final Completion. 1.07 POLLUTION CONTROL A. Prevent the contamination of soil, water, or atmosphere by the discharge of noxious substances from construction operations. Provide adequate measures to prevent the creation of noxious air -borne pollutants. Prevent dispersal of pollutants into the atmosphere. Do not dump or otherwise discharge noxious or harmful fluids into drains or sewers, nor allow noxious liquids to contaminate public waterways in any manner. B. Provide equipment and personnel and perform emergency measures necessary to contain any spillage. 1. Contain chemicals in protective areas and do not dump on soil. Dispose of such materials at off-site locations in an acceptable manner. 2. Excavate contaminated soil and dispose at an off-site location if contamination of the soil does occur. Fill resulting excavations with suitable backfill and compact to the density of the surrounding undisturbed soil. 3. Provide documentation to the Owner which states the nature and strength of the contaminant, method of disposal, and the location of the disposal site. 4. Comply with Laws and Regulations regarding the disposal of pollutants. C. Groundwater or run-off water which has come into contact with noxious chemicals, sludge, or sludge -contaminated soil is considered contaminated. Contaminated water must not be allowed to enter streams or water courses, leave the Site in a non -contained form, or enter non -contaminated areas of the Site. 1. Pump contaminated water to holding ponds constructed by the Contractor for this purpose, or discharge to areas on the interior of the Site, as designated by the OAR. 2. Construct temporary earthen dikes or take other precautions and measures as required to contain the contaminated water and pump to a designated storage area. 3. Wash any equipment used for handling contaminated water or soil within contaminated areas three times with uncontaminated water prior to using such equipment in an uncontaminated area. Dispose of wash water used to wash such equipment as contaminated water. Temporary Controls NASCC Truck Inspection Staging Area, #E16280 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 MANAGEMENT OF WATER A. Manage water resulting from rains or ground water at the Site. Maintain trenches and excavations free of water at all times. B. Lower the water table in the construction area by acceptable means if necessary to maintain a dry and workable condition at all times. Provide drains, sumps, casings, well points, and other water control devices as necessary to remove excess water. C. Provide continuous operation of water management actions. Maintain standby equipment to provide proper and continuous operation for water management. D. Ensure that water drainage does not damage adjacent property. Divert water into the same natural watercourse in which its headwaters are located, or other natural stream or waterway as approved by the Owner. Assume responsibility for the discharge of water from the Site. E. Remove the temporary construction and restore the Site in a manner acceptable to the OAR and to match surrounding material at the conclusion of the Work. 1.10 DEWATERING A. This item is considered subsidiary for all dewatering methods other than "well pointing" to the appropriate bid items as described in the Bid Form where dewatering is needed to keep the excavation dry, as approved by the Designer, and shall include all costs to provide a dry foundation for the proposed improvements. B. Storm water that enters an excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. C An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by a manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is to allow solids screening and/or settling prior to entering a storm water conduit or inlet. D. Storm water or groundwater shall not be discharged to private property without permission. It is the intent that Contractor discharges groundwater primarily into the existing storm water system, provided that the quality of groundwater is equal to or better than the receiving stream, the Oso Bay. E. Testing of groundwater quality is to be performed by the Contractor, at the Contractor's expense, prior to commencing discharge and shall be retested by the Contractor, at the Contractor's expense, a minimum of once a week. Contractor shall coordinate with the Temporary Controls NASCC Truck Inspection Staging Area, #E16280 015700-4 11-25-2013 Owner on all testing. Tests will also be performed as each new area of construction is started. F. Another option for disposal of groundwater by Contractor would include pumping to the nearest sanitary sewer system. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater plant, the costs for these operations shall be negotiated. Other groundwater disposal alternatives or solutions may be approved by the Designer on a case by case basis. G. Prior to Pumping groundwater from a trench to the sanitary sewer system the Contractor shall contact the Wastewater Pre-treatment Coordinator at 826-1817 to obtain a "no cost" permit from the Owner's Waste Water Department. Contractor will pay for any water quality testing or water analysis cost required. The permit will require an estimate of groundwater flow. Groundwater flow can be estimated by boring a hole or excavating a short trench then record water level shortly after completion, allow to sit overnight, record water level again, pump hole or trench dry to a holding tank or vacuum truck then record how long it takes to fill to original level and overnight level. 1.11 DISPOSAL OF CONTAMINATED GROUNDWATER NOT APPLICABLE 1.12 DISPOSAL OF HIGHLY CHLORINATED WATER A. Dispose of water used for testing, disinfection, and line flushing. Comply with Owner's requirements and Laws and Regulation regarding the disposal of contaminated water, including water with levels of chlorine, which exceed the permissible limits for discharge into wetlands or environmentally sensitive areas. Comply with the requirements of all regulatory agencies in the disposal of all water used in the Project. Include a description and details for disposal of this water in a Plan of Action per SECTION 01 35 00 SPECIAL PROCEDURES. Do not use the Owner's sanitary sewer system for disposal of contaminated water. 1.13 WINDSTORM CERTIFICATION 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. Temporary Controls NASCC Truck Inspection Staging Area, #E16280 015700-5 11-25-2013 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 NASCC Truck Inspection Staging Area, #E16280 015700-6 11-25-2013 0170 00 EXECUTION AND CLOSEOUT REQUIREMENTS 1.00 GENERAL 1.01 WORK INCLUDED A. Comply with requirements of the General Conditions and specified administrative procedures in closing out the Contract. 1.02 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 NASCC Truck Inspection Staging Area, #E16280 017000-1 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 NASCC Truck Inspection Staging Area, #E16280 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 NASCC Truck Inspection Staging Area, #E16280 017000-3 11-25-2013 PART S STANDARD SPECIFICATIONS SECTION 021020 SITE CLEARING AND STRIPPING 1. DESCRIPTION This specification shall govern all work necessary for clearing, grubbing and stripping of objectionable matter as required to complete the project, and shall include removing and disposing of trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter from the project site. 2. CONSTRUCTION METHODS The site shall be cleared of all trees, stumps, brush, roots, vegetation, rubbish and other objectionable matter as indicated on the drawings and/or as directed by the Engineer or his designated representative. Tree stumps and roots shall be grubbed to a minimum depth of 2 feet below natural ground or 2 feet below base of subgrade, whichever is lower. Areas that underlie compacted backfill shall be stripped of all vegetation, humus and other objectionable matter encountered within the top six (6) inches of the soil. All material removed from the site under this operation shall become the Contractor's responsibility. The material shall be disposed of either at a disposal site indicated on the drawings or at a disposal site obtained by the Contractor. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site clearing and stripping or clear right-of-way shall be measured by the acre. Payment shall be full compensation for all labor, equipment, tools and incidentals necessary for removing, handling, and disposing of objectionable matter from the site as indicated above. 021020 Page 1 of 1 Rev. 10-30-2014 SECTION 021040 SITE GRADING 1. DESCRIPTION This specification shall govern all work necessary for backfill and grading of the site to complete the project. 2. CONSTRUCTION METHODS Prior to site grading, the site shall be cleared in accordance with City Standard Specification Section 021020 "Site Clearing and Stripping". Unless specified otherwise on the drawings, the existing surface shall be loosened by scarifying or plowing to a depth of not less than six (6) inches. The loosened material shall be recompacted with fill required to bring the site to the required grades and elevations indicated on the plans. Fill shall be uniform as to material, density and moisture content. Fill shall be free of large clods, large rocks, organic matter, and other objectionable material. No fill that is placed by dumping in a pile or windrow shall be incorporated into a layer in that position; all such piles and windrows shall be moved by blading or similar method. All fill shall be placed in layers approximately parallel to the finish grade in layers not to exceed six (6) inches of uncompacted depth, unless indicated otherwise on drawings. The fill shall be compacted to a density which approximates that of natural ground unless indicated otherwise on drawings. The Engineer may order proof rolling to test the uniformity of compaction. All irregularities, depressions and soft spots that develop shall be corrected by the Contractor. Excess material from excavation, which is not incorporated into the site as fill, shall be become property of the Contractor and disposed of away from the job site, unless indicated otherwise on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, site grading shall not be measured for pay, but shall be considered subsidiary to other work. 021040 Page 1 of 1 Rev. 10-30-2014 SECTION 021080 REMOVING ABANDONED STRUCTURES 1. DESCRIPTION This specification shall provide for the demolition, removal and disposal of abandoned structures or portions of abandoned structures, as noted on the drawings, and shall include all excavation and backfilling necessary to complete the removal. The work shall be done in accordance with the provisions of these specifications. 2. METHOD OF REMOVAL Culverts or Sewers. Pipe shall be removed by careful excavation of all dirt on top and the sides in such manner that the pipe will not be damaged. Removal of sewer appurtenances shall be included for removal with the pipe. Those pipes which are deemed unsatisfactory for reuse by the Engineer may be removed in any manner the Contractor may select. Concrete Structures. Unwanted concrete structures or concrete portions of structures shall be removed to the lines and dimensions shown on the drawings, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure outside of the limits designated for removal which is damaged by the Contractor's operations shall be restored to its original condition at the Contractor's entire expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Portions of the abandoned structure shall be removed to the lines and dimensions shown on the plans, and these materials shall be disposed of as shown on the drawings or as directed by the Engineer. Any portion of the existing structure, outside of the limits designated for removal, damaged during the operations of the Contractor, shall be restored to its original condition entirely at the Contractor's expense. Explosives shall not be used in the removal of portions of the existing structure unless approved by the Engineer, in writing. Concrete portions of structures below the permanent ground line, which will not interfere in any manner with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Reinforcement shall be cut off close to the concrete. Steel Structures. Steel structures or steel portions of structures shall be dismantled in sections as determined by the Engineer. The sections shall be stored if the members are to be salvaged and reused. Rivets and bolts connecting steel railing members, steel beams of beam spans and steel stringers of truss spans, shall be removed by butting the heads with a "cold cut" and punching or drilling from the hole, or by such other method that will not injure the members for re -use and will meet the approval of the Engineer. The removal of rivets and bolts from connections of truss 021080 Page 1 of 3 Rev. 10-30-2014 members, bracing members, and other similar members in the structure will not be required unless specifically called for on the plans or special provisions, and the Contractor shall have the option of dismantling these members by flame -cutting the members immediately adjacent to the connections. Flame -cutting will not be permitted, however, when the plans or special provisions call for the structure unit to be salvaged in such manner as to permit re -erection. In such case, all members shall be carefully matchmarked with paint in accordance with diagrams furnished by the Engineer prior to dismantling, and all rivets and bolts shall be removed from the connections in the manner specified in the first portion of this paragraph. Timber Structures. Timber structures or timber portions of structures to be reused shall be removed in such manner as to damage the timber for further use as little as possible. All bolts and nails shall be removed from such lumber as deemed salvable by the Engineer. Unless otherwise specified on the drawings, timber piles shall be either pulled or cut off at the point not less than five (5) feet below ground line, with the choice between these two methods resting with the Contractor, unless otherwise specified. Brick or Stone Structures. Unwanted brick or stone structures or stone portions of structures shall be removed. Portions of such structures below the permanent ground line, which will not in any manner interfere with the proposed construction, may be left in place, but removal shall be carried at least five (5) feet below the permanent ground line and neatly squared off. Salvage. All material such as pipe, timbers, railings, etc., which the Engineer deems as salvable for reuse, and all salvaged structural steel, shall be delivered to a designated storage area. Materials, other than structural steel, which are not deemed salvable by the Engineer, shall become the property of the Contractor and shall be removed to suitable disposal sites off of the right-of-way arranged for by the Contractor, or otherwise disposed of in a manner satisfactory to the Engineer. Where temporary structures are necessary for a detour adjacent to the present structure, the Contractor will be permitted to use the material in the old structure for the detour structure, but he shall dismantle and stack or dispose of the material as required above as soon as the new structure is opened for traffic. Backfill. All excavations made in connection with this specification and all openings below the natural ground line caused by the removal of abandoned structures or portions thereof shall be backfilled to the level of the original ground line, unless otherwise provided on the drawings. Backfill in accordance with applicable requirements of Sections 022020 "Excavation and Backfill for Utilities" and 022080 "Embankment". All open ends of abandoned pipe or other structures shall be filled or plugged as specified. That portion of the backfill which will support any portion of the roadbed, embankment, levee, or other structural feature shall be placed in layers of the same depth as those required for placing 021080 Page 2 of 3 Rev. 10-30-2014 embankment, maximum 10" loose lifts unless otherwise specified. Material in each layer shall be wetted uniformly, if required, and shall be compacted to a minimum of 95% Standard Proctor density, unless otherwise specified. In places inaccessible to blading and rolling equipment, mechanical or hand tamps or rammers shall be used to obtain the required compaction. That portion of the backfill which will not support any portion of the roadbed, embankment, or other structural feature shall be placed as directed by the Engineer in such manner and to such state of compaction as will preclude objectionable amount of settlement, maximum 10" loose lifts to minimum 95% Standard Proctor density unless otherwise specified. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the work governed by this specification shall not be measured for pay, but shall be subsidiary to the project. 021080 Page 3 of 3 Rev. 10-30-2014 SECTION 022020 EXCAVATION AND BACKFILL FOR UTILITIES 1. DESCRIPTION This specification shall govern all work for excavation and backfill for utilities required to complete the project. 2. CONSTRUCTION (1) Unless otherwise specified on the drawings or permitted by the Engineer, all pipe and conduit shall be constructed in open cut trenches with vertical sides. Trenches shall be sheathed and braced as necessary throughout the construction period. Sheathing and bracing shall be the responsibility of the Contractor (refer to Section 022022 "Trench Safety for Excavations" of the City Standard Specifications). Trenches shall have a maximum width of one foot beyond the horizontal projection of the outside surfaces of the pipe and parallel thereto on each side unless otherwise specified. The Contractor shall not have more than 200 feet of open trench left behind the trenching operation and no more than 500 feet of ditch behind the ditching machine that is not compacted as required by the plans and specifications. No trench or excavation shall remain open after working hours. For all utility conduit and sewer pipe to be constructed in fill above natural ground, the embankment shall first be constructed to an elevation not less than one foot above the top of the pipe or conduit, after which excavation for the pipe or conduit shall be made. If quicksand, muck, or similar unstable material is encountered during the excavation, the following procedure shall be used unless other methods are called for on the drawings. If the unstable condition is a result of ground water, the Contractor, prior to additional excavation, shall control it. After stable conditions have been achieved, unstable soil shall be removed or stabilized to a depth of 2 feet below the bottom of pipe for pipes 2 feet or more in height; and to a depth equal to the height of pipe, 6 inches minimum, for pipes less then 2 feet in height. Such excavation shall be carried at least one foot beyond the horizontal limits of the structure on all sides. All unstable soil so removed shall be replaced with suitable stable material, placed in uniform layers of suitable depth as directed by the Engineer, and each layer shall be wetted, if necessary, and compacted by mechanical tamping as required to provide a stable condition. For unstable trench conditions requiring outside forms, seals, sheathing and bracing, any additional excavation and backfill required shall be done at the Contractor's expense. (2) Shaping of Trench Bottom. The trench bottom shall be undercut a minimum depth sufficient to accommodate the class of bedding indicated on the plans and specifications. 022020 Page 1 of 4 Rev. 3-25-2015 (3) Dewatering Trench. Pipe or conduit shall not be constructed or laid in a trench in the presence of water. All water shall be removed from the trench sufficiently prior to the pipe or conduit planing operation to insure a relatively dry (no standing water), firm bed. The trench shall be maintained in such dewatered condition until the trench has been backfilled to a height at lease one foot above the top of pipe. Removal of water may be accomplished by bailing, pumping, or by installation of well -points, as conditions warrant. Removal of well - points shall be at rate of 1/3 per 24 hours (every third well -point). The Contractor shall prevent groundwater from trench or excavation dewatering operations from discharging directly into the storm water system. Groundwater from dewatering operations shall be sampled and tested, if applicable, and disposed of, in accordance with City Standard Specification Section 022021 "Control of Ground Water". (4) Excavation in Streets. Excavation in streets, together with the maintenance of traffic where specified, and the restoration of the pavement riding surface, shall be in accordance with drawing detail or as required by other applicable specifications. (5) Removing Abandoned Structures. When abandoned masonry structures or foundations are encountered in the excavation, such obstructions shall be removed for the full width of the trench and to a depth one foot below the bottom of the trench. When abandoned inlets or manholes are encountered and no plan provision is made for adjustment or connection to the new utility, such manholes and inlets shall be removed completely to a depth one foot below the bottom of the trench. In each instance, the bottom to the trench shall be restored to grade by backfilling and compacting by the methods provided hereinafter for backfill. Where the trench cuts through utility lines which are known to be abandoned, these lines shall be cut flush with the sides of the trench and blocked with a concrete plug in a manner satisfactory to the Engineer. (6) Protection of Utilities. The Contractor shall conduct his work such that a reasonable minimum of disturbance to existing utilities will result. Particular care shall be exercised to avoid the cutting or breakage of water and gas lines. Such lines, if broken, shall be restored promptly by the Contractor. When active wastewater lines are cut in the trenching operations, temporary flumes shall be provided across the trench while open, and the lines shall be restored when the backfilling has progressed to the original bedding line of the sewer so cut. (7) The Contractor shall inform utility owners sufficiently in advance of the Contractor's operations to enable such utility owners to reroute, provide temporary detours, or to make other adjustments to utility lines in order that the Contractor may proceed with his work with a minimum of delay. The Contractor shall not hold the City liable for any expense due to delay or additional work because of utility adjustments or conflicts. Excess Excavated Material. All materials from excavation not required for backfilling the trench shall be removed by the Contractor from the job site promptly following the completion of work involved. 022020 Page 2 of 4 Rev 3-25-2015 (8) Backfill A. Backfill Procedure Around Pipe (Initial Backfill) All trenches and excavation shall be backfilled as soon as is practical after the pipes or conduits are properly laid. In addition to the specified pipe bedding material, the backfill around the pipe as applicable shall be granular material as shown on the standard details or as described in the applicable specification section, and shall be free of large hard lumps or other debris. If indicated on the plans, pipe shall be encased with cement -stabilized sand backfill as described below. The backfill shall be deposited in the trench simultaneously on both sides of the pipe for the full width of the trench, in layers not to exceed ten (10) inches (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to a density comparable to the adjacent undisturbed soil or as otherwise specified on the plans, but not less than 95% Standard Proctor density. A thoroughly compacted material shall be in place between the external wall of the pipe and the undisturbed sides of the trench and to a level twelve (12) inches above the top of the pipe. B. Backfill Over One Foot Above Pipe (Final Backfill) UNPAVED AREAS: The backfill for that portion of trench over one (1) foot above the pipe or conduit not located under pavements (including waterlines, gravity wastewater lines, wastewater force mains and reinforced concrete storm water pipe) shall be imported select material or clean, excess material from the excavation meeting the following requirements: Free of hard lumps, rock fragments, or other debris, No clay lumps greater than 2" diameter Moisture Content: +/-3% Backfill material shall be placed in layers not more than ten (10) inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density, unless otherwise indicated. Flooding of backfill is not allowed. Jetting of backfill may only be allowed in sandy soils and in soils otherwise approved by the Engineer. Regardless of backfill method, no lift shall exceed 10 inches and density shall not be less than 95% Standard Proctor density. A period of not less than twenty-four (24) hours shall elapse between the time of jetting and the placing of the top four (4) feet of backfill. If jetting is used, the top four (4) feet of backfill shall be placed in layers not more than 10 inches in depth (loose measurement), wetted if required to obtain proper compaction, and thoroughly compacted by use of mechanical tampers to the natural bank density but not less than 95% Standard Proctor density (ASTM D698). PAVED AREAS: At utility line crossings under pavements (including waterlines, gravity wastewater lines, wastewater force mains, and reinforced concrete storm water pipe), and where otherwise indicated on the drawings, trenches shall be backfilled as shown below: From top of initial backfill (typically twelve (12) inches above top of the pipe) to three (3) feet below bottom of road base course, backfill shall be select material meeting the requirements of 022100 "Select Material". 022020 Page 3 of 4 Rev 3-25-2015 Asphalt Roadways The upper three (3) feet of trench below the road base course shall be backfilled to the bottom of the road base course with cement -stabilized sand containing a minimum of 2 sacks of Standard Type I Portland cement per cubic yard of sand and compacted to not less than 95% Standard Proctor density. Concrete Roadways The Contractor may elect to backfill the upper three (3) feet of trench below the road base course with cement stabilized sand as noted above, or in the case of storm water pipe or box installation the Contractor may backfill and compact select material to 98% Standard Proctor density (ASTM D698) following City Standard Specification Section 022100. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, excavation and backfill for utilities, including select material or cement -stabilized sand backfill, shall not be measured and paid for separately. It shall be considered subsidiary to the items for which the excavation and backfill is required. 022020 Page 4of4 Rev 3-25-2015 SECTION 022021 CONTROL OF GROUND WATER 1. GENERAL 1.1 SECTION INCLUDES A. Dewatering, depressurizing, draining, and maintaining trenches, shaft excavations, structural excavations, and foundation beds in a stable condition, and controlling ground water conditions for tunnel excavations. B. Protection of excavations and trenches from surface runoff. C. Disposing of removed ground water by approved methods. 1.2 REFERENCES A. ASTM D 698 - Test Methods for Moisture -Density Relations of Soils and Soil -Aggregate Mixtures, Using 5.5-1b (2.49 kg) Rammer and 12 -inch (304.8 mm) Drop. B. Federal Regulations, 29 CFR Part 1926, Standards -Excavation, Occupational Safety and Health Administration (OSHA). C. Federal Register 40 CFR (Vol. 55, No. 222) Part 122, EPA Administered Permit Programs (NPDES), Para.122.26(b)(14) Storm Water Discharge. 1.3 DEFINITIONS A. Ground water control includes both dewatering and depressurization of water -bearing soil layers. 1. Dewatering includes lowering the water table and intercepting seepage which would otherwise emerge from slopes or bottoms of excavations, or into tunnels and shafts, and disposing of removed ground water by approved methods. The intent of dewatering is to increase the stability of tunnel excavations and excavated slopes; prevent dislocation of material from slopes or bottoms of excavations; reduce lateral loads on sheeting and bracing; improve excavating and hauling characteristics of excavated material; prevent failure or heaving of the bottom of excavations; and to provide suitable conditions for placement of backfill materials and construction of structures, piping and other installations. 2. Depressurization includes reduction in piezometric pressure within strata not controlled by dewatering alone, as required to prevent failure or heaving of excavation bottom or instability of tunnel excavations. B. Excavation drainage includes keeping excavations free of surface and seepage water. 022021 Page 1 of 10 Rev. 10-30-2014 C. Surface drainage includes the use of temporary drainage ditches and dikes and installation of temporary culverts and sump pumps with discharge lines as required to protect the Work from any source of surface water. D. Equipment and instrumentation for monitoring and control of the ground water control system includes piezometers and monitoring wells, and devices, such as flow meters, for observing and recording flow rates. 1.4 PERFORMANCE REQUIREMENTS A. Conduct subsurface investigations as needed to identify ground water conditions and to provide parameters for design, installation, and operation of ground water control systems. B. Design a ground water control system, compatible with requirements of Federal Regulations 29 CFR Part 1926 and City Standard Specification Section 022022 - Trench Safety for Excavations, to produce the following results: 1. Effectively reduce the hydrostatic pressure affecting: a) Excavations (including utility trenches); b) Tunnel excavation, face stability or seepage into tunnels. 2. Develop a substantially dry and stable subgrade for subsequent construction operations. 3. Preclude damage to adjacent properties, buildings, structures, utilities, installed facilities, and other work. 4. Prevent the loss of fines, seepage, boils, quick condition, or softening of the foundation strata. 5. Maintain stability of sides and bottom of excavations. C. Provide ground water control systems which may include single -stage or multiple -stage well point systems, eductor and ejector -type systems, deep wells, or combinations of these equipment types. D. Provide drainage of seepage water and surface water, as well as water from any other source entering the excavation. Excavation drainage may include placement of drainage materials, such as crushed stone and filter fabric, together with sump pumping. E. Provide ditches, berms, pumps and other methods necessary to divert and drain surface water away from excavations. F. Locate ground water control and drainage systems so as not to interfere with utilities, construction operations, adjacent properties, or adjacent water wells. 022021 Page 2 of 10 Rev. 10-30-2014 G. Assume sole responsibility for ground water control systems and for any loss or damage resulting from partial or complete failure of protective measures, and any settlement or resultant damage caused by the ground water control operations. Modify ground water control systems or operations if they cause or threaten to cause damage to new construction, existing site improvements, adjacent property, or adjacent water wells, or affect potentially contaminated areas. Repair damage caused by ground water control systems or resulting from failure of the system to protect property as required. H. Provide an adequate number of piezometers installed at the proper locations and depths as required to provide meaningful observations of the conditions affecting the excavation, adjacent structures, and water wells. I. Provide environmental monitoring wells installed at the proper locations and depths as required to provide adequate observations of hydrostatic conditions and possible contaminant transport from contamination sources into the work area or into the ground water control system. J. Decommission piezometers and monitoring wells installed during design phase studies and left for Contractors monitoring and use, if applicable. 1.5 ENVIRONMENTAL REQUIREMENTS A. Comply with requirements of agencies having jurisdiction. B. Comply with Texas Commission on Environmental Quality (TCEQ) regulations and Texas Water Well Drillers Association for development, drilling, and abandonment of wells used in dewatering system. C. Prior to beginning construction activities, file Notice of Intent (NOI) for Storm Water Discharges Associated with Construction Activity under the Texas Pollutant Elimination System (TPDES) General Permit No. TXR150000, administered by the Texas Commission on Environmental Quality (TCEQ). The general permit falls under the provisions of Section 402 of the Clean Water Act and Chapter 26 of the Texas Water Code. D. Prepare submittal form and submit to TCEQ along with application fee. E. Upon completion of construction, file Notice of Termination (NOT) for Storm Water Discharges Associated with Construction Activity under the TPDES General Permit with the TCEQ. F. Obtain all necessary permits from agencies with control over the use of ground water and matters affecting well installation, water discharge, and use of existing storm drains and natural water sources. Because the review and permitting process may be lengthy, take early action to pursue and submit for the required approvals. G. Monitor ground water discharge for contamination while performing pumping in the vicinity of potentially contaminated sites. 022021 Page 3 of 10 Rev. 10-30-2014 H. Conduct sampling and testing of ground water and receiving waters as outlined in Article 3 below. 2. PRODUCTS 2.1 EQUIPMENT AND MATERIALS A. Equipment and materials are at the option of Contractor as necessary to achieve desired results for dewatering. B. Eductors, well points, or deep wells, where used, shall be furnished, installed and operated by an experienced contractor regularly engaged in ground water control system design, installation, and operation. C. All equipment must be in good repair and operating order. D. Sufficient standby equipment and materials shall be kept available to ensure continuous operation, where required. 3. EXECUTION 3.1 GROUND WATER CONTROL A. Perform a subsurface investigation by borings as necessary to identify water bearing layers, piezometric pressures, and soil parameters for design and installation of ground water control systems. Perform pump tests, if necessary to determine the drawdown characteristics of the water bearing layers. B. Provide labor, material, equipment, techniques and methods to lower, control and handle ground water in a manner compatible with construction methods and site conditions. Monitor effectiveness of the installed system and its effect on adjacent property. C. Install, operate, and maintain ground water control systems in accordance with the ground water control system design. Notify the City's Construction Inspector in writing of any changes made to accommodate field conditions and changes to the Work. Revise the ground water control system design to reflect field changes. D. Provide for continuous system operation, including nights, weekends, and holidays. Arrange for appropriate backup if electrical power is primary energy source for dewatering system. E. Monitor operations to verify that the system lowers ground water piezometric levels at a rate required to maintain a dry excavation resulting in a stable subgrade for prosecution of subsequent operations. F. Where hydrostatic pressures in confined water bearing layers exist below excavation, depressurize those zones to eliminate risk of uplift or other instability of excavation or installed 022021 Page 4 of 10 Rev. 10-30-2014 works. Allowable piezometric elevations shall be defined in the ground water control system design. G. Remove ground water control installations. 1. Remove pumping system components and piping when ground water control is no longer required. 2. Remove piezometers and monitoring wells when directed by the City Engineer. 3. Grout abandoned well and piezometer holes. Fill piping that is not removed with cement - bentonite grout or cement -sand grout. H. During backfilling, dewatering may be reduced to maintain water level a minimum of 5 feet below prevailing level of backfill. However, do not allow that water level to result in uplift pressures in excess of 80 percent of downward pressure produced by weight of structure or backfill in place. Do not allow water levels to rise into cement stabilized sand until at least 48 hour after placement. I. Provide a uniform diameter for each pipe drain run constructed for dewatering. Remove pipe drain when it has served its purpose. If removal of pipe is impractical, provide grout connections at 50 -foot intervals and fill pipe with cement -bentonite grout or cement -sand grout when pipe is removed from service. J. Extent of construction ground water control for structures with a permanent perforated underground drainage system may be reduced, such as for units designed to withstand hydrostatic uplift pressure. Provide a means for draining the affected portion of underground system, including standby equipment. Maintain drainage system during operations and remove it when no longer required. K. Remove system upon completion of construction or when dewatering and control of surface or ground water is no longer required. L. In unpaved areas, compact backfill to not less than 95 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. In paved areas (or areas to receive paving), compact backfill to not less than 98 percent of Standard Proctor maximum dry density in accordance with ASTM D 698. 3.2 REQUIREMENTS FOR EDUCTOR, WELL POINTS, OR DEEP WELLS A. For above ground piping in ground water control system, include a 12 -inch minimum length of clear, transparent piping between every eductor well or well point and discharge header so that discharge from each installation can be visually monitored. B. Install sufficient piezometers or monitoring wells to show that all trench or shaft excavations in water bearing materials are pre -drained prior to excavation. Provide separate piezometers for 022021 Page 5 of 10 Rev. 10-30-2014 monitoring of dewatering and for monitoring of depressurization. Install piezometers and monitoring wells for tunneling as appropriate for Contractor's selected method of work. C. Install piezometers or monitoring wells not less than one week in advance of beginning the associated excavation (including trenching). D. Dewatering may be omitted for portions of underdrains or other excavations, but only where auger borings and piezometers or monitoring wells show that soil is pre -drained by an existing system such that the criteria of the ground water control system design are satisfied. E. Replace installations that produce noticeable amounts of sediments after development. F. Provide additional ground water control installations, or change the methods, in the event that the installations according to the ground water control system design do not provide satisfactory results based on the performance criteria defined by the ground water control system design and by these specifications. 3.3 EXCAVATION DRAINAGE A. Contractor may use excavation drainage methods if necessary to achieve well drained conditions. The excavation drainage may consist of a layer of crushed stone and filter fabric, and sump pumping in combination with sufficient wells for ground water control to maintain stable excavation and backfill conditions. 3.4 MAINTENANCE AND OBSERVATION A. Conduct daily maintenance and observation of piezometers or monitoring wells while the ground water control installations or excavation drainage are operating in an area or seepage into tunnel is occurring. Keep system in good condition. B. Replace damaged and destroyed piezometers or monitoring wells with new piezometers or wells as necessary to meet observation schedule. C. Cut off piezometers or monitoring wells in excavation areas where piping is exposed, only as necessary to perform observation as excavation proceeds. Continue to maintain and make observations, as specified. D. Remove and grout piezometers inside or outside the excavation area when ground water control operations are complete. Remove and grout monitoring wells when directed by the City Engineer. 3.5 MONITORING AND RECORDING A. Monitor and record average flow rate of operation for each deep well, or for each wellpoint or eductor header used in dewatering system. Also monitor and record water level and ground water recovery. These records shall be obtained daily until steady conditions are achieved, and twice weekly thereafter. 022021 Page 6 of 10 Rev. 10-30-2014 B. Observe and record elevation of water level daily as long as ground water control system is in operation, and weekly thereafter until the Work is completed or piezometers or wells are removed, except when City Engineer determines that more frequent monitoring and recording are required. Comply with Construction Inspector's direction for increased monitoring and recording and take measures as necessary to ensure effective dewatering for intended purpose. 3.6 SAMPLING, TESTING AND DISPOSAL OF GROUND WATER A. It is the intent that the Contractor discharge groundwater primarily into the existing storm water system in accordance with City Ordinance, Article XVI, Section 55-203, only if the groundwater is uncontaminated and the quality of the ground water is equal to or better than the quality of the receiving stream. B. The Contractor shall prevent ground water from trench or excavation dewatering operations from discharging directly into the storm water system prior to testing and authorization. Ground water from dewatering operations shall be sampled and tested, and disposed of by approved methods. C. Laboratory analysis of groundwater and receiving water quality is to be performed by the Contractor at the Contractor's expense, prior to commencing discharge, and groundwater analysis shall be performed by the Contractor at a minimum of once per week. Contractor shall coordinate with the City Storm Water Department on all laboratory analysis. Laboratory analysis of groundwater shall also be performed at each new area of construction prior to discharge from that location. D. Sample containers, holding times, preservation methods, and analytical methods, shall either follow the requirements in 40 CFR Part 136 (as amended), or the latest edition of "Standard Methods for the Examination of Water and Wastewater." Any laboratory providing analysis must be accredited or certified by the Texas Commission on Environmental Quality according to Title 30 Texas Administrative Code (30 TAC) Chapters 25 for the matrices, methods, and parameters of analysis, if available, or be exempt according to 30 TAC §25.6. E. Analysis of the ground water discharge shall show it to be equal to or better than the quality of the first natural body of receiving water. This requires testing of both the receiving water and a sample of the ground water. All parts of this procedure shall be complete prior to any discharge of ground water to the storm water system. F. Steps to Determine Legitimate Discharge: 1. Identify the First Receiving Water. a) When the first body of water is a fresh water system (Nueces River or Oso Creek), the analysis typically fails because the local ground water will likely be too high in Total Dissolved Solids (TDS). In the case of a perched aquifer, the ground water may turn out fairly fresh, but local experience shows this to be unlikely. b) If the receiving water is a marine environment, proceed with Step 2 below to compare the ground water quality to receiving water quality. 022021 Page 7 of 10 Rev. 10-30-2014 2. Compare Ground Water Discharge Quality to Receiving Water Quality. The following table, Ground Water Discharge Limits, indicates that the parameters to compare to the receiving water are Total Dissolved Solids (TDS) and Total Suspended Solids (TSS). If the ground water results are equal to or better than the receiving water, then the discharge may be authorized as long as the discharge does not exceed the other parameters which would indicate hydrocarbon contamination. Note that the receiving water only needs to be tested initially as a baseline and the ground water shall be tested weekly to ensure compliance. GROUND WATER DISCHARGE LIMITS Parameter Ground Water Monitoring Frequency Receiving Water Monitoring Frequency Maximum Limitation Total Dissolved Solids (TDS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Suspended Solids (TSS) Initial + Weekly Once Prior to Discharge < Receiving Water Total Petroleum Hydrocarbons Initial + Weekly 15 mg/L Total Lead Initial + Weekly 0.1 mg/L Benzene Initial + Weekly 0.005 mg/L Total BTEX Initial + Weekly 0.1 mg/L Polynuclear Aromatic Hydrocarbons Initial + Monthly 0.01 mg/L 3. Analyze Ground Water for Hydrocarbon Contamination. All other parameters listed on the Ground Water Discharge Limits table must be analyzed prior to ground water discharge to the storm water system. If no limits are exceeded, ground water discharge to the storm water system may be authorized following notification to the MS4 operator (City of Corpus Christi) and all Pollution Prevention Measures for the project are in place. Analytical results shall be on-site or readily available for review by local, state or federal inspectors. Note that this step is frequently done simultaneously with Step 2 above to shorten analytical processing time. 4. Pollution Prevention Measures. A storm water pollution prevention plan or pollution control plan shall be developed and implemented prior to any ground water discharges to the storm water system. The plan's objectives are to limit erosion and scour of the storm water system, and minimize Total Suspended Solids (TSS) and other forms of contamination, and prevent any damage to the storm water system. Note that ground water discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the storm water system, the responsible party 022021 Page 8 of 10 Rev. 10-30-2014 shall remediate any damage to the storm water system and the environment to the satisfaction of the Storm Water Department and/or any State or Federal Regulatory Agency. 5. MS4 Operator Notification. The MS4 operator shall be notified prior to ground water discharge to the storm water system. Contractor shall contact the designated City MS4 representative to request authorization to discharge ground water to the storm water system. Notification shall include: Project Name: Responsible Party: Discharge Location: Receiving Water: Estimated Time of Discharge: Linear Project: Yes / No Pollution Prevention Measures Implemented: Statement indicating all sampling and testing has been conducted and meets the requirements of a legitimate discharge. G. Discharges to Wastewater System In the event that the groundwater does not equal or exceed the receiving water quality, an alternative disposal option would include pumping to the nearest sanitary sewer system. Discharge to the sanitary sewer system requires a permit from the Wastewater Department. If discharging to temporary holding tanks and trucking to a sanitary sewer or wastewater treatment plant, the costs for these operations shall be negotiated. Contractor shall contact the Pretreatment Group for City Utility Operations to obtain a Wastewater Discharge Permit Application for authorization to discharge to the wastewater system. Authorization approval will include review of laboratory analysis of the ground water and estimated flow data. Note that groundwater discharges must cease immediately upon the first recognition of contamination, either by sensory or analytical methods. If the discharge of groundwater results in any damages to the wastewater collection system or wastewater overflows, the responsible party shall remediate any damage to the wastewater collection system and the environment to the satisfaction of the Wastewater Department and/or any State or Federal Regulatory Agency. H. Other groundwater disposal alternatives or solutions may be approved by the Engineer on a case by case basis. 3.7 SURFACE WATER CONTROL A. Intercept surface water and divert it away from excavations through the use of dikes, ditches, curb walls, pipes, sumps or other approved means. B. Divert surface water into sumps and pump into drainage channels or storm drains, when 022021 Page 9 of 10 Rev. 10-30-2014 approved by the City Engineer. Provide settling basins when required by the City Engineer. C. Storm water that enters the excavation can be pumped out as long as care is taken to minimize solids and mud entering the pump suction and flow is pumped to a location that allows for sheet flow prior to entering a storm water drainage ditch or storm water inlet. An alternative to sheet flow is to pump storm water to an area where ponding occurs naturally without leaving the designated work area or by manmade berm(s) prior to entering the storm water system. Sheet flow and ponding is required to allow solids screening and/or settling prior to entering the storm water system. Storm water or groundwater shall not be discharged to private property. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, control of ground water will not be measured and paid for separately, but shall be considered subsidiary to other bid items. 022021 Page 10 of 10 Rev. 10-30-2014 SECTION 022022 TRENCH SAFETY FOR EXCAVATIONS 1. DESCRIPTION This specification shall govern all work for providing for worker safety in excavations and trenching operations required to complete the project. 2. REQUIREMENTS Worker Safety in excavations and trenches shall be provided by the Contractor in accordance with Occupational Safety and Health Administration (OSHA) Standards, 29 CFR Part 1926 Subpart P - Excavations. It is the sole responsibility of the Contractor, and not the City or Engineer or Consultant, to determine and monitor the specific applicability of a safety system to the field conditions to be encountered on the job site during the project. The Contractor shall indemnify and hold harmless the City and Engineer and Consultant from all damages and costs that may result from failure of methods or equipment used by the Contractor to provide for worker safety. Trenches, as used herein, shall apply to any excavation into which structures, utilities, or sewers are placed regardless of depth. Trench Safety Plan, as used herein, shall apply to all methods and materials used to provide for worker safety in excavation and trenching operations required during the project. 3. MEASUREMENT AND PAYMENT Measurement of Trench Safety shall be by the linear foot of trench, regardless of depth. Measurement shall be taken along the centerline of the trench. Measurement for Excavation Safety for Utility Structures shall be per each excavation. Excavations include, but are not limited to, those for manholes, vaults, pits and other such structures that are incidental to utility work. Measurement for Excavation Safety for Special Structures shall be per each excavation or by the lump sum for each special structure identified in the Proposal. Payment shall be at the unit price bid and shall fully compensate the Contractor for all work, equipment, materials, personnel, and incidentals as required to provide for worker safety in trenches and excavations for the project. Revision current for Texas Code Chapter 756 Subchapter C. Trench Safety. 022022 Page 1 of 1 Rev. 10-30-2014 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 fmish 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 022060 CHANNEL EXCAVATION 1. DESCRIPTION This specification shall govern all work for Channel Excavation required to complete the project. 2. CONSTRUCTION METHODS Trees, stumps, brush and other vegetation shall be removed and hauled away. Excavated slopes shall be finished in conformance with the lines and grades established by the Engineer. When completed, the average plane of slopes shall conform to the slopes indicated on the drawings, and no point on completed slopes shall vary from the designated slopes by more than 0.5 foot measured at right angles to the slope. In no case shall any portion of the slope encroach on the roadbed. The tops of excavated slopes and the end of excavation shall be rounded. The bottom and sides of the ditch or channel shall be undercut a minimum depth sufficient to accommodate topsoil for seeding, sodding, or slope protection, as indicated on the drawings. All suitable materials removed from the excavation shall be used, insofar as practicable, in the formation of embankments in accordance with City Standard Specification Section 022080 "Embankment", or shall be otherwise utilized or satisfactorily disposed of as indicated on drawings, or as directed, and the completed work shall conform to the established alignment, grades and cross sections. During construction, the channel shall be kept drained, insofar as practicable, and the work shall be prosecuted in a neat workmanlike manner. Unsuitable channel excavation in excess of that needed for construction shall become the property of the Contractor and removed from the site and properly disposed of. 3. SELECTION OF MATERIALS Where shown on the drawings, selected materials shall be utilized in the formation of embankment or to improve the roadbed, provided that the material meets the requirements specified in City Standard Specification Sections 022040 "Street Excavation" and 022100 "Select Material", in which case the work shall be performed in such manner and sequence that suitable materials may be selected, removed separately and deposited in the roadway within the limits and at elevations required. Concrete for lining channels, where specified on the drawings, shall be Class "A" in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, channel excavation shall be measured in its original position and the volume computed in cubic yards by the method of average end areas, or by linear foot of channel or drainage ditch, as specified. Channel excavation shall include, but not be limited to, clearing and removal of vegetation, excavation, de -watering, embankment, compaction, hauling, and disposal. Channel excavation shall not include undercutting to accommodate topsoil, sod, or slope protection. Payment shall be at the bid price for the unit of measurement specified and shall be full compensation for furnishing all labor, materials, tools, equipment and incidentals necessary to complete the work. 022060 Page 1 of 1 Rev. 3-25-2015 SECTION 022080 EMBANKMENT 1. DESCRIPTION This specification shall govern all work for Embankment required to complete the project. 2. CONSTRUCTION METHODS Prior to placing embankment, the area to be covered shall be stripped of all vegetation and the material so removed shall be disposed of off the job site. Washes, gulleys, wet areas, and yielding areas shall be corrected as directed by the Engineer. Unless otherwise indicated on the drawings, the surface of the ground which is to receive embankment shall be loosened by scarifying or plowing to a depth of not less than 6 inches. The loosened material shall be recompacted with the new embankment as hereinafter specified. Embankment shall be placed in layers not to exceed ten (10) inches uncompacted (loose) depth for the full width of the embankment, unless otherwise noted. Where embankment is adjacent to a hillside or old roadbed, the existing slope shall be cut in steps to not less than the vertical depth of an uncompacted layer. The fill material shall be placed from the low side and compacted. Each layer shall overlap the existing embankment by at least the width indicated by the embankment slope. Trees, stumps, roots, vegetation, debris or other unsuitable materials shall not be placed in embankment. Each layer of embankment shall be uniform as to material, density and moisture content before beginning compaction. Where layers of unlike materials abut each other, each layer shall be feather -edged for at least 100 feet or the material shall be so mixed as to prevent abrupt changes in the soil. No material placed in the embankment by dumping in a pile or windrow shall be incorporated in a layer in that position, but all such piles or windrows shall be moved by blading or similar methods. Clods or lumps of material shall be broken and the embankment material mixed by blading, harrowing, disking or similar methods to the end that a uniform material of uniform density is secured in each layer. Except as otherwise required by the drawings, all embankments shall be constructed in layers approximately parallel to the finished grade and each layer shall be so constructed as to provide a uniform slope of 1/4 inch per foot from the centerline of the embankment to the outside. Each layer shall be compacted to the required density and moisture by any method, type and size of equipment that will give the required compaction. Prior to and in conjunction with the rolling operation, each layer shall be brought to the moisture content necessary to obtain the required density and shall be kept leveled with suitable equipment to insure uniform compaction over the entire layer. For each layer of earth embankment and select material, it is the intent of this specification to provide the density as required herein, unless otherwise shown on the drawings. Soils for 022080 Page 1 of 2 Rev. 10-30-2014 embankment shall be sprinkled with water as required to provide not less than optimum moisture and compacted to the extent necessary to provide not less than 95% Standard Proctor density (ASTM D698). Field density determinations will be made in accordance with approved methods. After each layer of earth embankment or select material is complete, tests, as necessary, will be made by the Engineer. If the material fails to meet the density specified, the course shall be reworked as necessary to obtain the specified compaction, and the compaction method shall be altered on subsequent work to obtain specified density. Such procedure shall be determined by, and subject to, the approval of the Engineer. The Engineer may order proof rolling to test the uniformity of compaction of the embankment layers. All irregularities, depressions, weak or soft spots which develop shall be corrected immediately by the Contractor. Should the embankment, due to any reason or cause, lose the required stability, density or moisture before the pavement structure is placed, it shall be recompacted and refinished at the sole expense of the Contractor. Excessive loss of moisture in the subgrade shall be prevented by sprinkling, sealing or covering with a subsequent layer of granular material. 3. SELECTION OF MATERIAL In addition to the requirement in the excavation items of the specifications covering the general selection and utilization of materials to improve the roadbed, embankments shall be constructed in proper sequence to receive the select material layers shown on drawings, with such modifications as may be directed by the Engineer. The layer of embankment immediately preceding the upper layer of select material shall be constructed to the proper section and grade within a tolerance of not more than 0.10 foot from the established section and grade when properly compacted and finished to receive the select material layer. Select material, when specified, shall meet the requirements in City Standard Specification Section 022100 "Select Material". 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, embankment shall not be measured and paid for separately, but shall be subsidiary to other items of work. 022080 Page 2 of 2 Rev. 10-30-2014 SECTION 022100 SELECT MATERIAL 1. DESCRIPTION This specification shall govern the use of Select Material to be used to treat designated sections of roadways, embankments, trenches, etc. Select material shall be non -expansive sandy clay (CL) or clayey sand (SC), in accordance with the Unified Soil Classification System (ASTM D2487). Select Material shall meet the following requirements: Free of vegetation, hard lumps, rock fragments, or other debris No clay lumps greater than 2" diameter Liquid Limit (L.L.): < 35 Plasticity Index (P.I.) Range: 8 to 20 Moisture Content: as specified in the drawings 2. CONSTRUCTION METHODS Select material shall be mixed uniformly and placed in layers as indicated, not to exceed 10 inches loose depth (or 12 inches maximum for sanitary sewer trench backfill per City Standard Details for Sanitary Sewers). Unless otherwise specified, the material shall be compacted to a minimum of 95% Standard Proctor density. Each layer shall be complete before the succeeding layer is placed. The finished surface of the select material shall conform to the grade and section shown on the drawings. 3. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, select material shall not be measured for pay, but shall be subsidiary to the appropriate bid item. 022100 Page 1 of 1 Rev. 10-30-2014 SECTION 022420 SILT FENCE 1. DESCRIPTION This specification shall govern all work necessary for providing and installing silt fencing required to control sedimentation and erosion during construction of the project. 2. MATERIAL REQUIREMENTS A. Geotextile shall meet the requirements for temporary silt fence per AASHTO M288. B. Fence Reinforcement Materials: Silt fence reinforcement shall be one of the following systems. Type 1: Self -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 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 of a reinforced Class "A" concrete slab four (4) inches thick. The type of finish for the replaced section shall be the same as that appearing on the old sidewalk. Replacement shall, in general, be to original joint or score marks. Reinforcement shall be 4" x 4" - W2.9 x W2.9 welded wire fabric located at mid -depth in the slab. 8. REPLACING CURB AND GUTTER On all curb and gutter, the replacement shall consist of a section conforming in all details to the original section or to City of Corpus Christi Standard curb and gutter section, if required by the Engineer. Cuts through the curb shall be replaced with Class "A" concrete. Preserve the original steel reinforcing and reinforce all new curbs with three #4 bars. Adjust grades for positive drainage. Replacement shall, in general, be to original joint or score mark. For jointed concrete roadways, the joints in curb or in curb and gutter should match the concrete roadway joints. 9. REPAIRING STREET SHOULDERS AND UNIMPROVED STREETS On streets or roads without curb and gutter where a shoulder is disturbed, it shall be restored to like or better condition. The shoulder surface shall be rolled to an acceptably stable condition. 10. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement repair shall be measured by the square yard of the type of repair specified; curb and gutter replacement shall be measured by the linear foot; and sidewalk and driveway replacement shall each be measured by the square foot. Payment will be made at the unit price bid for the completed work and shall be full compensation for all labor, materials, equipment, tools, and incidentals required to complete the work. No separate measurement or payment will be made for subgrade compaction, sand leveling course, geogrid, ordinary backfill, cement -stabilized sand backfill, flexible base, prime coat, hot -mix asphaltic concrete, etc. 025205 Page 2 of 2 Rev. 3-25-2015 SECTION 025404 ASPHALTS, OILS AND EMULSIONS 1. DESCRIPTION This specification shall govern all work for asphalt cement, cut-back and emulsified asphalts, performance -graded asphalt binders, and other miscellaneous asphaltic materials required to complete the project. 2. MATERIALS When tested according to Texas Department of Transportation Test Methods, the various materials shall meet the applicable requirements of TxDOT Specification Item 300, "Asphalts, Oils, and Emulsions" (Latest Edition). 3. STORAGE, HEATING AND APPLICATION TEMPERATURES Store and apply asphaltic materials in accordance with TxDOT Item 300 (Latest Edition) at the lowest temperature yielding satisfactory results. Follow the manufacturer's instructions for any agitation requirements in storage and in application and storage temperatures. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, asphalts, oils and emulsions shall not be measured and paid for separately, but shall be considered subsidiary to the appropriate bid item. 025404 Page 1 of 1 Rev. 10-30-2014 SECTION 025412 PRIME COAT 1. DESCRIPTION This specification shall consist of an application of asphalt material on the completed base course and/or other approved area in accordance with this specification. Prime Coat shall not be applied when the air temperature is below 60° F and falling, but it may be applied when the air temperature is above 50° F and is rising; the air temperature being taken in the shade and away from artificial heat. Asphalt material shall not be placed when general weather conditions, in the opinion of the Engineer, are not suitable. 2. MATERIALS The asphalt material used for the prime coat shall be MC -30 medium -curing cutback asphalt or AE -P asphalt emulsion prime, unless otherwise specified, and when tested by approved laboratory methods shall meet the requirements of City Standard Specification Section 025404 "Asphalts, Oils and Emulsions". Blotter material shall be native sand. 3. CONSTRUCTION METHODS When, in the opinion of the Engineer, the area and/or base is satisfactory to receive the prime coat, the surface shall be cleaned of dirt, dust, and other deleterious matter by sweeping or other approved methods. If found necessary by the Engineer, the surface shall be lightly sprinkled with water just prior to application of the asphalt material. The asphalt material shall be applied on the clean surface by an approved type of self-propelled pressure distributor so operated as to distribute the material in the quantity specified, evenly and smoothly under a pressure necessary for proper distribution. The Contractor shall provide all necessary facilities for determining the temperature of the asphalt material in all of the heating equipment and in the distributor, for determining the rate at which it is applied, and for securing uniformity at the junction of two distributor loads. All storage tanks, piping, retorts, booster tanks and distributors used in storing or handling asphalt material shall be kept clean and in good operating condition at all times, and they shall be operated in such manner that there will be no contamination of the asphalt material with foreign material. It shall be the responsibility of the Contractor to provide and maintain in good working order a recording thermometer at the storage -heating unit at all times. The distributor shall have been recently calibrated and the Engineer shall be furnished an accurate and satisfactory record of such calibration. After beginning of the work, should the yield on the asphalt material applied appear to be in error, the distributor shall be calibrated in a manner satisfactory to the Engineer before proceeding with the work. 025412 Page 1 of 2 Rev. 10-30-2014 Prime shall be applied at a temperature within the recommended range per City Standard Specification Section 025404 "Asphalts, Oils and Emulsions", with that range being 70 to 150 degrees F. Application rate shall be not less than 0.15 gallon per square yard, unless otherwise specified. The Contractor shall be responsible for the maintenance of the surface until the Engineer accepts the work. No traffic hauling or placement of any subsequent courses shall be permitted over the freshly applied prime coat until authorized by the Engineer. Spread blotter material before allowing traffic to use a primed surface. Allow sufficient time for the prime coat to cure properly before applying surface treatment or asphaltic concrete pavement. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, prime coat shall be measured by the gallon of asphalt material applied. Payment shall include furnishing, heating, hauling and distributing the asphalt material as specified; for furnishing, spreading and removing sand blotter material; for all freight involved; and for all manipulation, labor, materials, tools, equipment and incidentals necessary to complete the work. 025412 Page 2 of 2 Rev. 10-30-2014 SECTION 025424 HOT MIX ASPHALTIC CONCRETE PAVEMENT (Class A) 1. DESCRIPTION This specification shall govern all work required for furnishing and laying Hot Mix Asphalt Concrete (HMAC) surface, binder and base courses required to complete the project. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS 2.1. Aggregate. The aggregate shall consist of a blend of course aggregate, fine aggregate and, if required, a mineral filler. 2.1.1. Coarse Aggregate shall consist of that fraction of aggregate retained on a No. 10 sieve and shall consist of crushed furnace slag, crushed stone, or crushed gravel. Deleterious material in course aggregate shall not exceed 2% per TxDOT Test Method TEX-217-F. Course aggregate shall be crushed such that a minimum of 85% of the particles have more than one crushed face, unless noted otherwise on the plans. Los Angeles abrasion losses for course aggregate shall not exceed 40% by weight for the surface course and 45% for the binder and base courses per TxDOT Test Method TEX-410-A. Polish Value not less than 30 for aggregate used in the surface course per TxDOT Test Method TEX-438-A. 2.1.2. Fine Aggregate is defined as the fraction passing a No. 10 sieve and shall be of uniform quality. Fine aggregate shall consist of screenings of material that pass the Los Angeles abrasion requirements in paragraph 2.1.1 above. Screenings shall be blended with a maximum of 15% uncrushed aggregate or field sand for Type D mixes, or a maximum of 10% uncrushed aggregate or field sand for Type A, B, and C mixes. Grading of fine aggregate shall be as follows: Sieve Size Percent Passing by Weight No. 10 100 No. 200 0-15 025424 Page 1 of 8 Rev. 3-25-2015 2.1.3 Filler shall consist of dry stone dust, Portland cement, hydrated lime, or other mineral dust approved by the Engineer. Grading of filler shall be as follows: Sieve Size Minimum Percent Passing by Weight No. 30 95 No. 80 75 No. 200 55 2.2. Reclaimed Asphalt Pavement (RAP). Reclaimed asphalt pavement maybe incorporated into the hot mix asphalt concrete furnished for the project, provided that the mixture is designed per the TxDOT Methods and meets the applicable provisions of said TxDOT Item 340 and this specification. 2.3. Asphalt. Asphalt Material shall be in accordance with Standard Specification Section 025404 "Asphalt, Oils and Emulsions" and AASHTO. 2.3.1. Paving Mixture: APPLICATION ASPHALT GRADE Residential or low volume PG 64-22 Collector Surface Course Binder Course Arterial Surface Course Binder Course Base Courses PG 70-22 PG 64-22 PG 76-22 PG 64-22 PG 64-22 2.3.2. Tack Coat shall consist of an emulsion, SS -1 diluted with equal volume of water and applied at a rate ranging from 0.05 to 0.15 gallon per square yard. 3. PAVING MIXTURE 3.1. Mix Design. The mixture shall be designed in accordance with TxDOT Bulletin C-14 and TxDOT Test Method TEX-204-F to conform to the requirements of this specification. The Contractor shall furnish the mix design for the job -mix to be used for the project, unless shown otherwise on the drawings. The mix design shall be submitted prior to placement of the mixture. The design procedures are actually intended to result at a job -mix with properties in compliance with these specifications, and when properly placed the job -mix will be durable 025424 Page2of8 Rev. 3-25-2015 and stable. The sieve analysis of the job -mix shall be within the range of the Master Gradation and Tolerances specified herein. The job -mix shall meet the density and stability requirements as specified and shall be included with the mix design as submitted per above. If the specific gravity of any of the types of aggregates differs by more than 0.3, use volume method. Plot sieve analysis of job -mix; percent passing versus size on four-cycle semi -log paper or other appropriate type paper. Show tolerance limits and Limits of Master Gradation. 3.2. Master Gradation of Aggregate. The aggregate for the type of mix specified shall be within the following tabulated limits per TxDOT Test Method TEX-200-F (Dry Sieve Analysis): Sieve Size Type A Course Base B Fine Base C Course Surface D Fine Surface 1-1/2" 100 1-1/4" 95-100 1" 100 7/8" 70-90 95-100 100 5/8" 75-95 95-100 1/2" 50-70 100 3/8" 60-80 70-85 85-100 1/4" No. 4 30-50 40-60 43-63 50-70 No. 10 20-34 27-40 30-40 32-42 No. 40 5-20 10-25 10-25 11-26 No. 80 2-12 3-13 3-13 4-14 No.200 1-6* 1-6* 1-6* 1-6* VMA % minimum 11 12 13 14 025424 Page3of8 Rev. 3-25-2015 * 2-8 when TxDOT Test Method Tex -200-F, Part II (Washed Sieve Analysis) is used. 3.3. Tolerances. The mixture delivered to the job site shall not vary from the job -mix by more than the tolerances specified below. The gradation of the produced mix shall not fall outside the Master Grading Limits, with the following exceptions: for Type B material coarser than 3/8" and for Type D material coarser than #4. Variations from job -mix shall not exceed the following limits, except as noted above: Item: Tolerances Percent by Weight or Volume 1" to No. 10 Plus or Minus 5.0 No. 40 to No. 200 Plus or Minus 3.0 Asphalt Weight Plus or Minus 0.5 Asphalt Volume Plus or Minus 1.2 3.4. Mix Properties. The mixture shall have a minimum Hveem stability of 40 for Type A, B, and C mixes, and 35 for Type D mixes per TxDOT Test Method TEX-208-F at an optimum density of 96% (plus or minus 1.5) of theoretical maximum density per TxDOT Test Methods TEX-227-F and TEX-207-F. 3.5. Sampling and Testing of Raw Materials. The Contractor shall sample materials as necessary to produce a mix in compliance with these specifications. 4. EQUIPMENT 4.1. Mixing Plants. Mixing plants shall be either the weigh batching type or the drum mix type. Both types shall be equipped with satisfactory conveyors, power units, aggregate handling equipment, aggregate screens and bins (weigh batch only), and pollution control devices as required. 4.2. Truck Scales. A set of truck scales, if needed for measurement, shall be placed at a location approved by the Engineer. 4.3. Asphalt Material Heating Equipment. Asphalt material heating equipment shall be adequate to heat the required amount of material to the desired temperature. Agitation with steam or air will not be permitted. The heating apparatus shall be equipped with a recording thermometer with a 24-hour continuous chart that will record the temperature of the asphalt at the highest temperature. 4.4. Surge -Storage System. A surge -storage system may be used provided that the mixture coming out of the bins is of equal quality to that coming out of the mixer. The system shall be equipped with a gob hopper, rotating chute or other devices designed to minimize segregation of the asphalt mixture. 4.5. Laydown Machine. The laydown machine shall be capable of producing a surface that will meet the requirements of the typical cross section, of adequate power to propel the 025424 Page4of8 Rev. 3-25-2015 delivery vehicles, and produce the surface tolerances herein required. It shall be wide enough to lay a 28 -foot street (back-to-back of curbs) in a maximum of two passes. 4.6. Rollers. All rollers shall be self-propelled and of any type capable of obtaining the required density. Rollers shall be in satisfactory operating condition and free from fuel, hydraulic fluid, or any other fluid leaks. 5. STORAGE, PROPORTIONING AND MIXING 5.1. Storage and Heating of Asphalt Materials. Asphalt cement shall not be heated to a temperature in excess of that recommended by the producer. Asphalt storage equipment shall be maintained in a clean condition and operated in such a manner that there will be no contamination with foreign matter. 5.2. Feeding and Drying of Aggregates. The feeding of various sizes of aggregate to the dryer shall be done in such a manner that a uniform and constant flow of materials in the required proportions will be maintained. In no case shall the aggregate be introduced into the mixing unit at a temperature in excess of 350 degrees F. 5.3. Proportioning. All materials shall be handled and proportioned in a manner that yield an acceptable mixture as herein specified and as defined by the 'off b -mix. 5.4. Mixing. 5.4.1. Weigh Batch Plant. In charging the weigh box and in charging the pugmill from the weigh box, such methods or devices shall be used as necessary to minimize segregation of the mixture. 5.4.2. Drum Mix Plant. The amount of aggregate and asphalt cement entering the mixer and the rate of travel through the mixer shall be coordinated so that a uniform mixture of the desired gradation and asphalt content will be produced. 5.4.3. The mixture produced from each type of plant shall not vary from the ' o� b -mix by more than the tolerances and restrictions herein specified. The mixture when discharged from the plant shall have a moisture content not greater than one percent by weight of total mix when determined by TxDOT Test Method TEX-212-F. 5.4.4. The mixture produced from each type of plant shall be at a temperature between 250 and 325 degrees F. After a target mixing temperature has been established, the mixture when discharged from the mixer shall not vary from this temperature by more than 25 degrees F. 6. CONSTRUCTION METHODS 6.1. Construction Conditions. For mat thicknesses greater than 1.5 inches, the asphalt material may be placed with a laydown machine when the air temperature is 40 degrees F and 025424 Page5of8 Rev. 3-25-2015 rising but not when the air temperature is 50 degrees F and falling. In addition, mat thickness less than and including 1.5 inches shall not be placed when the temperature of the surface on which the mat is placed is below 50 degrees F. All subsurface utilities shall be inspected, tested, and accepted prior to paving. 6.2. Prime Coat. If a prime coat is required, it shall be applied and paid for as a separate item conforming to the requirements of City Standard Specification Section 025412 "Prime Coat", except the application temperature shall be as provided above. The tack coat or asphaltic concrete shall not be applied on a previously primed flexible base until the primed base has completely cured to the satisfaction of the Engineer. 6.3. Tack Coat. Before the asphalt mixture is laid, the surface upon which the tack coat is to be placed shall be thoroughly cleaned to the satisfaction of the Engineer. The surface shall be given a uniform application of tack coat using materials and rates herein specified and/or as shown on the plans. The tack coat shall be rolled with a pneumatic tire roller as necessary. Tack coat is required before any pavement course not placed immediately following the previous course placement. 6.4. Transporting Asphalt Concrete. The asphalt mixture shall be hauled to the job site in tight vehicles previously cleaned of all foreign matter. In cool weather or for long hauls, canvas covers and insulated truck beds may be necessary. The inside of the bed may be given a light coating of lime water or other suitable release agent necessary to prevent from adhering. Diesel oil is not allowed. 6.5. Placing. The asphalt mixture shall be spread on the approved prepared surface with a laydown machine or other approved equipment in such a manner that when properly compacted, the finished surface will be smooth and of uniform density, and meet the requirements of the typical cross section as shown on the plans. 6.5.1. Flush Structures. Adjacent to flush curbs, gutters, liners and structures, the surface shall be finished uniformly high so that when compacted, it will be slightly above the edge of the curb and flush structure. 6.5.2. Construction joints of successive courses of asphaltic material shall be offset at least six inches. Construction joints on surface courses shall coincide with lane lines, or as directed by the Engineer, but shall not be in the anticipated wheel path of the roadway. 6.6. Compacting. The asphalt mixture shall be compacted thoroughly and uniformly with the necessary rollers to obtain the required density and surface tolerances herein described and any requirements as shown on the plans. Regardless of the method of compaction control followed, all rolling shall be completed before the mixture temperature drops below 175 degrees F. 025424 Page 6 of 8 Rev. 3-25-2015 6.7. In -Place Density. In-place density control is required for all mixtures except for thin, irregular level -up courses. Material should be compacted to between 96% and 92% of maximum theoretical density or between 4% and 8% air voids. Average density shall be greater than 92% and no individual determination shall be lower than 90%. Testing shall be in accordance with TxDOT Test Methods TEX-207-F and TEX-227-F. Pavement specimens, which shall be either cores or sections of the compacted mixture, will be tested as required to determine the percent air voids. Other methods, such as nuclear determination of in-place density, which correlate satisfactorily with actual project specimens may be used when approved by the Engineer. 6.8. Thickness. The total compacted average thickness of the combined HMAC courses shall not be less than the amount specified on the drawings. No more than 10% of the measured thickness(es) shall be more than 1/4 inch less than the plan thickness(es). If so, the quantity for pay shall be decreased as deemed appropriate by the Engineer. 6.9. Surface Smoothness Criteria and Tests. The pavement surface after compaction, shall be smooth and true to the established lines, grade and cross-section. The surface shall be tested by the City with the Mays Roughness Meter. The Mays Roughness Value for each 600 -foot section shall not exceed ninety inches per mile per traffic lane. For each 600 -foot section not meeting this criteria, the Engineer shall have the option of requiring that section to be reworked to meet the criteria, or paying an adjusted unit price for the surface course. The unit price adjustment shall be made on the following basis: Adjusted Unit Price = (Adjustment Factor) X Surface Course Unit Bid Price The adjustment factor shall be: For Residential Streets: Adjustment Factor = 1.999 - 0.0111 M For All Other Class Streets (Non Residential) Adjustment Factor = 1.287 - 0.0143 M Where M = Mays Roughness Value In no case shall the Contractor be paid more than the unit bid price. If the surface course is an inverted penetration (surface treatment) the Mays Roughness Value observed will be reduced by ten inches per mile, prior to applying the above criteria. Localized defects (obvious settlements, humps, ridges, etc.) shall be tested with a ten -foot straightedge placed parallel to the roadway centerline. The maximum deviation shall not 025424 Page 7 of 8 Rev. 3-25-2015 exceed 1/8 inch in ten feet. Areas not meeting this criteria shall be corrected to the satisfaction of the Engineer. Pavement areas having surface irregularities, segregation, raveling or otherwise deemed unacceptable by the Engineer shall be removed and replaced by the Contractor in a manner approved by the Engineer, at no additional cost to the City. 6.10. Opening to Traffic. The pavement shall be opened to traffic when directed by the Engineer. The Contractor's attention is directed to the fact that all construction traffic allowed on pavement open to the public will be subject to the State laws governing traffic on highways. If the surface ravels, it will be the Contractor's responsibility to correct this condition at his expense. 7. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, hot mix asphaltic concrete pavement shall be measured by the square yard of the type and thickness of "Hot Mix Asphaltic Concrete" as shown on the drawings. The Contractor shall provide the Engineer with copies of the "pay ticket" identifying the truck and showing the gross empty weight of the truck with driver as it arrives at the plant and the gross loaded weight of the truck with driver as it leaves the plant. The measured amount will be the difference of the loaded and empty trucks converted to tons. Payment shall be full compensation for quarrying, furnishing all materials, freight involved; for all heating, mixing, hauling, cleaning the existing base course or pavement, tack coat, placing asphaltic concrete mixture, rolling and finishing; and for all manipulations, labor, tools, equipment, and incidentals necessary to complete the work except prime coat when required. Prime coat, performed where required, will be measured and paid for in accordance with the provisions governing City Standard Specification Section 025412 "Prime Coat". All templates, straightedges, scales, and other weight and measuring devices necessary for the proper construction, measuring and checking of the work shall be furnished, operated and maintained by the Contractor at his expense. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. Pavement that fails to meet the in place density criteria may be rejected by the City and will be replaced at the Contractor's expense, or such pavement may, at the City's discretion, be accepted by the City and the unit price for payment shall be reduced as deemed appropriate by the Engineer. 025424 Page8of8 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 2 of 2 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 025620 PORTLAND CEMENT CONCRETE PAVEMENT 1. DESCRIPTION This specification shall govern for the construction of Portland cement concrete pavement on a prepared subgrade or base course, in accordance with the typical sections shown on the drawings. 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. All subsurface utilities must be inspected, tested, and accepted prior to any paving. 2. MATERIALS (1) Cement The cement shall be either Type I, Type II or Type 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). The Contractor shall furnish the Engineer with a statement as to the specific surface area of the cement, expressed in square centimeters per gram, for each shipment. For concrete pavements, strength requirements shall be demonstrated using flexural (beam) or compressive (cylinder) tests as required in the drawings. Either Type I or 11 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 shall be used when high early strength concrete pavement is specified on the drawings. Different types of cement may be used in the same project, but all cement used in any one monolithic placement of concrete pavement shall be of the same type and brand. Only one brand of each type of cement will be permitted in any one project 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. 025620 Page 1 of 5 Rev. 3-25-2015 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. (2) Mixing Water Water for use in concrete and for curing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". (3) Coarse Aggregate Coarse aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 2. (4) Fine Aggregate Fine aggregate for use in concrete mixture shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete", Grade No. 1. (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 pavements 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 requirements of City Standard Specification Section 030020 "Portland Cement Concrete". (8) Reinforcing Steel Unless otherwise designated on the plans, all steel reinforcement shall be deformed bars, and shall conform to ASTM Designation: A615, Grade 60, and shall be open hearth, basic oxygen or electric furnace new billet steel in accordance with City Standard Specification Section 032020 "Reinforcing Steel". Dowels shall be plain billet steel smooth bars conforming to ASTM Designation: A615, Grade 60, and shall have hot -dip galvanized finish. 3. STORAGE OF MATERIALS All cement and aggregate shall be stored and handled in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 025620 Page 2 of 5 Rev. 3-25-2015 4. MEASUREMENT OF MATERIALS Measurement of the materials, except water, used in batches of concrete, shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". 5. CLASSIFICATION AND MIX DESIGN It shall be the responsibility of the Contractor to furnish the mix design to comply with the requirements herein and in accordance with THD Bulletin C-11. The Contractor shall perform, at his own expense, the work required to substantiate the design, except the testing of strength specimens, which will be done by the Engineer. Complete concrete design data shall be submitted to the Engineer for approval. It shall also be the responsibility of the Contractor to determine and measure the batch quantity of each ingredient, including all water, so that the mix conforms to these specifications and any other requirements shown on the plans. In lieu of the above mix design responsibility, the Contractor may accept a design furnished by the Engineer; however, this will not relieve the Contractor of providing concrete meeting the requirements of these specifications. 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 substantial change in any of the proposed ingredients has been made. This specification section incorporates the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 6. 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 025620 Page 3 of 5 Rev. 3-25-2015 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 shall be as specified in Table 1. Construction Method Concrete Pavement (slipformed) Concrete Pavement (formed) TABLE 1 Slump Requirements Desired Slump Minimum Slump Maximum Slump 1.5 inches 1 inch 3 inches 4 inches 2.5 inches 6.5 inches NOTE: No concrete will be permitted with slump in excess of the maximum shown. 7. QUALITY OF CONCRETE The concrete shall be uniform and workable. The cement content, maximum allowable water - cement ratio, desired slump, minimum slump, maximum slump, and the strength requirements of the class of concrete for concrete pavement shall conform to the requirements of Table 1 and Table 2 and as required herein. During the process of the work, the Engineer will cast test beams or cylinders as a check on the flexural or compressive strength of the concrete actually placed. Testing shall be in accordance with City Standard Specification Section 030020 "Portland Cement Concrete". If the required flexural or compressive strength is not secured with the cement specified in Table 2, changes in the batch design will be made. The concrete shall meet either the minimum flexural (beam) strength (7 -day or 28 -day) or minimum compressive strength (7 -day or 28 -day) shown in Table 2. Class Minimum of Flexural (Beam) Concrete Strength P* 450 psi (7 days) 570 psi (28 days) * 5% entrained air 8. MIXING CONDITIONS TABLE 2 Class of Concrete for Concrete Pavement Minimum Compressive Strength 3200 psi (7 days) 4000 psi (28 days) Maximum Water -Cement Ratio 5.6 gal./sack 0.50 Coarse Aggregate No. 2 (1'/2") 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. Re -tamping of concrete will not be permitted. 025620 Page 4 of 5 Rev. 3-25-2015 Mixing conditions shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 9. MIXING AND MIXING EQUIPMENT Mixing and mixing equipment shall conform to the requirements of City Standard Specification Section 030020 "Portland Cement Concrete". 10. READY -MD( PLANTS The requirements for ready -mix plants shall be as specified in City Standard Specification Section 030020 "Portland Cement Concrete". 11. PLACING, CURING AND FINISHING All subsurface utilities must be inspected, tested, and accepted prior to any paving. Subgrade preparation shall be as specified on the plans. 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". For membrane curing, curing material shall conform to Type 2, Class A curing compound, or as otherwise shown on the drawings. 12. JOINTS IN CONCRETE PAVEMENT The placing of joints in concrete pavement shall be in accordance with City Standard Specification Section 038000 "Concrete Structures" and as detailed on the drawings. 13. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, the quantities of concrete for concrete pavement(s), which will constitute the completed and accepted pavement(s) in-place, will be measured by the square yard or square foot for the indicated thickness and type of cement. Payment shall be full compensation for furnishing, hauling, mixing, placing, curing and finishing all concrete; all grouting and pointing; furnishing and placing reinforcing steel and steel dowels as shown on the plans; furnishing and placing drains; furnishing and placing metal flashing strips; furnishing and placing expansion joint material, joint filler and sealants, and contraction (control) joints 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. Any paving placed prior to inspection, testing, and acceptance of underground utilities may be rejected by the City and will be replaced at the Contractor's expense after correcting any subsurface utility defects. 025620 Page 5 of 5 Rev. 3-25-2015 SECTION 025802 TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION 1. DESCRIPTION This specification shall govern all work required for Temporary Traffic Controls during construction. The work shall include furnishing, installing, moving, replacing, and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary detours, temporary striping and markers, flagger, temporary drainage pipes and structures, blue business signs, and such temporary devices as necessary to safely complete the project. 2. MATERIALS Traffic control devices shall conform to the latest edition of the "Texas Manual on Uniform Traffic Control Devices", unless indicated otherwise on the Traffic Control Plan. 3. METHODS Sufficient traffic control measures shall be used to assure a safe condition and to provide a minimum of inconvenience to motorists and pedestrians. If the Traffic Control Plan (TCP) is included in the drawings, any changes to the TCP by the Contractor shall be prepared by a Texas licensed professional engineer and submitted to the City Traffic Engineer for approval, prior to construction. If the TCP is not included in the drawings, the Contractor shall provide the TCP prepared by a Texas licensed professional engineer and submit the TCP to the City Traffic Engineer for approval, prior to construction. The Contractor is responsible for implementing and maintaining the traffic control plan and will be responsible for furnishing all traffic control devices, temporary signage and ATSSA certified flaggers. The construction methods shall be conducted to provide the least possible interference to traffic so as to permit the continuous movement of traffic in all allowable directions at all times. The Contractor shall cleanup and remove from the work area all loose material resulting from construction operations at the end of each workday. All signs, barricades, and pavement markings shall conform to the BC standard sheets, TCP sheets and the latest version of the "Texas Manual on Uniform Traffic Control Devices". The Contractor may be required to furnish additional barricades, signs, and warning lights to maintain traffic and promote motorists safety. Any such additional signs and barricades will be considered subsidiary to the pay item for traffic control. All signs, barricades, and posts will be either new or freshly painted. The contractor and any traffic control subcontractor must be ATSSA certified for Traffic Control. 025802 Page 1 of 3 Rev. 10-30-2014 A competent person, responsible for implementation of the TCP and for traffic safety, shall be designated by the Contractor. The name and off -hours phone number of the competent person shall be provided in writing at the Pre -Construction Conference. The competent person shall be on site, during working hours and on call at all times in the event of off -hour emergency. The contractor must provide temporary blue sign boards that direct traffic to businesses and driveways during each phase of construction — see example below. The sign boards may be either skid mounted or barrel mounted. The City will assist the contractor in determining which businesses and driveways will receive signage during various construction phases. The provision, installation, and removal of signage will be considered to be subsidiary to the contract items provided for "Traffic Control." o. Example Blue Sign 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, temporary traffic controls during construction shall be measured as a lump sum. Payment shall include, but not be limited to, furnishing, installing, moving, replacing and maintaining all temporary traffic controls including, but not limited to, barricades, signs, barriers, cones, lights, signals, temporary striping and markers, flaggers, removable and non -removable work zone pavements markings and signage, channelizing devices, temporary detours, temporary flexible -reflective roadway marker tabs, temporary traffic markers, temporary drainage pipes and structures, blue business signs, and such temporary devices and relocation of existing signs and devices. Payment shall be full compensation for all labor, 025802 Page 2 of 3 Rev. 10-30-2014 equipment, materials, personnel, and incidentals necessary to provide a safe condition during construction of all phases and elements of the project and to complete the work. Payment will be made on the following basis: The initial monthly estimate will include 50% of the lump sum bid amount minus retention (typically 5%). The balance will be paid with the final estimate, upon completion of the project. 025802 Page 3 of 3 Rev. 10-30-2014 SECTION 025807 PAVEMENT MARKINGS (PAINT AND THERMOPLASTIC) 1. DESCRIPTION This item shall consist of markings and stripes on the surface of the roadways or parking facilities applied in accordance with this specification and at the locations shown on the drawings or as directed by the Engineer. 2. MATERIALS Type I Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic". All roadway markings shall be thermoplastic. Type II Pavement Marking Materials shall be in accordance with TxDOT Departmental Material Specification DMS -8200 "Traffic Paint" and are not to be used for roadway markings except as primer/sealer for Type 1 markings. Type II Pavement Markings shall be allowed for parking facilities if called for in the plans. Glass Traffic Beads shall be drop -on glass beads conforming to TxDOT Departmental Material Specification DMS -8290 "Glass Traffic Beads". 3. CONSTRUCTION METHODS 3.1 Weather Limitations - Pavement marking shall be performed only when the existing surface is dry and clean, when the atmospheric temperature is above 40°F., and when the weather is not excessively windy, dusty, or foggy. The suitability of the weather will be determined by the Engineer. 3.2 Equipment - All equipment for the work shall be approved by the Engineer and shall include the apparatus necessary to properly clean the existing surface, and mechanical marking machine, and such auxiliary hand painting equipment as may be necessary to satisfactorily complete the job. The mechanical marker shall be an approved atomizing spray -type marking machine suitable for application of pavement markings. It shall produce an even and uniform film thickness at the required coverage and shall be designed so as to apply markings of uniform cross-sections and clear -out edges without running of 025807 Page 1 of 3 Rev. 10-30-2014 spattering and within the limits for straightness set forth herein. Suitable adjustments shall be provided on the sprayer(s) of a single machine or by furnishing additional equipment for marking the width required. 3.3 Preparation of Existing Surface - Immediately before application of the paint or thermoplastic, the existing surface shall be dry and entirely free from old pavement markings and markers, dirt, grease, oil, acids, laitance, or other foreign matter which could reduce the bond between the marking and the pavement. The surface shall be thoroughly cleaned by sweeping and blowing as required to remove all dirt, laitance and loose materials. Areas that cannot be satisfactorily cleaned by brooming and blowing shall be scrubbed as directed with a water solution of trisodium phosphate (10% Na3PO4 by weight) or an approved equal solution. After scrubbing, the solution shall be rinsed off and the surface dried prior to marking. 3.4 Layouts and Alignments - Suitable layouts and lines of proposed stripes shall be spotted in advance of the marking application. Control points shall be spaced at such intervals as will insure accurate location of all markings. The Contractor shall provide an experienced technician to supervise the location, alignment, layout, dimensions, and application of the markings. At least 72 hours prior to applying the permanent pavement markings, the Contractor shall notify the Engineer and City Construction Inspector to obtain City approval for the location, alignment and layout of the pavement markings. 3.5 Application - Markings shall be applied at the locations and to the dimensions and spacing indicated on the plans or as specified. Markings shall not be applied until the layouts, indicated alignment, and the condition of the existing surface have been approved by the Engineer. In the application of straight stripes, any deviation of the edges exceeding 1/2 inch in 50 feet shall be obliterated and the marking corrected. The width of the markings shall be as designated within a tolerance of 5%. All markings shall be performed to the satisfaction of the Engineer. Paint shall be applied uniformly by suitable equipment at a rate of not less than 105 or more than 115 square feet per gallon. The Contractor shall furnish a certified report on the quality of materials ordered for the work. This report shall not be interpreted as a basis for final acceptance. The Engineer shall be notified upon arrival of shipment for inspecting and sampling of 025807 Page 2 of 3 Rev. 10-30-2014 the materials. When required, all emptied containers shall be returned to the paint material storage or made available for tallying by the Engineer. The containers shall not be removed from the job site or destroyed without permission. The Contractor shall make an accurate accounting of the paint materials used in the accepted work. 3.6 Protection - After application, all markings shall be protected while drying. The fresh markings shall be protected from damage of any kind. The Contractor shall be directly responsible for protecting the markings and shall erect or place suitable warning signs, flags or barricades, protective screens or coverings as required. All surfaces shall be protected from disfiguration by spatter, splashes, spillage, drippings of paint or other materials. 3.7 Defective Workmanship or Material - When any material not conforming to the requirements of the specifications or drawings has been delivered to the project or incorporated in the work, or any work performed is of inferior quality, such material or work shall be corrected as directed by the Engineer, at the expense of the Contractor. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, pavement markings shall be measured by the square foot or linear foot of each type of marking. Eliminating existing pavement markings and markers will not be measured and paid for separately, but shall be subsidiary to the pavement marking items. Payment shall be full compensation for furnishing all materials and for eliminating existing pavement markings and markers, for all preparation, layout and application of the materials, and for all labor, equipment, tools and incidentals necessary to complete the work. 025807 Page 3 of 3 Rev. 10-30-2014 SECTION 025813 PREFORMED THERMOPLASTIC STRIPING, WORDS AND EMBLEMS 1. DESCRIPTION This specification shall govern all work for furnishing and installing preformed thermoplastic striping, words and emblems required to complete the project. 2. PRE -CONSTRUCTION CONFERENCE When required by the Engineer, prior to beginning work on the markings but after receipt by the Engineer of the required information, a conference will be held between the representatives of the Contractor and the Engineer to set up more completely the sequence of work to be followed and the estimated progress schedule. 3. MATERIALS The preformed pavement marking material shall be thermoplastic material meeting the specifications of TxDOT Departmental Material Specification DMS -8220 "Hot Applied Thermoplastic," and shall be approved by the Engineer for use on this project. 4. CONSTRUCTION (1) General. The Contractor shall furnish all materials and equipment and perform work or services necessary for complete and proper construction of the completed system of pavement markings. (2) Traffic Conditions. Roadways on which markings are to be placed may be either free of traffic or open to traffic. On roadways already open to traffic, markings shall be placed under existing traffic conditions. (3) Dimensions. Markings will be in accordance with the color, length, width, shape, configuration and location requirements of the plans and as directed by the Engineer. (4) Methods. All material placement shall be in accordance with TxDOT Standard Specification Item 668 "Prefabricated Pavement Markings" and City Section 025807 "Pavement Markings (Paint and Thermoplastic)." (5) Surface Preparation. The pavement upon which the markings are to be placed shall be cleaned and prepared, to the satisfaction of the Engineer, prior to placement of the markings. Cleaning shall be by any effective method, approved by the Engineer that completely and effectively removes contaminants, loose materials, and conditions deleterious to proper adhesion. Surfaces shall be further prepared after cleaning by sealing or priming, as recommended by the manufacturer of the pavement marking material. 025813 Page 1 of 3 Rev. 3-25-2015 (6) Moisture. Pavement to which the material is to be applied shall be completely dry. When questionable, pavements will be considered dry if, on a sunny day after observation for 15 minutes, no condensation occurs on the underside of a one (1) square foot piece of clear plastic that has been placed on the pavement and weighted down on the edges. (7) (8) Temperature. Pavement and ambient air temperature requirements recommended by the material manufacturer shall be observed. If no temperature requirements are established by the materials manufacturer, material will not be placed if the pavement temperature is below 60 degrees F or if it is above 120 degrees F. Clean -Up. At all times, the project site shall be kept free of all unnecessary traffic hazards. Upon completion of the work, the Contractor shall remove all rubbish from the work site, and shall clean and restore the area to a manner acceptable to the Engineer. Also, all damage done by the Contractor during the prosecution of the work must be repaired. Before acceptance, the work site must be neat and in a presentable condition throughout. No extra compensation will be allowed for fulfilling these clean-up requirements. 5. PERFORMANCE (1) Adhesion. Installed pavement markings shall adhere to the pavement sufficiently to prevent lifting, shifting, smearing, spreading, flowing or tearing by traffic. (2) Appearance. In addition to complying with all requirements listed herein, pavement markings shall present a neat, uniform appearance, and shall be free of unsightly conditions. Markings shall be free of ragged edges, misshapen lines or contours, and splices in transverse markings. (3) Visibility. The pavement marking material, in place on the roadway, shall have uniform and distinctive retro -reflectance when observed in accordance with TxDOT Test Method Tex - 828 -B. (4) Observation Period. All material, workmanship and labor furnished shall be covered by manufacturer's guarantee and/or warranty for a period of 12 months commencing on the final delivery date of the materials. Pavement markings that fail to meet all requirements of this specification shall be removed and replaced at the expense of the Contractor within 30 working days following notification by the Engineer of such failure. All replacement pavement markings shall also meet all requirements of this specification for the same warranty period after installation. 025813 Page 2 of 3 Rev 3-25-2015 6. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, preformed striping, words and emblems shall be measured by each type and color indicated on the Bid Form including preformed arrows and words or other symbols as indicated in the Bid Form. Payment shall be full compensation for cleaning the pavement by any suitable means other than blast cleaning, for furnishing and placing all materials, and for all labor, tools, equipment and incidentals necessary to complete the work. 025813 Page 3 of 3 Rev 3-25-2015 SECTION 027402 REINFORCED CONCRETE PIPE CULVERTS 1. DESCRIPTION This specification shall govern the furnishing and placing of reinforced concrete pipe culverts and the material and incidental construction requirements for reinforced concrete pipe sewers. The culvert pipe shall be installed in accordance with the requirements of these specifications to the lines and grades shown on the plans, and shall be of the classes, sizes and dimensions shown thereon. The installation of pipe shall include all joints or connections to new or existing pipe, headwalls, etc., as may be required to complete the work. 2. MATERIALS 1. General. Except as modified herein, materials, manufacture and design of pipe shall conform to ASTM C-76 for Circular Pipe. All pipe shall be machine made or cast by a process which will provide for uniform placement of the concrete in the form and compaction by mechanical devices which will assure a dense concrete. Concrete shall be mixed in a central batch plant or other approved batching facility from which the quality and uniformity of the concrete can be assured. Transit mixed concrete will not be acceptable for use in precast concrete pipe. 2. Design. All pipe shall be Class III (Wall "B") unless otherwise specified on the plans. The shell thickness, the amount of circumferential reinforcement and the strength of the pipe shall conform to the specified class as summarized in ASTM C-76 for Circular Pipe. 3. Sizes and Permissible Variations. a. Variations in diameter, size, shape, wall thickness, reinforcement, placement of reinforcement, laying length and the permissible underrun of length shall be in accordance with the applicable ASTM Specification for each type of pipe as referred to previously. b. Where rubber gasket pipe joints are to be used, the design of the Joints and Permissible Variations in Dimensions shall be in accordance with ASTM C-443. 4. Workmanship and Finish. Pipe shall be substantially free from fractures, large or deep cracks and surface roughness. The ends of the pipe shall be normal to the walls and centerline of the pipe within the limits of variations allowed under the applicable ASTM specification. 5. Curing. Pipe shall be cured in accordance with the applicable ASTM Specification for each type of pipe as referred to above. 6. Marking. The following information shall be clearly marked on each section of pipe: 027402 Page 1 of 7 Rev 3-25-2015 a. The class of pipe. b. The date of manufacture. c. The name or trademark of the manufacturer. d. Marking shall be indented on the pipe section or painted thereon with waterproof paint. 7. Minimum Age for Shipment. Pipe shall be considered ready for shipment when it conforms to the requirements of the tests specified herein. 8. Inspection. The quality of materials, the process of manufacture, and the finished pipe shall be subject to inspection and approval by the Engineer at the pipe manufacturing plant. In addition, the finished pipe shall be subject to further inspection by the Engineer at the project site prior to and during installation. 9. Causes for Rejection. Pipe shall be subject to rejection on account of failure to conform to any of the specification requirements. Individual sections of pipe may be rejected because of any of the following: a. Fractures or cracks passing through the shell, except for a single end crack that does not exceed the depth of the joint. b. Defects that indicate imperfect proportioning, mixing and molding. c. Surface defects indicating honeycombed or open texture. d. Damaged ends, where such damage would prevent making a satisfactory joint. 10. Repairs. Pipe may be repaired if necessary, because of occasional imperfections in manufacture or accidental injury during the handling, and will be acceptable if, in the opinion of the Engineer, the repairs are sound and properly finished and cured and the repaired pipe conforms to the requirements of the specifications. 11. Rejections. All rejected pipe shall be plainly marked by the Engineer and shall be replaced by the Contractor with pipe that meets the requirements of these specifications. Such rejected pipe shall be removed immediately from the worksite. 12. Jointing Materials. Unless otherwise specified on the plans, the Contractor shall have the option of making the joints by any of the following methods: a. Ram-Nek, a pre -formed plastic base joint material manufactured by K. T. Knyder Company, Houston, Texas, or an approved equal. Use of Talcote as joint material will not be not permitted. Ram-Nek joint material and primer shall be supplied for 027402 Page 2 of 7 Rev 3-25-2015 use on pipe in the following sizes, which is the minimum that will be required. Additional Ram-Nek may be required if, in the opinion of the Engineer, a proper joint is not secured. Pipe Size Primer Per 100 Jts. Cut Lengths Per Joint 12" 1.5 gals. 11/2 pcs 1" x 2'-5" 15" 1.9 gals. 2 pcs 1" x 2'-5" 18" 2.7 gals. 11/2 pcs 11/2 " x 3'-5" 21" 3.8 gals. 2 pcs 11/2 " x 3'-5" 24" 6.2 gals. 2 pcs 11/2 " x 3'-5" 30" 8.5 gals. 21/2 pcs 11/2 " x 3'-5" 36" 9.5 gals. 3 pcs 13/4" x 3'-5" 42" 12.0 gals. 31/2 pcs 13/4" x 3'-5" 48" 15.0 gals. 4 pcs 13/4" x 3'-5" 54" 20.0 gals. 41/2 pcs 13/4" x 3'-5" 60" 25.0 gals. 5 pcs 13/4" x 3'-5" 66" 30.0 gals. 51/2 pcs 13/4" x 3'-5" 72" 32.0 gals. 6 pcs 2" x 3'-5" 84" 35.0 gals. 7 pcs 2" x 3'-5" b. TYLOX Types "C", "C -P" or "CR" rubber gaskets, as applicable, as manufactured by Hamilton Kent Manufacturing Company, Kent, Ohio, or approved equal. All gaskets, lubricants, adhesives, etc., shall be manufactured, constructed, installed, etc., as recommended by the manufacturer of the rubber gasket material and conform to ASTM Designation: C-443. In addition, the Contractor shall furnish to the City, for approval, manufacturer's brochures detailing the complete use, installation, and specifications of concrete pipe and rubber gaskets before any rubber gasket material is used on the project. All rubber gaskets shall be fabricated from synthetic rubber. c. Cement Mortar is prohibited from jointing pipe except at manholes, pipe junctions, etc., or where specifically approved by the Engineer. d. Geotextile for wrapping pipe joints shall be Class "A" subsurface drainage type in accordance with AASHTO M288. 027402 Page 3 of 7 Rev 3-25-2015 3. CONSTRUCTION METHODS Reinforced concrete pipe culverts shall be constructed from the specified materials in accordance with the following methods and procedures: 1. Excavation. All excavation shall be in accordance with the requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities," except where tunneling or jacking methods are shown on the plans or permitted by the Engineer. When pipe is laid in a trench, the trench, when completed and shaped to receive the pipe, shall be of sufficient width to provide free working space for satisfactory bedding and jointing and thorough tamping of the backfill and bedding material under and around the pipe. The Contractor shall make such temporary provisions as may be necessary to insure adequate drainage of the trench and bedding during the construction operation. Pipe shall be placed such that the identification markings are visible at the top prior to backfill. 2. Bedding. The pipe shall be bedded in accordance with the bedding details shown on the drawings. Bedding shall not be measured for pay, but shall be subsidiary to other work. If the subgrade of the trench is unstable, even if this condition occurs at relatively shallow depths, full encasement of the pipe with crushed stone shall be required. 3. Laying Pipe. Unless otherwise authorized by the Engineer, the laying of pipe on the prepared foundation shall be started at the outlet (downstream) end with the spigot or tongue end pointing downstream, and shall proceed toward the inlet (upstream) end with the abutting sections properly matched, true to the established lines and grades. Where bell and spigot pipe are used, cross trenches shall be cut in the foundation to allow the barrel of the pipe to rest firmly upon the prepared bed. These cross trenches shall be not more than two inches larger than the bell ends of the pipe. Proper facilities shall be provided for hoisting and lowering the sections of pipe into the trench without disturbing the prepared foundation and the sides of the trench. The ends of the pipe shall be carefully cleaned before the pipe is placed. As each length of pipe is laid, the mouth of the pipe shall be protected to prevent the entrance of earth or bedding material. The pipe shall be fitted and matched so that when laid in the bed, it shall form a smooth, uniform conduit. When elliptical pipe with circular reinforcing or circular pipe with elliptical reinforcing is used, the pipe shall be laid in the trench in such position that the markings "TOP" or "BOTTOM" shall not be more than 5 degrees from the vertical plane through the longitudinal axis of the pipe. For pipe over 42 inches in diameter, the Contractor may drill two holes not larger than 2 inches in diameter, in the top of each section of the pipe, to aid in lifting and placing. The holes shall be neatly drilled, without spalling of the concrete, and shall be done without the cutting of any reinforcement. After the pipe is laid, the holes shall be filled with mortar and properly cured, and placed such that they are visible from the top for inspection prior to backfill. Multiple installations of reinforced concrete pipe shall be laid with the center lines of 027402 Page 4 of 7 Rev 3-25-2015 individual barrels parallel. When not otherwise indicated on plans, the following clear distances between outer surfaces of adjacent pipe shall be used. Diameter of Pipe 18" 24" 30" 36" 42" 48" 54" 60" to 84" Clear Distance Between Pipes 0'-9" 0'-11" 1'-1" 1'-3" 1'-5" 1'-7" 1'-11" 2'-0" 4. Jointing. a. If the use of Portland cement mortar joints is allowed, all pipe shall be jointed tight and sealed with stiff mortar, composed of one part Portland cement and two parts sand, so placed as to form a durable water -tight joint. The installation shall be as required by the Engineer. b. Joints using Rubber Gaskets: Where rubber gasket pipe joints are required by the plans, the joint assembly shall be made according to the recommendations of the gasket manufacturer. Water -tight joints will be required when using rubber gaskets. c. Joints using Cold -Applied Preformed Plastic Gaskets shall be made as follows: A suitable prime of the type recommended by the manufacturer of the gasket joint sealer shall be brush -applied to the tongue and groove joint surfaces and the end surfaces and allowed to dry and harden. No primer shall be applied over mud, sand or dirt or sharp cement protrusions. The surface to be primed must be clean and dry when primer is applied. Before laying the pipe in the trench, the plastic gasket sealer shall be attached around the tapered tongue or tapered groove near the shoulder or hub of each pipe joint. The paper wrapper shall be removed from one side only of the two-piece wrapper on the gasket and pressed firmly to the clean, dry pipe joint surface. The outside wrapper shall not be removed until immediately before pushing the pipe into its final position. When the tongue is correctly aligned with the flare of the groove, the outside wrapper on the gasket shall be removed and the pipe shall be pulled or pushed home with sufficient force and power (backhoe shovel, chain hoist, ratchet hoist or winch) to cause the evidence of squeeze -out of the gasket material on the inside or outside around the complete pipe joint circumference. The extruded gasket material shall be smoothed out over the joint on the exterior and interior of the pipe. Any joint material pushed out into the interior of the pipe that would tend to obstruct the flow shall be removed. (Pipe shall be pulled home in a straight line with all parts of the pipe on line and grade at all times.) Backfilling of pipe laid with plastic gasket joints may proceed as soon as the joint has been inspected and approved by the Engineer. Special precautions shall be taken in placing and compacting backfill to 027402 Page 5 of 7 Rev 3-25-2015 avoid damage to the joints. When the atmospheric temperature is below 60 degrees F, plastic joint seal gaskets shall either be stored in an area warmed to above 70 degrees F, or artificially warmed to this temperature in a manner satisfactory to the Engineer. Gaskets shall then be applied to pipe joints immediately prior to placing pipe in the trench, followed by connection to previously laid pipe. d. Pipe Joints for storm sewers shall be wrapped with geotextile material. The geotextile wrap shall be at least 2 feet wide and shall be centered on each joint. 5. After the pipe has been placed, bedded and jointed as specified, filling and/or backfilling shall be done in accordance with the applicable requirements of City Standard Specification Section 022020 "Excavation and Backfill for Utilities." If unstable conditions are encountered, fully encase the pipe with crushed stone as described above. When mortar joints are allowed, no fill or backfill shall be placed until the jointing material has been cured for at least six (6) hours. Special precautions shall be taken in placing and compacting the backfill to avoid any movement of the pipe or damage to the joints. For side drain culverts and all other culverts where joints consist of materials other than mortar, immediate backfilling will be permitted. 6. Unless otherwise shown on the plans or permitted in writing by the Engineer, no heavy earth moving equipment will be permitted to haul over the structure until a minimum of 4 feet of permanent or temporary compacted fill has been placed thereon. Pipe damaged by the Contractor's equipment shall be removed and replaced by the Contractor at no additional cost. 7. Cleaning and Television Inspection. All enclosed reinforced concrete pipe and manholes installed on this project shall be cleaned and televised in accordance with City Standard Specification Section 027611 "Cleaning and Televised Inspection of Conduits." 4. MEASUREMENT Unless otherwise specified on the Bid Form, reinforced concrete pipe will be measured by the linear foot. Such measurement will be made between the ends of the pipe barrel along its central axis. Where spurs or branches, or connections to existing pipe lines are involved, measurement of the spur or new connecting pipe will be made from the intersection of its center axis with the outside surfaces of the pipe into which it connects. Where inlets, headwalls, catch basins, manholes, junction chambers, or other structures are included in lines of pipe, that length of pipe tying into the structure wall will be included for measurement but no other portion of the structure length or width will be so included. For multiple pipes, the measured length will be the sum of the lengths of the barrels measured as prescribed above. 027402 Page 6 of 7 Rev 3-25-2015 5. PAYMENT Payment for reinforced concrete pipe measured as prescribed above will be made at the contract unit price bid per linear foot for the various sizes of "Reinforced Concrete Pipe" of the class specified. Payment shall be full compensation for furnishing and transporting the pipe; hauling and placing of earth cushion material where required for bedding pipe; for the preparation and shaping of beds; for hauling, placing and jointing of pipes; for furnishing and installing geotextile pipe joint wrapping; for end finish; for all connections to existing and new structures; for cleaning and television inspection; and for all other items of materials, labor, equipment, tools, excavation, backfill and incidentals necessary to complete the culvert or storm sewer in accordance with the plans and these specifications. 027402 Page 7 of 7 Rev 3-25-2015 SECTION 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 lb. gross weight and shall be marked by the manufacturer to indicate the dry weight content. 2.4 EQUIPMENT: The fertilizing, seeding and/or mulching operations shall be accomplished with equipment suitable to the required function. It shall be of current design and in good operating condition. Special seeding and mulching equipment must also meet the following requirements: Seeder - Equipment for applying a seed -fertilizer mix shall be a hydraulic seeder designed to pump and discharge a waterborne, homogeneous slurry of seed and fertilizer. The seeder shall be equipped with a power driven agitator and capable of pressure discharge. Straw Mulch Spreader - Equipment used for straw mulch application shall be trailer mounted, equipped with a blower capable of 2000 r.p.m. operation, and that will discharge straw mulch material through a discharge boom with spout at speeds up to 220 feet per second. The mulch spreader shall be equipped with an asphalt supply and application system near the discharge end of the boom spout. The system shall apply asphalt adhesive in atomize form to the straw at a predetermined rate. The spreader shall be capable of blowing the asphalt -coated mulch, with a high velocity airstream, over the surface at a uniform rate, forming a porous, stable erosion -resistant cover. Wood Cellulose Fiber Mulch Spreader - Equipment used for this application of fertilizer, seeds, wood pulp, water and other additives shall have a built-in agitation system with sufficient capacity to agitate, suspend and homogeneously mix a slurry containing up to 40 lbs. of fiber plus the required fertilizer solids for each 100 gallons of water. It shall have sufficient agitation and pump capacity to spray a slurry in a uniform coat over the area to be mulched. 028020 Page 2 of 4 Rev. 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 4001b/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 lb./acre on slopes up to 3:1, and 2500 lb./acre on slopes steeper than 3:1. One hundred (100) pounds of fiber per acre shall be used when asphalt is to be applied over cellulose mulch. The mulch shall provide a uniform cover over the soil surface. Asphalt Over Wood Cellulose Fiber Mulch Seeding - "Wood Cellulose Fiber Mulch Seeding" shall be done as described above. After mulch has been placed, an asphalt -water emulsion shall be uniformly spread over the mulch at a rate of 1200 gallons per acre. 3.4 MAINTENANCE: The Contractor shall water, repair and reseed areas as required for a period of 45 days or until growth has been established, whichever is longer. This includes erosion damage. Maintenance does not include mowing or weed control, unless indicated on the plans. If at any time the seeded area becomes gullied or otherwise damaged, or the seeds have been damaged or destroyed, the affected portion shall be re-established to the specified condition prior to acceptance of the work. 3.5 GUARANTEE: The Contractor shall assure 95% of the seeded area has established grass growth at 45 calendar days after seeding, unless indicated otherwise on the drawings. Where established, grass growth is defined as at least one plant per square foot with no bare spots larger than three (3) square feet. The Contractor shall re-establish grass growth as directed by the Engineer during the one-year warranty period. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, seeding will be measured by the horizontal square yard of area seeded within the areas designated on the drawings. Areas disturbed by the Contractor that are outside of the designated areas (such as field office, 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 fertilizer 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 2 of 2 Rev. 3-25-2015 SECTION 028300 FENCE RELOCATION 1. DESCRIPTION This specification shall govern all work necessary to accomplish the relocation of any fence that needs to be moved to complete this project. The necessity and the time schedule for relocation of any given fence shall be determined by the Engineer. 2. MATERIALS Whenever possible, all or part of the existing fence materials shall be used in constructing the relocated fence. Any materials damaged or destroyed as a result of removal of the fence from its existing location shall be replaced with materials of equal or better quality at the expense of the contractor. 3. CONSTRUCTION METHODS It is the intent of this specification that fences be reconstructed to original condition (condition at time just prior to commencement of construction on this project). Unless otherwise specified, no fence shall be replaced until the area surrounding its new location has been worked to its fmished grade. Any fence that is damaged while being removed shall be repaired prior to being reset or replaced with like kind. 4. MEASUREMENT AND PAYMENT Unless otherwise specified on the Bid Form, fence relocation shall be measured by the linear foot of relocated fence (not fence removed from original location). Payment shall constitute full compensation for removal, replacement, necessary repairs, and all other work related to the relocation of fences. 028300 Page 1 of 1 Rev. 10-30-2014 SECTION 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. 1-1/4 In. 1 In. 3/4 In. 1/2 In. 3/8 In. No. 4 No. 8 1 2 in. 0 0 to 20 15 to 50 60 to 80 95 to 100 2 (467)* 1-1/4 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 4. TOLERANCES Fabricating tolerances for bars shall be within 3 percent of specified or as follows: Pion Dimen. t 3 7/8" Bar or Smaller --Plan. Dimen. • I/2." Bar or Larger --Pian_ Dimen. * !» 3/4 H= over 6"--Dimen.• Zero or -4/2» H : 6" and leas-flinsen. • Zero or -1/4" t; 1 7/8" Bor or Smaller—Plan Dimon.* 1/26. I" Bar or Larger — Plan Dienen. *1" Spiral or Circular Tie Tit or Stirrup Plan Dineen.=1/24 5. STORING !Plain Dames i. * i/2' 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 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 spliced. End preparation for butt welding reinforcing bars shall be done in the field. Delivered bars shall be of sufficient length to permit this practice. For box culvert extensions with less than one foot of fill, the existing longitudinal bars shall have a 20 -diameter lap with the new bars. For box culvert extensions with more than one foot of fill, a minimum of 6 inches lap will be required. Unless otherwise shown on the plans, dowel bars transferring tensile stresses shall have a minimum embedment equal to the minimum lap requirements shown in Table 1. Shear transfer dowels shall have a minimum embedment of 12 inches. 7. PLACING Reinforcement shall be placed as near as possible in the position shown on the plans. Unless otherwise shown on the plans, dimensions shown for reinforcement are to the centers of the bars. In the plane of the steel parallel to the nearest surface of concrete, bars shall not vary from plan placement by more than one -twelfth of the spacing between bars. In the plane of the steel perpendicular to the nearest surface of concrete, bars shall not vary from plan placement by more than one-quarter inch. Cover of concrete to the nearest surface of steel shall meet the above requirements but shall never be less than one inch or as otherwise shown on the plans. Vertical stirrups shall always pass around the main tension members and be attached securely thereto. The reinforcing steel shall be spaced its required distance from the form surface by means of approved galvanized metal spacers, metal spacers with plastic coated tips, stainless steel spacers, plastic spacers, or approved pre -cast mortar or concrete blocks. For approval of plastic spacers on the project, representative samples of the plastic shall show no visible indications of deterioration after immersion in a 5 percent solution of sodium hydroxide for 120 hours. All reinforcing steel shall be tied at all intersections, except that where spacing is less than one foot in each direction, alternate intersections only need be tied. Before any concrete is placed, all mortar shall be cleaned from the reinforcement. Precast mortar or concrete blocks to be used for holding steel in position adjacent to formed surfaces shall be cast in molds meeting the approval of the Engineer and shall be cured by covering with wet burlap or 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 1. 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 31/2"). (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: D1752 "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 METHOD ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 ASTM D1752, Type 1 REQUIREMENT Black 401b./ft3 Min. 90% Min. 50 to 500 psi 0.25 inch Max. 20 psi Min. 75% Min. The manufacturers shall furnish the Engineer with certified test results as to compliance with the above requirements and a 12 inch x 12 inch x 1 inch sample from the shipment for approval. Curing Materials. (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 spalling, and when removed, shall leave a smooth opening in the concrete surface. Burning off of rods, bolts or ties will not be permitted. Any wire ties used shall be cut back at least one-half inch (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: Air 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 workability. Pipes through which concrete is pumped shall be shaded and/or wrapped with wet burlap, if necessary, to prevent loss of slump and workability. Concrete shall not be transported through aluminum pipes, tubes or other aluminum equipment. Chutes, troughs, conveyors or pipes shall be arranged and used so that the concrete ingredients will not be separated. When steep slopes are necessary, the chutes shall be equipped with baffle boards or made in short lengths that reverse the direction of movement, or the chute ends shall terminate in vertical 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 centerline. It is the intent that the average texture depth resulting from the number of tests directed by the Engineer be not less than 0.035 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 applied after the surface finishing has been completed, and immediately after the free surface moisture has disappeared. The surface shall be sealed with a single uniform coating of curing compound applied at the rate of coverage recommended by the manufacturer and directed by the Engineer, but not less than 1 gallon per 180 square feet of area. The Contractor shall provide satisfactory means and facilities to properly control and check the rate of 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 PART T TECHNICAL SPECIFICATIONS SECTION 01 14 00 WORK RESTRICTIONS 11/11 PART 1 GENERAL 1.1 SUBMITTALS Government approval is required for submittals with a "G" designation; submittals not having a "G" designation are for Contractor Quality Control approval. Submit the following in accordance with Section 01 33 00 SUBMITTAL PROCEDURES: SD -01 Preconstruction Submittals List of Contact Personnel; 1.2 SPECIAL SCHEDULING REQUIREMENTS c. The [ ] will remain in operation during the entire construction period. The Contractor must conduct his operations so as to cause the least possible interference with normal operations of the activity. d. Permission to interrupt any Activity roads, railroads, or utility service must be requested in writing a minimum of 15calendar days prior to the desired date of interruption. 1.3 CONTRACTOR ACCESS AND USE OF PREMISES 1.3.1 Activity Regulations Ensure that Contractor personnel employed on the Activity become familiar with and obey Activity regulations including safety, fire, traffic and security regulations. Keep within the limits of the work and avenues of ingress and egress. Wear hard hats in designated areas. Do not enter any restricted areas unless required to do so and until cleared for such entry. Mark Contractor equipment for identification. 1.3.1.1 Subcontractors and Personnel Contacts Provide a list of contact personnel of the Contractor and subcontractors including addresses and telephone numbers for use in the event of an emergency. As changes occur and additional information becomes available, correct and change the information contained in previous lists. 1.3.1.2 Identification Badges and Installation Access Application for and use of badges will be as directed. Obtain access to the installation by participating in the Navy Commercial Access Control System (NCACS), or by obtaining passes from the Base Pass and Identification Office. Costs for obtaining passes through the NCACS are the responsibility of the Contractor. One -day passes, issued through the Base Pass and Identification Office, will be furnished without charge. Furnish a completed EMPLOYMENT ELIGIBILITY VERIFICATION (DHS FORM I-9) form for all Page 1 personnel requesting badges. This form is available at http://www.uscis.gov/portal/site/uscis by searching or selecting Employment Verification (Form I-9). Immediately report instances of lost or stolen badges to the Contracting Officer. a. NCACS Program: NCACS is a voluntary program in which Contractor personnel who enroll, and are approved, are subsequently granted access to the installation for a period up to one year, or the length of the contract, whichever is less, The Government performs background screening and credentialing. Throughout the year the Contractor employee must continue to meet background screening standards. Periodic background screenings are conducted to verify continued NCACS participation and installation access privileges. Under the NCACS program, no commercial vehicle inspection is required, other than for Random Anti -Terrorism Measures (RAM) or in the case of an elevation of Force Protection Conditions (FPCON). Information on costs and requirements to participate and enroll in NCACS is available at http://www.rapidgate.com or by calling 1-877-727-4342. Contractors should be aware that the costs incurred to obtain NCACS credentials, or costs related to any means of access to a Navy Installation, are not reimbursable. Any time invested, or price(s) paid, for obtaining NCACS credentials will not be compensated in any way or approved as a direct cost of any contract with the Department of the Navy b. Base Passes: Participation in the NCACS is not mandatory. However, if the Contractor chooses to not participate, the Contractor's personnel will have to obtain a 30 -day pass.be subject to daily mandatory vehicle inspection, and will have limited access to the installation. There is a four day lead time required to obtain a 30 -day pass. Only three 30 -day passes may be granted in any 12 -month period for any one individual. After the three 30 -day passes have expired, the individual will not be granted base access unless they participate in the NCACS program. ALL occupants of a vehicle must have either a base pass or an NCACS pass. The Government will not be responsible for any cost or lost time associated with obtaining daily passes or added vehicle inspections incurred by non -participants in the NCACS. c. Time -Sensitive Material Deliveries: Where the driver does not have an NCACS pass, time -sensitive material deliveries such as asphalt or concrete require pre -arrangement by NAS Security personnel to ensure expedited access at the entrance gate. Seven (7) calendar days' notice is required for time -sensitive material deliveries. d. Large -Volume Material Deliveries: Where the volume of material is so large that it requires a dedicated access lane, seven (7) calendar days' notice is required. Example of large -volume deliveries would be concrete, asphalt, or fill material where thirty or more truck a day are expected. 1.3.1.3 No Smoking Policy Smoking is prohibited within and outside of all buildings on installation, except in designated smoking areas. This applies to existing buildings, buildings under construction and buildings under renovation. Discarding tobacco materials other than into designated tobacco receptacles is considered littering and is subject to fines. The Contracting Officer will identify designated smoking areas. Page 2 1.3.2 Working Hours Regular working hours must consist of an 9 hour period , between 7:30 a.m. and 4:30 p.m. Monday through Friday, excluding Government holidays. 1.3.3 Work Outside Regular Hours Work outside regular working hours requires Contracting Officer approval. Make application 7calendar days prior to such work to allow arrangements to be made by the Government for inspecting the work in progress, giving the specific dates, hours, location, type of work to be performed, contract number and project title. Based on the justification provided, the Contracting Officer may approve work outside regular hours. During periods of darkness, the different parts of the work must be lighted in a manner approved by the Contracting Officer. Make utility cutovers after normal working hours or on Saturdays, Sundays, and Government holidays unless directed otherwise. 1.3.4 Exclusionary Period No work must be performed during the period [ ] to [ ], inclusive, without prior written approval of the Contracting Officer. This period has not been considered in computing the time allowed for the performance of this contract. 1.3.5 Utility Cutovers and Interruptions a. Make utility cutovers and interruptions after normal working hours or on Saturdays, Sundays, and Government holidays. Conform to procedures required paragraph WORK OUTSIDE REGULAR HOURS. b. Ensure that new utility lines are complete, except for the connection, before interrupting existing service. c Interruption to water, sanitary sewer, storm sewer, telephone service, electric service, air conditioning, heating, fire alarm, and compressed air are considered utility cutovers pursuant to the paragraph WORK OUTSIDE REGULAR HOURS. This time limit includes time for deactivation and reactivation. d. Operation of Station Utilities: The Contractor must not operate nor disturb the setting of control devices in the station utilities system, including water, sewer, electrical, and steam services. The Government will operate the control devices as required for normal conduct of the work. The Contractor must notify the Contracting Officer giving reasonable advance notice when such operation is required. Page 3 PART 2 PRODUCTS Not Used PART 3 EXECUTION Not Used -- End of Section -- Page 4 APPLICATION FOR EXCAVATION PERMIT APPLICATION #: Electric T/C#: Short Title: Plumb'g T/C#: Amendment #: Checklist Cover Sheet NUECES ELECTRIC CO-OP#: NOTE: Excavation Permit is valid for 30 days from the day the trouble call is submitted and/or after the Approving Authority signs it, unless extended (on request by REQUESTOR). 1 Extension #: REQUESTOR MUST REMIT Contract# and a Site Plan (on 8.5"x11" paper) denoting the exact range and scope of excavation before the Permit can be processed; 2 REQUESTOR shall allow 10 days for review and marking of utilities; 3 REQUESTOR must mark the exact location(s) with WHITE SPRAY PAINT before calling NAS Entities or PW Shops for existing utility markouts; 4 Before Excavation and FOR MARKING OF EXISTING UTILITIES, REQUESTOR MUST CALL THE DESIGNATED ENTITIES AND SHOPS IDENTIFIED ON p.3 OF THIS APPLICATION PERMIT FORM. 5 It is the REQUESTOR'S responsibility to protect and maintain existing utility marking done by shops and other utility entities until excavation are performed; NOTE: The NAS performs regular mowing and bad weather and construction occasionally disrupt markings; 6 7 Should the REQUESTOR excavate without having the utilities marked and Existing Utilities and/or Government Owned Property is damaged in the process, the Requestor is liable for repairs; REQUESTOR must have an approved copy (or, Original - preferred- with authentic signature(s) of Approving Authority) of this application. When work has been completed, keep a copy for your records and return this original to your PWD Representative. IN CASE OF UTILITY LINE DAMAGE: 1 If a utility or any other property is damaged during excavation the REQUESTOR must immediatey cease excavation and notify his CSR, Construction Surveillance Representative; 2 Next, notify the Public Works Site Supervisor, Rick Wilkey (361)961-2369 and the appropriate shop: Electric - (361)961-3341/2032 Stephen George Environmental - (361)961-3776 Ross Ybara Plumbing - (361)961-2369 Rick Wilkey Navy -Owned Phones - (361)961-2552 Fredd Celaya NMCI (361)939-8243 x2239 Glen Harris - NMCI 1st Alternate x2230 Marcos Trevino x2224 Javier Medellin I have read and understand the above instructions. Signature Printed name Date P.1 of 3 Enclosure (2) 20 Oct 15 APPLICATION FOR EXCAVATION PERMIT (cont.) P. _2_ OF _3_ AMENDMENT I EXTENSION SECTION I. (TO BE FILLED OUT BY REQUESTOR) TROUBLE CALLS Call B19 PW (811) y11-`y''Sr / o I S 1 (T/C): (FOR PW USE) 1. EXCAVATION PERMIT #: DATE:(Init'd) ELECTRIC T/C # PLUMBING T/C # URGENCY OF REQUEST: (CHECK ONE>) [EMERGENCY!! [ URGENT! ROUTINE REQUEST CLEARANCE FOR WORK INVOLVING EXCAVATION OR DISTURBANCE OF FACILITIES AS INDICATED: 2. LOCATION: (nearest Building or Facility) WORK ORDER NUMBER: (IF APPLICABLE) CONTRACT NUMBER: (IF APPLICABLE) 3. THE REQUESTED CLEARANCE: (CHECK ONE ») HAS BEEN STAKED/PAINTED HAS NOT BEEN STAKED/PNTD E. TYPE OF WORK: (CHECK ALL THAT APPLY») 1. EXCAVATION 3. DRAINAGE DITCH 2. PAVEMENTS 4. OTHER SPECIFY F. OVERHEAD LINES (CHECK ALL THAT APPLY») G. SURFACE LINES UTILITY (CHECK ALL THAT APPLY) COMMUNICATIONS UTILITY COMMUNICATIONS H. METHOD OF (CHECK ALL THAT APPLY») EXCAVATION: 1. HAND 2. POWER SHOVEL _ 3. DITCHER 4. OTHER (SPECIFY) — J1. ANTICIPATED DIG DATE: J2. Actual Dig Date: K. Gov't POC: (CSR or other): L. SCOPE OF WORK: (INDICATE DEPTH, WIDTH, LENGTH, ANY ROAD CLOSURE, DISCONNECTION OF SERVICE OR OTHER DISTURBANCE. PROVIDE SKETCH OR SITE PLAN AS NECESSARY.) RECOMMENDATIONS : *** BEFORE DIGGING *** ATTACHMENT (1): IR WORK SITE REQUIREMENTS This ground disturbing activity will be conducted on a RCRA Regulated HAZWOPER Certified. Air monitoring should be conducted during Personnel Protective Equipment to minimize exposure to Hazardous Unit should be analyzed and then be disposed of properly. I/R Site - See Attachment (1) N/A UST Site - See Attachment (2) N/A Waste Unit. At least one site worker must be cons ruction activities and workers should be provided with Chemicals. All soils or groundwater removed from the Waste *** BEFORE EXCAVATION *** BEFORE CALLING CONTACTS, REQUESTORS REPRESENTATIVE (OR THE EXCAVATION CONTRACTOR) MUST EXCAVATION AREA ON THE GROUND IN 'WHITE' MUST CONFIRM WITH ALL CONTACTS (P.3) MARK 1 N/A SPECIFIC *** DURING EXCAVATION *** IF ANY UTILITY LINES ARE DAMAGED DURING EXCAVATION, NOTIFY THE PUBLIC WORKS PRODUCTION DIVISION SUPERVISORS AT (361)961-2369 or (361)961-3341. 1 1 N/A SITE 4. AS THE REQUESTOR, I UNDERSTAND THAT I AM REPONSIBLE FOR NOTIFYING THE NAS ENTITIES (INDICATED ON P.3) IN ADVANCE OF SCHEDULED EXCAVATION OR OTHER WORK REQUIRING PERMITTED CLEARANCE. 5. DATE CLEARANCE REQUESTED: (ALLOW 10 DAYS MINIMUM FROM DATE OF APPLICATION 6A. DATE OF EXPIRATION: (30 Days from original Approval) 6B. EXTENSION EXPIRATION DATE: 7. REQUESTING ORGANIZATION: EA.TELEPHONE#: 9A. REQUESTOR'S NAME: (PRINTED) 8B. Cell: 9B. REQUESTOR'S E-MAIL: 9C. FAX#: 9D. REQUESTOR'S NAME: (SIGNED) 20 Oct 15 APPLICATION FOR EXCAVATION PERMIT (cont.) P. _3_ OF _3_ SECTION II. (FOR REQUESTOR AND PWD USE) AMENDMENT ELECTRICAL (T/C)#: 10-12. CLEARANCE REVIEWS - (FOR ASSISTANCE SEE YOUR CSR, OR, EPC) EXTENSION PLUMBING (T/C)#: NAS EN 1111E ' CLEAI{PJlLE NO IHC 1 IUN TAB BLOCK AGENCY/DEPT. MARK ONLV1F APPL1C ABLE REMARKS POINT OF CONTACT, POC NOLMN DATE INITIALS by Dir'n DATE MARK DONE NOTIFICATION LEAD TIME TELEPHONE NUMBER SECTION II 1 PUBLIC WORKS ENVIRONMENTAL 1 (FOR EPC AND REQUESTOR USE) 1 FAX: (361) 961-3798 10—A HAZARDOUS WASTE X CAROLYN VIDRINE ENVIRONMEN- TALLY SENSITIVE AREAS - SEE 961-5363 10—B IR / NEPA / EMS X Call ONLY IF Excavation ROSS YBARRA 961-2170 reveals peculiar soil or, if required 10—C UST / SOLID WASTE X LELET GRAVES 961-5356 10—D DRINKING WATER X Call ifD nkino ff Water is cut RONI MILLER SKETCHES 961-5357 10—E NATURAL / CULTURAL RESOURCES x call if NEW plantings are nvolved NANCY MITTON 961-5354 10 F STORM WATER / WASTE WATER X BERNICE SNYDER 961-5353 SECTION III. INAS ENTITIES NOTIFICATION TABLE !TOR REQUESTOR OR EXCAVATION CONTRACTOR) 11—A CCAD LAN CALL FOR ALL VICINITY EXCAV Ns- 24 HRS TO MARK IN • Mark in Orange TERRY ZANER 5 DAYS 961-6209 Fax: (361)961-2421 1st ALTERNATE MARK AVALOS 961-4132 x352 Fax: (361)961-2421 11—B DIG TESS IFE%CAVNISOFF-BASE. CALL FOR ALL EXCAVATION CUSTOMER SERVICE OR DISPATCHER 3 DAYS Local:(800)344-8377 11—C AT&T Phone Lines 3 DAYS Local:(800)545-6005 CALL, IF ON -BASE (ACTIVE - LOW VOLTAGE) Region:1(800)286-8313 11—D TIME WARNER (CABLE TV) CALL FOR ALL EXCAVATIONS DISPATCHER 3DAYS Region:(361)698-6200 TEXAS ONE Local:(800)245-4545 11—E NAVY -OWNED TELEPHONES X CALL FOR ALL EXCAVATIONS FREDD CELAYA 5 DAYS 961-2552 Fax:(361)961-3747 BASE COMM OFFICE -BLDG 1st ALTERNATE SCOTT PALMER 9b1- 3939 Fax:(361)961-3747 2nd ALTERNATE STEVE NELSON b1-3/4/ Fax:(361)961-2422 11—F SPRINT- BOQ/BEQ's PHONES CeIIONLYIFEXCAVATION Lodge Areas Tech Support or Robert Guest 5 DAYS 1-866-353-1607 713-829-3094 is in BEO/Navy 11—G GROUND ELECTRONICS - GEMD CALL IF EXCAV. IS IN AIRFIELD JOEY ELLIOTT 5 DAYS (361) 961-3411 Fax: (361) 961-2405 11—H NMCI-Navy/Marine Corps Corps Intranet - Bldg 22 x CALL FOR ALL EXCAV'NS 24 HRS TO MARK IN ORANGE- 5 DAYS (361) 939-8243 x2239 NMCI - 1st ALTERNATE MARCOS TREVINO 5 DAYS (361) 939-8243 x2230 11-1 Nueces Electric Co.- B19 XExcav'ns Call for ALL Roland Trevino 48 HOURS (361) 533-2832 dig.outage@nueceselect ric.orq 11—J SECURITY DEPT. - B7 CALL IF TRAFFIC FLOW IS TO BE DISTURBED For 'Hof Work' Permits (361)9613491/3492 DISPATCHER 1 DAY (361) 961-2375/2288 Fax: (361) 939-8243 MA1 Ryan K. West 11—K FIRE DEPT. -81742 DISPATCHER 1 DAY (361 )961-3491/3363 Fax: (361 ) 961-3334 SECTION IV. 'PUBLIC WORKS SHOPS NOTIFICATION 1 (FOR EPC AND REQUESTOR USE) 12—A ELECTRIC DISTRIBUTION X 24 HRS TO MARK in ---- 'RED'---- Stephen George 1 DAY 961-3341/2032 Fax:(361)961-2808 1st ALTERNATE(s) Brent Day 961-2032 Fax: (361) 961-2808 PLUMBING / AC SHOP 24 HRS TO MARK IN ---'BLUE'---- ---'GREEN'---- ---'GREEN'---- ---'YELLOW---- Rick Wilkey Dennis Voigt 1 DAY 961-2369/2929 Fax: (361)961-2808 961-2929 1st Alternate(Plbg/AC Shop) 12—C WATER DISTRIBUTION 12—D SANITARY SEWER 12—E STORM SEWER 12—F NATURAL GAS 12—G INDUSTRIAL WASTE 12—H POL.DISTRIBUTION SECTION V. (FOR NAVFAC SE USE) e -SIGNATURE: CONTACT #s: E-MAIL: (Preferred) GOV'T POC (CSR, OR OTHER) Off: # SECTION VI. APPROVAL SECTION I E1: -Day E2: -Day Full Duration 12. REQUESTED CLEARANCE IS: 13. OVERTIME IS: APPROVED DISAPPROVED N/A APPROVED DISAPPROVED N/A 14A. SIGNATURE OF APPROVING AUTHORITY: 14B. NA (PRINTED NAME) 14C. DATE: EXTENSION: UEM REQTS Br., 1st Alt: PWO, DPWO C TECHNICAL SPECIFICATION SECTION T-028340 CHAIN LINK SECURITY FENCE 1. DESCRIPTION All work and materials required for providing chain link security fence and gates for this project shall comply with Unified Facilities Criteria (UFC) "Security Fences and Gates" manual, and this specification section. If a discrepancy between the "Security Fences and Gates" manual is discovered, the more conservative requirement shall be used. 2. MATERIALS Wire Fabric fencing shall be 9 gauge steel with a minimum tensile strength of 80,000 psi. Mesh size shall be 2 -inches ± 1/16 inch between parallel wires. Top edge of fabric shall be twisted and barbed on 7 foot height fencing. Bottom edge of all fencing shall be twisted and barbed. Tie clips of 6 -gauge steel shall be furnished in sufficient quantity to fasten fabric to top tension wire or to top rail at 24 -inch intervals. Ties shall be furnished to fasten the fabric to bottom tension wire at 24 -inch intervals. The fabric shall be tied to line posts at 15 -inch intervals. Line Post shall be provided at a maximum spacing of 10 feet and be of the following size: Fabric Height: Pipe Size: H -Beam Section: Embedment: Post Hole: 7'-0' 2.375" O.D. 3.65 lb/ft 2.25" x 1.95" 4.10 lb/ft 2'-6" 10" dia. x 3'-0" deep Corner Post and End Post shall be of the following size: Fabric Height: Pipe Size: Embedment: Post Hole: 7'-0' 2.875" O.D. 5.791b/ft 3'-6" 12" dia. x 4'-0" deep Gate Post shall be of the following size: Gate Leaf: Pipe Size: Embedment: Post Hole: 12'-6' 6.625" O.D. 18.971b'ft 4'-0" 18" dia. x 4'-6" deep Post caps for pipe sections shall be designed to exclude all moisture. Where barbed wire is specified, extension arms shall be integral with post caps. Where top rail is specified, post caps T-028340 Page 1 of 5 shall have an opening for top rail. All posts caps shall have a 2 -inch skirt for rigidity. Top rail, where called for, shall be 1.625 inch O.D. steel pipe weighing 2.27#Toot. Top rail shall be furnished in random lengths not less than 18 feet per section and shall be joined with outside sleeve, steel couplings not less than 6 inches long and having a wall thickness of not less than 0.70 inch. Couplings shall be designed to allow for expansion movement of the top rail. Tension wire for top finish, where no top rail is specified, shall be 7 -gauge high carbon steel wire. Tension wire shall be furnished for bottom edge of all fence fabric. Trussed bracing shall be furnished for each panel adjacent to a terminal, pull, corner, or gatepost. Compression member shall be 1.625 inch O.D. pipe as specified for top rail material. Tension members shall be 3/8 inch diameter steel rods with turnbuckles. For 7 -foot fences with top tension wire, braced panels shall consist of horizontal pipe brace, located approximately 4 inches below top of fabric, a diagonal pipe brace, attached at the midpoint of the terminal post and at the bottom of the adjacent line post, and a truss rod, attached to the top of the adjacent line post, extending diagonally to the bottom of the terminal post. For 7 -foot fences with top rail, braced panels shall consist of a horizontal pipe brace, midway between top and bottom of fence fabric, with a truss rod expending from midpoint of the line post diagonally to bottom of terminal post. Gates shall be fabricated from 1.90 inch O.D. pipe weighing 2.72#'foot. Fabric on gates shall be the same as that specified for fencing. The following accessories shall be furnished for each gate: Corner and tee fittings of malleable iron or pressed steel having means for attaching diagonal bracing members. Hinges of malleable iron providing for full 180 degree swing with bottom hinges to be ball and socket type. Diagonal braces consisting of 3!8 inch diameter truss rods with turnbuckles, two to each gate frame. Vehicle gates shall have vertical 1.90 inch O.D. pipe brace at center of each gate leaf. Latches for single gates shall have a single fork latch with padlock eye; double leaf gates shall have two fork latches mounted on center plunger rod with padlock eye. Hold backs shall be provided for each leaf of vehicular gates, employing a semi- automatic hold back catch to be anchored at least 12 inches into a 12 inch diameter by 24 inch deep concrete footing. A malleable iron center rest, designed to receive the plunger rod, to be anchored at least 12 inches into a 12 -inch diameter by 24 inch deep concrete footing, shall be T-028340 Page 2 of 5 provided for all double leaf gates. The top of all gate frames shall align with the fencing top rail. Vehicular gates shall be 4 inches greater in overall height than the adjacent fencing so as to extend to within 2 inches of pavement between 6 -inch curbs, if curbs are designated on the plans. Barbed wire, where specified, shall be 12 'h gauge with barbs spaced approximately 5 inches apart. Three strands of barbed wire will be required where barbed wire top is specified. Barbed wire support arms shall be at an angle of 45 degrees from vertical and shall have clips for attaching 3 strands of barbed wire. Each support arm shall be of sufficient strength to support a 200 Ib. weight applied at the outer strand of barbed wire. Stretcher bars shall not be less than 3i 16" inch by 3/4" inch flat steel and not more than 2 inches shorter than the fabric height. One stretcher bar shall be provided for each gate and end post. Two stretcher bars shall be provided for each corner and pull posts. Stretcher bars shall be attached to terminal posts with 1 inch x 1/8 inch flat steel bands with 3'8 inch carriage bolts at intervals not exceeding 15 inches. Miscellaneous fittings and fasteners shall be furnished in sufficient quantities to erect all fencing materials in a proper manner. Approval of fence materials shall be obtained from the Engineer prior to erection. Galvanizing and Aluminum Coating. All material used in "Chain Link Security Fence" shall be hot dip zinc coated as specified by the following, except that the fabric may be aluminum coated: All posts and pipe: ASTM Designation: A 120 (1.8 oz/sf). All H -beam sections: ASTM Designation: A 123 (2.0 oz/sf). Fence fabric: ASTM Designation: A 392, Class 1 (1.2 oz/sf) or ASTM Designation: A 491 (0.40 oz/sf). Tension wire, barbed wire: ASTM Designation: A 121, Class III (0.80 oz/sf). Post caps, stretcher bars, miscellaneous fittings: ASTM Designation: A 153. Weight of zinc coating for all items shall be determined in accordance with ASTM Test Designation: A 90 except for core wire which shall have a galvanized coating weighing not less than 0.35 ounces of zinc per square foot. Field welds and cuts shall be touched -up with an approved zinc coating. 3. CONSTRUCTION METHODS T-028340 Page 3 of 5 Clearing and Grading. The Contractor shall perform all clearing of brush, rocks and debris which may be necessary for the installation of this fencing. The Engineer will stake out the locations for corner posts and terminal posts in this installation. The fencing panels between corner and terminal posts shall generally follow the finished ground elevations. However, the Contractor shall grade off minor irregularities in the path of the fencing as necessary to limit the variation of grade under the bottom edge of fence fabric to a distance of not more than six inches and not less than two inches to the ground. Post Spacing. Maximum spacing for line posts shall be 10 feet 0 inches. Pull posts shall be located not more than 500 feet apart and at each change in direction exceeding 20 degrees, both horizontally and vertically. Runs of fencing over 500 feet but less than 1,000 feet shall have a pull post in the center of the run. Postholes. Holes for concrete footings for all posts shall be drilled to the dimensions listed in Article 2 above. Where solid rock is encountered without an overburden of soil, line posts shall be set a minimum depth of 12 inches, and end, comer, gate and pull posts a minimum of 18 inches into the solid rock. The hole shall have a minimum diameter one inch greater than the largest dimension of the post section to be set. After the post is set and plumbed, the hole shall be filled with grout consisting of one part Portland cement and three parts clean, well -graded sand. Other grouting materials may be used if approved or specified by the Engineer. The grout shall be thoroughly worked into the hole so as to leave no voids. The grout shall be crowned to carry water from the post. Where solid rock is covered by an overburden of soil or loose rock, the posts shall be set to the full depth shown in in Article 2 above unless the penetration into solid rock reaches the minimum depths specified above, in which case, the depth of penetration may be terminated. Concrete footings shall be constructed from the solid rock to the top of the ground. Grouting will be required on the portion of the post in solid rock. Excavated material from footings shall be removed from the job site by the Contractor. Concrete for Footings. Concrete for footings shall be Class "A" concrete in accordance with Section 030020, unless otherwise specified on plans. All concrete footings shall be cast up to finish grade and crowned 2 inches to shed water. Excess concrete not used in the footings, and any other construction debris, shall be removed from the site. Fabric Erection. The fence fabric shall be erected by securing one end and applying sufficient tension to the other end to remove all slack before making attachments. The fabric shall be cut and each span shall be attached independently at all corner posts and pull posts. Fastening to end, pull, corner and gateposts shall be with stretcher bars which shall be secured to the posts with stretcher bar bands at intervals not exceeding 15 inches. Fence fabric shall generally follow the finished contour of the site with the bottom edge of fabric located 2 inches above the grade. In uneven areas, the ground shall be graded so that the maximum distance between bottom of fabric and ground in limited to 6 inches. T-028340 Page 4 of 5 Electric Grounds. Grounding rods shall be at least 5'8 inch diameter by 8 feet long "copperweld" rods driven or drilled into the soil so that the top of the rod is approximately 6 inches below grade. A No. 6 solid copper conductor shall be clamped to the ground rod and the bottom tension wire of the fence with cast bronze clamps with bronze or stainless steel bolts and washers. Each 1,000 feet of fence shall be provided with a ground located near the center of the run. At least one electrical ground shall be installed for each fenced closure. A ground shall be provided directly under the point where a power line passes over the fence. 4. MEASUREMENT AND PAYMENT Unless otherwise specified in the Special Provisions, chain link security fence shall be measured by the linear foot and gates shall be measured per each unit. Measurement shall include but not be limited to furnishing and erecting all fence materials, gates, caps, concrete, ground wires, and cleanup. Payment shall be made at the unit price bid and shall fully compensate the Contractor for all materials required, all labor, all tools, all equipment and all other incidentals required to complete the work as shown on the contract drawings and as specified herein. T-028340 Page 5 of 5 PARKING LOT LIGHTING SPECIFICATION AND CUT -SHEETS FOR NAVAL AIR STATION OF CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CITY PROJECT E16280 Corpus Christi Standard Specification for Construction November 7, 2016 ILLUMINATION SPECIFICATIONS AND CUT -SHEETS City Standard Specifications Item 600 "Lighting, Signing, Markings and Signals" Item 618 "Conduit" Item 620 "Electrical Conductors" Item 624 "Ground Boxes" Item 628 "Electrical Services" TxDot & Technical Specifications Item 416 "Drilled Shaft Foundations" Item 476 "Jacking, Boring, or Tunneling Pipe or Box" Item 624 Quazite PG1118BA18 Stackable Open Bottom Assembly Item 624 Quazite PG2436BA18 Stackable Open Bottom Assembly Philips Lumec RoadStar LED Architectural Luminaire Lonestar Prestress MFG. INC. 40'-0" Type II (SQ.) Top Mount Pole Lonestar Prestress MFG. INC. Type II Steel Single Arm Bracket Signalization, Illumination Specifications and Cut -Sheets Page. 2 City of Corpus Christi Standards & Specification August 2, 2010 ITEM 600 TRAFFIC SIGNAL STANDARDS & SPECIFICATIONS 600.1. DESCRIPTION: The purpose of this specification is to describe the necessary definitions, regulations, procedures, work zone control, and maintenance for traffic signal construction for the City of Corpus Christi and to provide a consistent set of guideline, practices and standards for use by designers, contractors and City of Corpus Christi Traffic Engineering Division. These specifications pertain to all phases of construction and modifications of new and/or existing traffic signals as shown on the project plans. The requirements of this specification shall be enforced on all contracts which include signalized intersections, even if no traffic signal work is part of the Contract. 600.2. DEFINITIONS: The words defined in the following section shall for the purpose of these specifications have the meanings ascribed to them pertaining to traffic signals. • ASA: American Standards Association. • ASTM: American Society of Testing Materials. • AWS: American Welding Society. • AWG: American Wire Gauge. • Backplate: A thin strip extending outward parallel to the signal face on all sides of signal housing, to provide suitable background for the signal indications. • Traffic Engineer: City Traffic Engineer responsible for all operations on streets & local highways within the municipality. • Construction Traffic Coordinator: The person in charge of construction barricading and barricade inspections. • Controller Assembly: The complete assembly for controlling the operation of traffic signals consisting of a traffic signal controller unit and all auxiliary and external equipment housed in a weatherproof cabinet. • Controller: That part of the controller assembly which performs the basic timing and logic functions for the operation of the traffic signal. • AEP: American Electric Power. • Detector: A device for indicating, the passage or presence of vehicles or pedestrians. • FHWA: Federal Highway Administration. • Flasher: A device used to open and close signal circuits at a repetitive rate. 600 Traffic Signal General Standards Page 1 City of Corpus Christi Standards & Specification August 2, 2010 • Flash Operation: This feature discontinues normal signal operation and causes a predetermined combination of flashing signal circuits. • IMSA: International Municipal Signal Association. • Inspector: The Inspector referred to is the person appointed by the City in responsible charge of inspection of the traffic signal elements of a project. On a privately funded project, this person may be an Engineer representing the owner under the guidance of the City Traffic Engineer. • ITE: Institute of Transportation Engineers. • Luminaire: The assembly which houses the light source and controls the light emitted from the light source for roadway illumination. Luminaries' consist of a housing, lamp socket, reflector, and glass globe or refractor. • Manual Operation: The operation of a signal controller unit by means of a hand operated switch. • Mounting Assembly: The framework and hardware required to mount the signal face(s) and pedestrian signal(s) to the pole. • MUTCD: Manual on Uniform Traffic Control Devices. • NEC: National Electrical Code. • NESC: National Electrical Safety Code. • NEMA: National Electrical Manufacturer's Association. • Pedestrian Signal: A traffic control signal for the exclusive purpose of directing pedestrian traffic at signalized locations. • Punch List: The list compiled by the City for the Contractor noting deficiencies needing attention prior to final acceptance of the traffic signal system. • Phase: A part of the time cycle allotted to any traffic movement or combination of movements receiving the right-of-way during one or more intervals. • TxDOT: Texas Department of Transportation. • Signal Face: An assembly controlling traffic in a single direction and consisting of one or more signal sections. Circular and arrow indications may be included in a signal assembly. The signal face assembly, also called a signal head, shall include the visors and Backplates where specified or shown on the plans. 600 Traffic Signal General Standards Page 2 City of Corpus Christi Standards & Specification August 2, 2010 • Signal Indication: The illumination of a signal section or other device, or of a combination of sections of other devices at the same time. • Signal Section: A complete unit for providing a signal indication consisting of housing, lens, reflector, lamp receptacle, and lamp. • TMUTCD: Texas Manual on Uniform Traffic Control Devices. • Traffic Design Engineer: Person in charge of Traffic Design for the City of Corpus Christi. • Traffic Signal Superintendent: Person in charge of the City Traffic Signals Maintenance & Operations Shop. • Traffic Signal Timing Specialist: Person in charge of the traffic signal coordinated systems & traffic signal timings. • UL: Underwriters Laboratories. • Vehicle: Any motor vehicle normally licensed for roadway use. 600.3. GENERAL INFORMATION: Contractor hired for the modification or installation of traffic signals, within the jurisdiction of the City of Corpus Christi, shall meet the following requirements: A. Contractor shall provide documentation indicating actual installation and modification of traffic signals completed in the past year. The statement shall include the name of the agency work was performed for and the date the work was completed and provide to the Traffic Engineer or Designee, prior to the start of work. B. Contractor personnel must be competent in the construction and wiring techniques required for traffic signal installation, have an excellent knowledge of traffic signal controller cabinet assemblies and have experience in the operation of traffic signal NEMA controllers. Contractor is required to have one certified IMSA Level II Traffic Signals Technician for any work external or internal to the traffic signal controller cabinet and is required to be on the job -site at all times to supervise construction. Contractor shall provide to the City a Copy of the individual's certification prior to the start of work. C. A pre -construction meeting will be required with the traffic signal contractor and the City Traffic Signals Superintendent prior to the start of work to assure that all material, equipment and work specifications are understood. D. Finished product should conform to current Traffic Signal standards for Cosmetics as well as Quality in workmanship. 600 Traffic Signal General Standards Page 3 City of Corpus Christi Standards & Specification August 2, 2010 600.4. REGULATIONS AND CODES: A. Electrical Equipment. All electrical equipment shall conform to the standards of the National Electrical Manufacturer's Association (NEMA), the National Electric Safety Council (NESC), Underwriters Laboratories (UL), or the Electronic Industries Association (EIA) where applicable. B. Standards. All materials and workmanship shall conform to the requirements of the latest revision of the National Electric Code (NEC), Illumination Engineer's Society (IES), standards of the American Society for Testing and Materials (ASTM), American Association of State Highway and Transportation Officials (AASHTO), requirements of the plans, Traffic Signal Special Specifications, Special Provisions, and to any other codes, standards, or local ordinances which may apply. Whenever reference is made to any of these standards, the reference shall be considered to mean the code, ordinance, or standard that is in effect at the time of construction. 600.5. INSPECTION PROCEDURES: A. Notification. Prior to beginning any work on any City traffic signal facility, the Contractor shall notify the Traffic Engineering Division and Traffic Signals Operations Dept. one week in advance. Under no circumstances will the City accept work done without this prior contact being made. B. Inspection. The City Construction Inspector assigned to the project shall be responsible for coordination and inspection of all elements of the traffic signal system. The only persons authorized to modify that Inspector's directions is the City Traffic Engineer and/or his Designee. C. Acceptance. Final inspection on City projects as well as privately administered projects, for the purpose of generation of the Punch List, shall be conducted by the City Traffic Engineer, City Traffic Signal Operations Dept. the Contractor and City Construction Inspector. The Contractor shall notify the Traffic Design Engineer and the Traffic Signal Superintendent 48 hours in advance of a desire for final inspection. It will be the Contractor's responsibility to have a bucket truck available at the Final Inspection for inspection of any overhead signal resources. After the Punch List items are completed the signal may be put into Flash Operations for a period of at least seven (7) days if new. If the intersection is an existing it could begin its 30 day test period in normal operation described by the City Traffic Engineer. A Final Letter of Acceptance of the traffic signals will be initiated by the Traffic Design Engineer to Traffic Engineering, after the signal has functioned properly for a period of at least 30 days. If a major malfunction occurs within the 30 -day test, the test must be restarted. 600 Traffic Signal General Standards Page 4 City of Corpus Christi Standards & Specification August 2, 2010 E. Underground Traffic Signal Line Locating. When working in and around a signalized intersection the Contractor shall call the City Customer Call Center 361 -826 -CITY (2489) at least 48 hours in advance before of any digging, excavating and directional boring begins. Traffic Signals Operations is not on the "Call before Digging" list so you need to call directly to the City Call Center to request a line locate or the Traffic Signal Shop at (361-826-1610), after hours (361-815-1379). 600.6. EQUIPMENT SUBMITTALS: A. Approval. The Contractor shall note that the approval by the City Traffic Engineer and/or Traffic Signals Operations is required prior to installation of any equipment that is to be used. B. Material List. The Contractor shall submit two copies of a complete material list for approval which shall conform to these specifications. The list shall state all relevant information regarding materials and equipment to allow the City to procure exact replacements of any items supplied on the project. The submittals must be complete enough to be able to judge if items comply with the features specified and shall be evaluated by the Contractor prior to submittal to eliminate rejection of obviously wrong items. The materials on the list shall be identified by the contract project name or number, bid item number, catalog part numbers, catalog cuts, shop drawings, trade names, and schedules of other pertinent information. The materials from catalog cuts shall be clearly indicated by the Contractor. Any material designation used in the contract documents shall be so noted on the material list. If requested, the Contractor shall submit shop drawings for review and approval. C. Pre -Approved Materials. It is the City's intent to keep a "pre -approved" list of equipment for traffic signal projects. The intent is to streamline the approval process by making information available to the Contractor of items that have been previously approved under these specifications. This list is in no way to be construed as an endorsement of any brand or product. This list is available from the Traffic Engineer Dept, and use of the list does not relieve the Contractor from responsibility to comply with the specifications of a particular project. The maintenance of this list is at the discretion of the Traffic Engineer, and the Contractor should be prepared to provide submittals of all equipment as required herein. The Contractor shall be allowed to substitute a reference to an item in the "pre -approved" list in lieu of a catalog data sheet, if he desires, and if the City Traffic Engineer has provided such a list. Such reference shall be sufficiently complete for the City to judge which item is being proposed. The Contractor may also be asked to submit additional documentation from an independent testing lab attesting that the material submitted meets or exceeds the required specifications. D. Changes to Approved Materials. There shall be no substitutions for any of the materials on the submittal without the prior written approval of the City Traffic Engineer and/or Traffic Signal Superintendent. Proposed changes to the approved materials submittal shall be 600 Traffic Signal General Standards Page 5 City of Corpus Christi Standards & Specification August 2, 2010 submitted in writing. If requested, the Contractor shall submit samples of proposed materials for testing and evaluation by the City. E. Rejection of Material. The City reserves the right to reject an incomplete or unclear material list or submittal. Installation of equipment not corresponding to the submittal shall be grounds for rejection of the equipment and replacement with approved materials at no cost to the City, even if the non -approved material might otherwise have been approved had it been properly submitted. F. Submittals. Submittals shall be delivered to the Traffic Engineer Dept. as soon as possible after signing of the contract. Payments to the Contractor may be held if the submittal process is not completed in a timely fashion, considering no equipment can be installed without all submittals being approved. Submittals shall be provided for the following equipment: • Pull Boxes & Lids • Pedestrian Signals • Traffic Signal Heads • LED Lamps (Light Emitting Diodes) • Backplates • Battery Back -Up System (BBS) • Signal Mountings Hardware • Backplates • Video Image Vehicle Detection Systems (VIVDS) • Microwave Detection • Radar Detection • Malfunction Management Units (MMU) • Buss Interface Unit (BIU) • NEMA Load Switches • NEMA Controller and Cabinet • Wood Poles • Span Wire • Pedestrian Pushbuttons • Wire and Cable • Conduit and Fittings • Service Pedestal • AC Service Panel • Surge Arrestors • Breakers • Steel Pole & Arm • Sign Mounting Brackets • Internally Lighted Street Name Sign (ILSN) 600 Traffic Signal General Standards Page 6 City of Corpus Christi Standards & Specification August 2, 2010 600.7. BARRICADING: A. General. Barricading shall be provided by the Contractor as provided for in the plans and requested by the City Traffic Engineer, Traffic Design Engineer, Inspector. The Contractor shall supply his own barricades or employ a legitimate barricading company for this purpose, supplying the Inspector with the responsible party's 24-hour telephone number for emergencies. B. Contractor's Responsibilities. It is the Contractor's responsibility to see that all traffic control devices are properly installed and maintained. All locations and distances shall be in conformance with the barricading details supplied by the Traffic Design Engineer, the Construction Traffic Coordinator and the Texas Manual on Uniform Traffic Control Devices. Any time a Contractor's vehicle occupies a street open to vehicular traffic, or doing the work in the street for the purpose of hanging heads, erection of poles, cutting and installation of loops, or any other such work, adequate advance warning signs and barricades or cones shall be used as required by the Texas MUTCD. Additionally, all locations not in a road project shall have the SIGNAL CONSTRUCTION AHEAD signs and END CONSTRUCTION signs on all approaches of the intersection having the new signals or modification installed. Any trenches left overnight as well as any foundations that do not have poles sitting on them or any other such hazard to the public shall be adequately covered and barricaded with reflective standard barricades equipped with warning flashers or as directed by the Engineer. C. Contractor Supplied Barricading. If the Contractor elects to do his own barricading, a traffic control plan is required 48 hours (excluding weekends) in advance for approval. D. Lane Closures. Any lane closures or total closures of streets or existing sidewalks must be approved in advance. A 72 -hour notice is required on all lane closures and/or total closures. No closures or partial closures shall occur during the peak hours of 7:00 am to 9:00 am and 4:00 pm to 6:00 pm, weekdays. E. Sidewalks. No sidewalks in the downtown area shall be closed unless authorized by the City Traffic Engineer. F. Materials for Temporary Traffic Control Devices. Reflectorized signs shall be constructed of retro -reflective sheeting and shall be maintained to meet the appearance, color and reflectivity requirements. Paints and coloration of signs shall be equal to the TxDOT standards. All traffic control devices shall conform to the Texas Manual on Uniform Traffic Control Devices for Streets and Highways. Contractors shall furnish copies of certifications from manufacturers of the lights that the warning lights meet the requirements of the ITE Standard for Flashing and Steady Burn Warning Lights, if requested. G. Temporary Signage for Traffic Signal Construction. Signs erected on portable supports normally mean signs which are used during the day to warn or guide traffic through and/or around the actual construction area, but at the end of the day such signs are either removed or 600 Traffic Signal General Standards Page 7 City of Corpus Christi Standards & Specification August 2, 2010 turned away from the view of traffic. Portable supports shall be as shown in the detail. Signs required for nighttime usage should not normally be mounted on temporary supports, except when approved by the Inspector. Signs erected on fixed supports for use on construction projects normally mean signs that are to remain in place for both day and night usage to regulate, warn and guide traffic in advance of and within the limits of the project including the crossroad approaches. However, under certain conditions, such as where a sign may be required for a few days duration and then is no longer needed or where a sign is moved from location to location every few days or where it is not practical or desirable to provide a fixed mounting, such signs may be erected on a temporary support. Signs erected on temporary supports should be at a minimum height of 3 feet. Signs erected on fixed supports should be at a minimum height of 7 feet. All regulatory signs shall be erected at least 7 feet above the ground. Posts for fixed supports should be set in the ground without concrete footings. Where portable or temporary supports require the use of weights to keep the sign or barricade from turning over, the use of some type of sandbag is recommended. The use of pieces of concrete, rocks, iron, steel or other solid objects will not be permitted. Signing shown on the details is typical and may be adjusted to fit field conditions. No more than 2 signs shall be placed on a barricade. H. Visibility of Signals. The Contractor shall be responsible for maintaining appropriate visibility of new or existing signals. The contractor will be responsible for temporary signals or signal relocations necessary to meet the visibility requirements in the Texas MUTCD when traffic is detoured to another part of the roadway even if no other signal work is part of the Contract. 600.8. SIGNAL SHUTDOWNS: A. At any location where an existing signal is to be temporarily shut down for the sake of changing from the old controller or service to the new controller or service, the Contractor shall be responsible for arranging and bearing the cost of duly -constituted peace officers in their jurisdiction for directing traffic. Security guards are not considered as police officers and shall not be used for this purpose. B. Signal shutdown shall not begin prior to 9:00 AM on weekdays (holidays excluded) and shall be avoided from 4:00 PM to 6:00 PM weekdays. C. Additionally, the City shall not allow an existing traffic signal or flasher system to be turned off and STOP signs used to control traffic. The Contractor shall plan ahead and consider this when planning his project strategy. It is suggested that the new poles be installed as soon as possible and possibly temporarily wired overhead to avoid this problem. Except in highly unusual circumstances, the City will require the Contractor to place the new signals in 600 Traffic Signal General Standards Page 8 City of Corpus Christi Standards & Specification August 2, 2010 operation before the old signals are removed. If temporary signals cannot be avoided, the Contractor will be responsible for all temporary signals. 600.9. CITY SUPPLIED MATERIALS: The City shall not supply nor lend out equipment on a contract -deduction as is or any other basis unless such arrangement is so stated in the plans or approved by the Traffic Design Engineer. 600.10. UTILITY LOCATIONS: The locations of utilities shown on the plans are approximate. All involved utilities, tunnels, and storm drains may not be complete on the plans, and the Contractor shall be responsible for obtaining any additional information from the applicable sources prior to construction, and determining the accuracy and adequacy of such information necessary for his performance of the work. Damage to any utility or existing facilities (including detector loops not involved in the project) shall be repaired or replaced at the Contractor's expense. Existing loop detectors damaged or broken by the Contractor shall be replaced with either video detection equipment or Microwave/Radar detection by him at no expense to the City, unless other arrangements have been made in writing with the City. 600.11. MAINTENANCE DURING CONSTRUCTION: A. General. Any and all maintenance, reattachments to Utility poles or City poles, temporary signals, relocation of signals over lanes, or pole relocations or removals shall be by the Contractor. The City shall have no maintenance or construction responsibilities during construction except for the timing in the controller cabinet itself. B. Detours. During detours, traffic signal heads and video detection cameras must be repositioned by the Contractor to the minimum requirements of the Texas Manual on Uniform Traffic Control Devices and to the directions of the City Traffic Engineer, Traffic Signal Superintendent and/or Inspector. A min of two signal heads shall be maintained over the traveled lanes when construction on live intersection requires traffic to move from normally traveled lanes. Signal head not over traveled lanes shall be bagged. C. Left Turns. Where left turn arrows presently exist and a one -lane detour road will be built as a temporary construction detour, the Inspector, Traffic Engineer, or Traffic Signal Superintendent may require the arrow(s) be eliminated temporarily by the Contractor to facilitate traffic movement. D. Damage to Signals by Contractor. In the event that the Contractor or his sub -contractor damages any traffic signal facilities to the point that the signal installation is inoperative it shall be the Contractor's responsibility to set temporary Stop signs as soon as possible. It will 600 Traffic Signal General Standards Page 9 City of Corpus Christi Standards & Specification August 2, 2010 also be the Contractor's responsibility to have an off-duty police officer on the site within two hours of the non-functioning signal, if the signal is not repaired to the Traffic Engineer and/or Traffic Signal Superintendent satisfaction within the first hour. In the event that the Contractor is unable to accomplish the above, the City of Corpus Christi shall at it's option send an on -duty police officer to the site and have either the City's Traffic Signal Maintenance Operations or another independent private traffic signal Contractor to facilitate the repairs. Any and all cost incurred by the City of Corpus Christi to repair the damaged signal facilities shall be the responsibility of the General Contractor for the project. 600.12. CABLE SPLICING POLICY. No splice shall be made to a signal cable and shall terminate in the steel pole terminal strip or in the base of a terminal strip. The signal cable run shall be complete straight run from the traffic controller cabinet to the traffic signal pole. The only exception is on span wire signal installations where individual feed cables enter the main cable from the signal heads. All cables for detection cameras shall be continuous without splice from the camera to the signal cabinet. All power feeds shall be continuous without splicing from the source to the service panel or meter and from meter to the controller cabinet. At no time shall any cable be permitted to be spliced in a pull box. 600.13. SIGNAL TURN-ON'S: A. City Approval. Signals shall be turned on when the City has determined that the location is in adequate condition (wiring, signals, service, etc.) to be turned on safely. The City Traffic Engineer or Designee shall make this determination. B. Manual Flash Mode. Unless otherwise shown on the plans, it is the City's policy for new traffic signals to turn on the new system and let it remain in the Manual Flash mode for 7 days before the system is switched on to cycling mode. C. Placing Signals in Service. The Contractor shall ensure that service has been provided and that all wires are terminated in the cabinet. At that point the Contractor shall arrange with the City Inspector for the Traffic Engineer Dept. to conduct an inspection to verify that there are no other circumstances that would delay the turn -on. The City Traffic Engineer shall coordinate with the Traffic Signal Maintenance Operations on turning the signals on to the flash mode through the Inspector. The Contractor shall have Vendor/Manufacturers representative, personnel and a bucket truck at the site on the day the Traffic Engineer or Traffic Signal Operations turn the signal on to flashing operation for the purpose of uncovering the signals and any necessary overhead work or inspections. The Contractor shall not place any signal in operation, either cycling or flashing, under any circumstances unless authorized by the City Traffic Engineer or his Designee! 600 Traffic Signal General Standards Page 10 City of Corpus Christi Standards & Specification August 2, 2010 600.14. LOCATING OF FACILITIES: A. The Contractor shall locate poles, controllers, etc., as shown in plans. Slight less than three feet) deviation to avoid existing utilities is permissible, unless the new location would move the pole too close to the roadway, obstruct the view of another traffic control device, or otherwise not conform to the intent of the plans. Large deviations must be approved by the City Traffic Engineer and Traffic Design Engineer. The Contractor shall bear in mind that electrical plans are somewhat diagrammatic in nature when it comes to conduit routing and adjustments which may be necessary in the field. B. Ground Boxes: Existing signal ground boxes located in or near the proposed ADA ramp needing to be moved or relocated, shall first remove the signal cable from the conduit to make the lateral adjustment for the new proposed ground box. No splices will be allowed in the ground boxes. If there is not enough slack in the existing cable, then all cable in the conduit will be replaced. Traffic signal cable shall be a continuous run from the controller cabinet to the traffic signal pole terminal strip. If ground boxes & covers are removed, before start of demolishing and construction for the new ramp and sidewalk, all conduits shall be covered to keep any debris from falling into it. If debris falls into the conduits it will be the Contractor responsible to remove it by using high air pressure and water. Traffic Signal Operations will inspect the work before pouring the concrete. 600.15. PRESERVATION OF SOD, SHRUBBERY AND TREES: The Contractor shall assume full responsibility for the preservation of all sod, shrubbery, and trees at the site during the installation. When it becomes necessary to remove any sod, shrubbery, or tree branches, the Contractor shall obtain permission from the owner. All sod and shrubbery that are removed shall be carefully preserved and replaced in their original position. Damaged sod or shrubbery shall be replaced by the Contractor at his expense. 600.16. REMOVAL AND REPLACEMENT OF CURBS AND WALKS: The Contractor shall secure permission from the City Inspector before cutting into any curbs and sidewalks. Sidewalk slabs that require conduit or other facilities to be placed in or beneath them shall be neatly saw cut at the closest expansion or cold joint and the entire slab removed and replaced. Saw cutting slots through slabs is considered unsightly and will not be tolerated. Exceptions to this may be approved by the Traffic Design Engineer only on conduit runs in excess of 50 feet that are not bored. After the work is complete, the Contractor shall restore facilities which have been removed to the equivalent of their original condition or better. 600 Traffic Signal General Standards Page 11 City of Corpus Christi Standards & Specification August 2, 2010 600.17. PERMITS: The Contractor shall obtain all permits and inspections as required. Cost of these permits is the responsibility of the Contractor and is subsidiary to the various items in the project. 600.18. SALVAGED EQUIPMENT: A. Salvaged Equipment. Equipment not reused in the new signal system shall be removed by the Contractor. Salvaged poles, signals, cabinets and contents, signal wire, pedestrian signals, signs, and pedestrian buttons shall be transported and unloaded at the City Traffic Signal Maintenance Operations Shop. B. Notification. The Contractor shall notify the City Traffic Signals Maintenance Operations Shop 48 hours prior to the proposed delivery date/time to arrange for the receipt of the salvaged equipment by the City. The Contractor shall make a complete inventory listing of the items salvaged and present it upon delivery of the items. C. Damaged Equipment. All equipment damaged or destroyed by improper care, handling, or transport shall be replaced with new equipment. The Contractor shall remove from the jobsite and dispose of any non -salvaged items and old wire. Holes resulting from the removal of pull boxes, foundations, and other materials shall be backfilled and compacted with material equivalent to the surrounding material and the surface made to match the surrounding surface in accordance with the appropriate specification. 600.19. CLEANUP: The Contractor shall leave the intersection area, right-of-way, and any work or storage areas in broom clean condition. Dirt areas shall be raked clean. No scraps or debris of any kind shall be left at the site. 600.20. WARRANTY: Unless otherwise noted on the plans or superseded by the requirements of other Items, the Contractor shall guarantee all items of workmanship and materials to be free from defects for a period of one year from the date of acceptance. 600.21. AS -BUILT PLANS: The Contractor shall supply the City Traffic Engineer and Traffic Signal Operations Shop with redlined blueprints of any and all field changes and alterations for a file copy on all projects with traffic signals for the City. This set of As-Builts is in addition to and separate from any other As -Built requirements in that contract. 600.22. MEASUREMENT AND PAYMENT: Requirements of this Item shall not be measured or paid for directly and are considered subsidiary to the other governing items specified for the project. 600.23. BID ITEM: 600 Traffic Signal General Standards Page 12 City of Corpus Christi Standard Specification for Construction July 29, 2010 ITEM 618 CONDUIT 618.1. DESCRIPTION: Furnish and place conduit. 618.2. MATERIALS: Provide new materials that comply with the details on the plans, the requirements of this Item, and the pertinent requirements of Item 622, "Duct Cable." When Specified on the plans, provide: a. Rigid metal (RM) conduit that is hot dipped galvanized inside and outside with a minimum of 1.5 oz per square foot of a zinc coating in accordance with the Texas Department of Transportation (TxDOT) Standard Specification Item 445, "Galvanizing." b. Electrical metallic tubing (EMT) and intermediate metal conduit (IMC) that is steel, galvanized on the outside, and protected on the inside with a suitable corrosion -resistant material. c. Polyvinyl chloride (PVC) conduit that meets the requirement of NEMA Standard TC -2, UL 651, and the NEC. d. High -Density Polyethylene (HDPE) conduit without factory installed e. Flexible conduit that is liquid tight. Furnish conduit from new materials that comply with TxDOT DMS -11030, "Conduit." Unless otherwise shown on the plans, fabricate fittings such as junction boxes and expansion joints from a material similar to the connecting conduit. Use watertight fittings. Do not use set screw and pressure cast fitting. Steel compression fittings are permissible. When using HDPE conduit, provide fitting that are UL listed as electrical conduit connectors or thermally fused using a electrically heated wound wire resistance welding method. Use Red 3 -inch 4 -mil polyethylene underground warning tape that continuously states "Caution Buried Electrical Line Below." 618.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 618.4. Construction: Place conduit in accordance with the lines, grades, details and dimensions shown on the plans or as directed. Install conduit a minimum of 18 inches deep underground unless otherwise shown on the plans. a. Meet the requirements of the NEC when installing conduit. Secure and support conduit placed for concrete encasement in such a manner that the alignment will not be disturbed during placement of the concrete. Cap ends of conduit and close box openings before concrete is placed. Item 618 Conduit Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 b. Ream conduit to remove burrs and sharp edges. Use a standard conduit cutting die with a 3/4 -inch taper per foot when conduit is threaded in the field. Fasten conduit placed on structures with conduit straps or hangers as shown on the plans or a directed. Fasten conduit within 3 -ft. of each box or fitting and at other locations shown on the plans or as directed. Use metal conduit clamps that are galvanized malleable or stainless steel unless otherwise shown on the plans. Use 2 -Hole type clamps for 2 -inch diameter or larger conduit. c. Fit PVC and HDPE conduit terminations with bushings or bell ends. Fit metal conduit terminations with a grounding type bushing, except conduit used for duct cable casing that does not terminate in a ground box and is not exposed at any point. Conduit terminating in threaded bossed fittings does not need a bushing. Prior to installation of conductors or final acceptance, pull a spherical template having a diameter of at least 75% of the inside diameter of the conduit through the conduit to ensure that the conduit is free from obstruction. Cap or plug empty conduit placed for future use. d. Perform trench excavation and backfilling as shown on the plans or as directed and in accordance with "Item 400, Excavation, Trenching and Backfilling." Excavation and backfilling will be subsidiary to the installation of the conduit. e. Jack and bore as shown on the plans or as directed, and in accordance with "Item 406, Jacking, Boring, or Tunneling." f. Place warning tape approximately 10 -inch. Above trenched conduit. Where existing surfacing is removed for placing conduit, repair by backfilling with material equal in composition and density to the surrounding areas and by removed surfacing, such as asphalt pavement or concrete rip rap, with like material to equivalent condition. Mark conduit location as directed. 618.5. Measurement: Conduit will be measured by the foot of conduit. a. This a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurement or calculations will be made if adjustments of quantities are required. b. Boring through soil or rock will be measured in accordance with "Item 406 Jacking, Boring or Tunneling." 618.6. 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 Item 618 Conduit Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 "Conduit" of the type and size specified and the installation method specified as applicable. This price is full compensation for furnishing and installing conduit; hanging, strapping, jacking, boring, tunneling, excavation, and furnishing and placing backfill; replacing pavement structure, sod, rip -rap, curbs, or other surface; marking location of conduit (when required); furnishing and installing fittings, junction boxes and expansion joints; and equipment, labor, tools and incidentals. Flexible conduit will not be paid for directly but will be subsidiary to pertinent Items. Unless otherwise shown on the plans, no payment will be allowed under this Item for conduit used on electrical services or in foundation. 618.7. Bid Item: Item 618.1 Item 618.2 Item 618.3 Item 618.4 Item 618.5 Item 618.6 Item 618.7 Item 618.8 Item 618.9 Conduit (2-inch/PVC schedule Conduit (3-inch/PVC schedule Conduit (4-inch/PVC schedule Conduit (2-inch/PVC schedule Conduit (3-inch/PVC schedule Conduit (4-inch/PVC schedule Conduit (2-inch/PVC schedule Conduit (3-inch/PVC schedule Conduit (4-inch/PVC schedule 40) per foot 40) per foot 40) per foot 40) (Bore) per foot 40) (Bore) per foot 40) (Bore) per foot 40) (Bore Rock) per foot 40) (Bore Rock) per foot 40) (Bore Rock) per foot Item 618 Conduit Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 620 Electrical Conductors 620.1. Description: Furnish and place electrical conductors, except conductors specifically covered by other Items. 620.2. Materials: Provide new materials that comply with the details on the plans and the requirements of this Item. Use solid insulated conductors that are rated for 600 volts; approved for wet locations; and marked in accordance with UL, NEC and City of Corpus Christi requirements. a. Electrical Conductors. Furnish electrical conductors in accordance with Texas Department of Transportation DMS -11040, "Electrical Conductors." b. Suppliers. Provide electrical conductors from manufacturers pre -qualified by the Texas Department of Transportation (TxDOT). The TxDOT Traffic Operations Division maintains a list of pre -qualified electrical conductor manufacturers. c. Grounding Conductors. Ensure that all grounding conductors size AWG No. 8 and larger are stranded, except for the grounding electrode conductor, which will be a solid conductor. d. Wire Colors. Use white insulation for grounded (Neutral) conductors, except that grounded conductors AWG No. 8 and larger may be black with white tape marking at every accessible location. Do not use white insulation or marking for any other conductor except control wiring specifically shown on the plans. Ensure that insulated grounding conductors are green except that insulated grounding conductors AWG No. 8 and larger may be black with green tape marking at every accessible location. Do not use green insulation or marking for any other conductor except control wiring specifically shown on the plans. 620.3. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. 620.5. Measurement: The Item will be measured by the foot of each single conductor. This is a plans quantity measurement Item. The quantity to be paid is the quantity shown in the proposal, unless modified by Change Order. Additional measurements or calculations will be made if adjustments of quantities are required. Item 620 Electrical Conductors Page 1 City of Corpus Christi Standard Specification for Construction July 29, 2010 620.6. 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 "Electrical Conductors" of the type and size specified. This price full compensation for furnishing, installing and testing electrical conductors and for equipment, labor, tools and incidentals, except that: a. Conductors used in connecting the components of electrical services will be paid for under "Item 628, Electrical Services." b. Conductors used for internal wiring of equipment will not be paid for directly but will be subsidiary to pertinent Items. 620.7. Bid Item: Item 620.1 Electrical Conductors (No. 6 Bare) per foot of each single conductor Item 620.2 Electrical Conductors (No. 8 Bare) per foot of each single conductor Item 620.3 Electrical Conductors (No. 6 Insulated) per foot of each single conductor Item 620 Electrical Conductors Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 ITEM 624 GROUND BOXES 624.1. Description: Construct, Amish, and install ground boxes complete with lids. 620.2. Materials: Provide new materials that comply with the details shown on the plans and meet the following requirements: A. Precast Polymer Concrete Ground Boxes. Provide fabricated precast polymer concrete ground boxes, and precast concrete ground boxes that comply with Texas Department of Transportation DMS -11070, "Ground Boxes." B. Concrete Apron, Construct a concrete apron, when shown on the plans, in accordance with Item 300, "Concrete," and Item 301, "Reinforcing Steel," C. Supplier. Provide ground boxes from manufacturers prequalified by the Texas Department of Transportation (TxDOT). The TxDOT Traffic Operations Division maintains a list of prequalified ground box manufacturers. 1. Type A: 11.5in.x21 in.x l0in. (122311) 2. Type B: 11.5 in. x 21 in. x20 in. (122322) 3. Type C: 15.25 in. x 28.25 in. x 10 in. (162911) 4. Type D: 15.25 in. x 28.25 in. x 20 in. (162922) 5. Type E: 11.5 in. x 21 in. x 16 in, (122317) Ensure ground box withstands 600 lbs per square foot applied over the entire sidewall with less than '/ in. deflection per foot length of box. Ensure ground box and ground box cover withstand a test loading of 20,000 ib. over 10 in. by 10 in. area centered on the cover with less than IrS in. deflection. Meet Western Underground Standards 3.6. 624.3. Equipment: Provide the machinery, tools, and equipment necessary for proper prosecution of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike mariner. 624.4. Construction: Construct and/or place ground boxes in accordance with the appropriate requirements of the Items shown in Section 624.2 "Material." 624.5. Measurement: This Item will be measured by each ground box complete in place. 624.6. 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 "Ground Boxes" of the types and sizes specified. This price is full compensation for excavating and backfilling; construction, furnishing, and installing the ground boxes and concrete aprons when required; and equipment, labor, material, tools, and incidentals. Item 620 Ground Boxes Page 1 City of Corpus Christi Standard Specification for Construction July 29, 20 J 0 624.7. Bid Item: Item 624. Item 624. Item 624. Item 624. Item 624. each. Item 624. each. Item 624. each. Item 624. per each. 1 Ground Boxes Type A: 11.5 in. x 21 in. x 10 in. (122311) per each. 2 Ground Boxes Type B: 11.5 in. x 21 in. x 20 in, (122322) per each. 3 Ground Boxes Type C: 15.25 in. x 28.25 in. x 10 in. (162911) per each 4 Ground Boxes Type D: 15.25 in. x 28.25 in. x 20 in. (162922) per each. 5 Ground Boxes Type A: 11.5 in. x 21 in, x 10 in. (122311) With Apron per 6 Ground Boxes Type B: 11.5 in. x 21 in. x 20 in. (122322) With Apron per 7 Ground Boxes Type C: 15.25 in. x 28.25 in. x 10 in. (162911) With Apron per 8 Ground Boxes Type D: 15.25 in. x 28.25 in. x 20 in. (162922) With Apron Hopi far 1/2 - bolt with rea•ss for hood, PLAN VIEW K END GROUND BOX COVER SIDE GROUND BOX COVER DIMENSIONS BOX DIMENSIONS CINCHES) SIZE H 1 J K L M N P A, B& E 23 A 23 Ts y4 13 A 9 ;4 5 yo 1% z C & 0 30 Ili 30 IA 17% 171 13 Vii 6%%% 1 % 2 Item 620 Ground Boxes Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 Legibly imprint the cover with the appropriate message from the following table in letters at least 1 in. high: For Ground Boxes Containing Wiring for Label with Message Traffic signal systems and systems that contain illumination powered by the signal electrical service. "Danger High Voltage Traffic Signals" Illumination systems "Danger High Voltage Illumination" Traffic management systems "Danger High Voltage Traffic Management" "Danger High Voltage Sign Illumination" "Danger High Voltage"' Sign illumination systems Other electrical systems not shown above Item 620 Ground Boxes Page 3 City of Corpus Christi Standard Specification for Construction July 29, 2010 Item 628 Electrical Services 628.1. Description: a. Installation. Furnish and install complete and independent points of electrical service. b. Removal. Remove electrical service. 628.2. Materials: Provide materials that comply with the details shown on the plans, requirements of this Item, and the pertinent requirements of the following Items. a. Steel Structures. Texas Department of Transportation (TxDOT) Standard Specification Item 441, "Steel Structures" b. Galvanizing. TxDOT Standard Specification Item 445, "Galvanizing" c. Anchor Bolts. TxDOT Standard Specification Item 449, "Anchor Bolts" d. Conduit. Item 618, "Conduit" e. Electrical Conductors. Item 620, "Electrical Conductors" f. Treated Timber Poles. Item 627, "Treated Timber Poles" g. Foundations. Item 656 Foundations for Traffic Control Devices. h. Electrical Services. For the installation of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA, and that comply with TxDOT DMS -11080, Electrical Services. 1 Suppliers. Furnish electrical services from manufacturers prequalified by the Texas Department of Transportation. The TxDOT Traffic Operations Division maintains a list of prequalified electrical service manufacturers. 628.2. Equipment: Provide the machinery, tools and equipment necessary for proper installation of the work. All machinery, tools and equipment used shall be maintained in a satisfactory and workmanlike manner. For installations of electrical services, use new materials that meet the requirements of the NEC, UL, CSA, and NEMA and that comply with DMS -11080, "Electrical Services." 628.3. Construction: Perform work in accordance with the details shown on the plans and the requirements of this Item. Item 628 Electrical Service Page 1 City or Corpus Christi Standard Specification for Construction July 29, 2010 A. Installation: Ensure components of the electrical service meet the requirements of the Electrical Detail Standards, Follow NEC and local utility company requirements when installing the electrical equipment. Coordinate She utility companies' work for providing service. B. Removal. Coordinate removal with the appropriate utility company before beginning work. Before the removal of the electrical service, disconnect and isolate any existing electrical service equipment in accordance with the utility company's requirement. Use established industry and utility safety practices while removing electrical service equipment near any overhead utilities. Remove existing electrical service support a minimum of 2 -ft. below finish grade unless otherwise shown on the plans. Repair the remaining hole by backfilling with material equal in composition and density to the surrounding area. Replace any surface such asphalt pavement or concrete rip -rap with like material to equivalent condition. Disconnect conductors and remove them from the conduit or duct. Cut off all protruding conduit or duct 6 -in, below finish grade. Abandoned conduit or duct need not be removed unless shown on the plans. Accept ownership of unsalvageable materials, and dispose of them in accordance with federal, state, and local regulations. 628.5. Measurement: This Item will be measured by each electrical service installed or removed. 628.6. 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 "Electrical Services" of the types specified or "Removed Electrical Services." A. Installation. This price is full compensation for paying all fees, permits, and other costs; making arrangements with the utility company for all work and materials provided by the utility company; furnishing, installing, and connecting all components including poles, service supports, foundation, anchors bolts, rip -rap, enclosures, switches, breakers, conduit (from the service equipment including the elbow below ground), brackets, bolts, hangers, and hardware; and equipment, labor, tools, and incidentals. Cost for utility -owned power line extensions, connection charges, meter charges, and other charges will be paid for by the City. The City will reimburse the contractor only the amount billed by the utility. No additional amount for supervision of the utility's work will be paid B. Removal. This price is full compensation for coordinating with the utility company to disconnect and isolate the electrical service; removing the service supports; backfilling holes; and equipment, labor, tools, and incidentals, Item 628 Electrical Service Page 2 City of Corpus Christi Standard Specification for Construction July 29, 2010 628.7. Bid Item: Item 628.1 Electrical Services — per installation Item 628.2 Remove Electrical Services — per removal Item 628 Electrical Service Page 3 Corpus Christi Standard Specification for Construction June 7, 2016 Item 416 Drilled Shaft Foundations 1 DESCRIPTION Construct foundations consisting of reinforced or non -reinforced concrete drilled shafts. 2. MATERIALS Use materials that meet the requirements of the following Items. • Item 421, "Hydraulic Cement Concrete," • Item 440, "Reinforcement for Concrete," and • Item 448, "Structural Field Welding." Use concrete for drilled shafts that meets the requirements of Table 1 unless otherwise shown on the plans. Table 1 Concrete for Drilled Shafts Drilled Shaft Type Concrete Non -reinforced Class A Reinforced Class C Slurry and underwater concrete placement Class SS Use coarse aggregate Grade 4, 5, or 6 for drilled shaft concrete in reinforced drilled shafts. Grade 2 or 3 may be used if the shaft is dry and reinforcing steel has a 5 in. minimum clear spacing. Use a water -reducing, retarding admixture in accordance with DMS -4640, "Chemical Admixtures for Concrete," in all concrete when using casing that will be pulled or when placing shafts underwater or under slurry. Use concrete with slump that meets the requirements of Table 2 as determined by Tex -415-A. Table 2 Placement Type Minimum Acceptable Placement Slump, in. Recommended Design and Placement Slump, in. Maximum Acceptable Placement Slump, in. Dry 5-1/2 6-1/2 7-1/2 Underwater and under slurry 7 8 9 Perform a slump loss test in accordance with Tex -430-A before beginning work when casing is to be pulled or concrete is to be placed underwater or under slurry. Provide concrete that will maintain a slump of at least 4 in. throughout the entire anticipated time of concrete placement. Time of concrete placement is described in Section 416.3.6., "Concrete," and Section 416.3.7., "Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods." Note the temperature of the concrete mix at the beginning of the slump loss test. Place the concrete if its temperature at the time of placement into the drilled shaft is no more than 10°F higher than the slump loss test temperature. Use ice or other concrete cooling ingredients to lower concrete temperature, or run additional slump loss tests at the higher temperatures. Slump loss testing will be waived if anticipated time of concrete placement is less than 90 minutes. Use mineral drilling slurry that meets the requirements of Table 3, as determined by Tex -130-E. Determine pH of slurry by Tex -128-E or pH paper strips. Item 416 Drill Shaft Page. 1 Corpus Christi Standard Specification for Construction June 7, 2016 Table 3 Mineral Slurry Requirements Before Introduction into the Excavation Sampled from the Bottom of the Excavation before Concreting Specific Gravity SandH Content p Specific Gravity Viscosity (sec.) Sand Content <1.10 <1% 8-11 <1.15 <45 <4% Use mineral slurry consisting of processed bentonite or attapulgite clays mixed with clean fresh water. Do not use partially hydrolyzed polyacrylamide (PHPA) polymeric slurry or any blended mineral -polymer slurry. If approved, water may be used as the drilling fluid. In this case, all of the provisions of Table 3 must be met except that the maximum specific gravity is not to exceed 1.12. Sample slurry from the bottom of the hole, before placing concrete, and test it in accordance with Tex -130-E. Use a pump or air lift to remove slurry that does not meet the requirements of Table 3 while adding fresh clean slurry to the top of the hole to maintain the slurry level. Continue this operation until the slurry sampled from the bottom of the hole meets the requirements. 3. CONSTRUCTION Submit Drilled Shaft installation plan for review no later than one month before drilled shaft construction. Include the following in the plan: • Name and experience record of the drilled shaft superintendent who will be in charge of drilled shaft operations for this project. • List of proposed equipment to be used, including cranes, drills, augers, bailing buckets, final cleaning equipment, desanding equipment, slurry pumps, core sampling equipment, tremies or concrete pumps, casing, etc. • Details of overall construction operation sequence and the sequence of shaft construction in bents or groups. • Details of shaft excavation methods. • When the use of slurry is anticipated, details of the slurry mix design and its suitability for the subsurface conditions at the construction site, mixing and storage methods, maintenance methods and disposal procedures. • Details of methods to clean the shaft excavation. • Details of reinforcement placement, including support and centralization methods. • Details of concrete placement, including proposed operational procedures for free fall, tremie or pumping methods. • Details of casing installation and removal methods. The installation plan will be reviewed for conformance with the plans, specifications and special provisions. The Contractor will be notified within 14 days of receipt of the installation plan of any additional information required and/or changes necessary to meet the contract requirements. All procedural approvals given will be subject to trial in the field and will not relieve the Contractor of the responsibility to satisfactorily complete the work as detailed in the plans and specifications. Place the shaft to within the following tolerances: • Vertical plumbness-1 in. per 10 feet of depth. • Center of shaft located under column -1 in. of horizontal plan position. • Center of shaft located under footing -3 in. of horizontal plan position. Complete the embankment at bridge ends before installing drilled shafts that pass through the fill. Refer to Item 423, "Retaining Walls," for provisions for drilled shafts passing through the structural volume of retaining walls. Item 416 Drill Shaft Page. 2 Corpus Christi Standard Specification for Construction June 7, 2016 3.1. Excavation. The plans indicate the expected depths and elevations for encountering satisfactory bearing material. Excavate as required for the shafts through all materials encountered to the dimensions and elevations shown on the plans or required by the site conditions. Removal of man-made obstructions not shown on the plans will be paid for in accordance with Article 9.7., "Payment for Extra Work and Force Account Method." Adjust the bottom of the shaft or alter the foundation if satisfactory founding material is not encountered at plan elevation, as approved to satisfactorily comply with design requirements. Blasting is not allowed for excavations. Stop drilling if caving conditions are encountered, and adopt a construction method that stabilizes the shaft walls. Do not excavate a shaft within 2 shaft diameters (clear) of an open shaft excavation, or one in which concrete has been placed in the preceding 24 hr. Dispose of material excavated from shafts and not incorporated into the finished project in accordance with the plans and with federal, state, and local laws. Provide suitable access, lighting, and equipment for proper inspection of the completed excavation and checking the dimensions and alignment of shafts excavation. 3.2. Core Holes. Take cores to determine the character of the supporting materials if directed. Use a method that will result in recovery of an intact sample adequate for judging the character of the founding material. Such cores should be at least 5 ft. deeper than the proposed founding grade or a depth equal to the diameter of the shaft, whichever is greater. Take these cores when the excavation is complete. 3.3. Casing. Use casing when necessary to prevent caving of the material, to exclude ground water, when slurry is used for hole stabilization, or when required as part of the Contractor's Safety Plan. Provide casing with an outside diameter not less than the specified diameter of the shaft. The portion of shaft below the casing may be as much as 2 in. smaller than the specified shaft diameter. No extra compensation will be made for concrete required to fill an oversized casing or oversized excavation. Use casing strong enough to withstand handling stresses and pressures of concrete and of the surrounding earth or water, and that is watertight, smooth, clean, and free of accumulations of hardened concrete. Use construction methods that result in a minimal amount of disturbed soil being trapped outside the casing. This does not apply to temporary undersized casings used to protect workers inside shafts or to drilled shafts designed for point bearing only. Leave casing in place only if authorized or shown on the plans. Extract casing only after placing the concrete to an appropriate level. Maintain sufficient concrete in the casing at all times to counteract soil and water pressure. Rotate or move the casing up or down a few inches if necessary before and during concrete placement to facilitate extraction of the casing. 3.4. Requirements for Slurry Displacement Method. When soil conditions warrant, use the slurry displacement method to construct drilled shafts unless otherwise shown on the plans. Use this method to support the sides of the excavation with processed mineral slurry that is then displaced by concrete to form a continuous concrete shaft. Install surface casing to a minimum of 10 ft. below existing ground before introducing slurry. Do not use casing other than surface casing. Do not use surface casing longer than 20 ft. without approval. Do not extract the surface casing until after placing the concrete. Pre -mix slurry in a reservoir with enough capacity to fill the excavation and for recovery of the slurry during concrete placement. Do not mix slurry in the shaft excavation or other hole. Allow adequate time for hydration of the slurry before introduction into the excavation. Maintain a head of slurry in the shaft excavation at or near ground level or higher, as necessary, to counteract ground water pressure during and after drilling. Item 416 Drill Shaft Page. 3 Corpus Christi Standard Specification for Construction June 7, 2016 Use an air lift or proper size cleanout bucket, just before placing reinforcing steel, to remove any material that may have fallen from the sides of the excavation or accumulated on the bottom after the completion of drilling. Use a cleanout bucket if material is too large to be picked up with an air lift. Re -process the hole with the auger as directed if concrete placement is not started within 4 hr. of the completion of the shaft excavation. Then clean the bottom with an air lift or cleanout bucket, and check the slurry at the bottom of the hole for compliance with the slurry requirements of Article 416.2., "Materials." Agitate the congealed slurry to liquefaction if the slurry forms a gel before concrete placement, and whenever directed. Recover and dispose of all slurry as approved, and in accordance with all federal, state, and local laws. Do not discharge slurry into or in close proximity to streams or other bodies of water. 3.5. Reinforcing Steel. Completely assemble the cage of reinforcing steel, and place it as a unit immediately before concrete placement. The cage consists of longitudinal bars and lateral reinforcement (spiral reinforcement, lateral ties, or horizontal bands). Connect individual segments with couplers or by lapping steel as approved if overhead obstacles prevent placement of the cage as a single unit. Extend the reinforcing steel cage as follows if the shaft is lengthened beyond plan length unless directed otherwise. • Extend the cage to the bottom for shafts supporting structures other than bridges. • Extend the cage to 25 ft. or to the bottom, whichever is shorter, for bridge shafts with plan lengths less than 25 ft. • Do not extend the cage for bridge shafts with plan lengths at least 25 ft. that are lengthened less than 33% of plan length. • Extend the cage as directed for bridge shafts with plan lengths at least 25 ft. that are lengthened more than 33% of plan length. If the cage does not reach the bottom of the shaft, it may be suspended, or a portion of the longitudinal steel may be extended to support the cage on the bottom of the shaft. Bars used to extend or support the cage may be lap spliced or welded by a qualified welder. Place the extension at the bottom of the shaft. Tie spiral reinforcement to the longitudinal bars at a spacing no more than 24 in., or as required for a stable cage. Ensure lateral reinforcement is not welded to longitudinal bars unless otherwise shown on the plans. Center the reinforcing steel cage in the excavation using approved "roller' type centering devices unless otherwise approved. Use concrete or plastic chairs to keep the reinforcing cage off of the bottom of the hole. Use centering devices starting at 1.5 ft. off from the bottom of the cage and spaced vertically at intervals not exceeding 10 ft. Use a minimum of 3 centering devices per level at a spacing not to exceed 30 in. Flat or crescent-shaped centralizers ("sleds") are not allowed. Support or hold down the cage to control vertical displacement during concrete placement or extraction of the casing. Use support that is concentric with the cage to prevent racking and distortion of the steel. Check the elevation of the top of the steel cage before and after concrete placement or after casing extraction when casing is used. Downward movement of the steel up to 6 in. per 20 feet of shaft length and upward movement of the steel up to 6 in. total are acceptable. Maintain the minimum length of steel required for lap with column steel. Use dowel bars if the proper lap length is provided both into the shaft and into the column. Locate and tie all dowel bars into the cage before placing concrete or insert dowel bars into fresh, workable concrete. Locate and tie anchor bolts when required before placement of concrete. Use templates or other devices to assure accurate placement of anchor bolts. Item 416 Drill Shaft Page. 4 Corpus Christi Standard Specification for Construction June 7, 2016 3.6. Concrete. Perform all work in accordance with Item 420, "Concrete Substructures." Provide concrete with maximum placement temperatures as specified in Table 4. Provide thermal analysis to show and temperature recording devices to verify maximum core temperature requirements are met as specified in Section 420.4.7.14., "Mass Placements," as directed. Table 4 Maximum Concrete Placing Temperature Shaft Size Mix Design Options 1-5 Mix Design Options 6-8 Diameter < 5 ft. 95°F 95°F 5 ft.< Diameter < 7 ft. 95°F 85°F 7 ft. < Diameter 85°F 75°F Form portions of drilled shaft that project above natural ground. Remove loose material and accumulated seep water from the bottom of the excavation before placing concrete. Place concrete using underwater placement methods if water cannot be removed. Place concrete as soon as possible after all excavation is complete and reinforcing steel is placed. Provide workable concrete that does not require vibrating or rodding. Vibrate formed portions of drilled shafts. Place concrete continuously for the entire length of the shaft. Limit free fall of concrete to 25 ft. for dry shafts of 24 in. or smaller diameter. Use a suitable tube or tremie to prevent segregation of materials. Use a tube or tremie in sections to provide proper discharge and permit raising as the placement progresses. For dry shafts over 24 in. diameter, concrete can be allowed to free fall an unlimited distance if it does not strike the reinforcing cage or sides of the hole during placement. Provide a hopper with a minimum 3-ft.long drop -tube at the top of the shaft to direct concrete vertically down the center of the shaft when free fall is used. Do not use a shovel or other means to simply deflect the concrete discharge from the truck. Maintain a sufficient head of concrete for cased shafts at all times above the bottom of the casing to overcome hydrostatic pressure. Extract casing at a slow, uniform rate with the pull in line with the axis of the shaft. Monitor the concrete level in the casing during extraction. Stop the extraction and add concrete to the casing as required to ensure a completely full hole upon casing removal. The elapsed time from the mixing of the first concrete placed into the cased portion of the shaft until the completion of extraction of the casing must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. Cure the top surface and treat any construction joint area in accordance with Item 420, "Concrete Substructures." 3.7. Additional Requirements for Slurry Displacement or Underwater Concrete Placement Methods. Place concrete on the same day the shaft is excavated and as soon as possible after all excavation is complete and reinforcing steel is placed. Use an air lift or cleanout bucket of the proper size to clean the bottom of the excavation before placing the reinforcing steel cage and concrete. Place concrete through a closed tremie or pump it to the bottom of the excavation. The minimum tremie diameter will be at least 6 times the maximum size of aggregate used in the concrete mix but not less than 10 in. Initially seal the tremie or pump line to positively separate the concrete from the slurry or water. Place concrete continuously from the beginning of placement until the shaft is completed. Keep the tremie full of concrete and well submerged in the previously placed concrete at all times if using a tremie. Raise the tremie as necessary to maintain the free flow of concrete and the stability of any casing used. Keep the discharge tube submerged in the previously placed concrete at all times if using a pump. Place additional concrete to ensure the removal of any contaminated concrete at the top of the shaft. Allow the top portion of concrete to flush completely from the hole at the completion of the pour until there is no evidence of slurry or water contamination. Do not attempt to remove this concrete with shovels, pumps, or other means. Level the top of shaft with hand tools as necessary. Use a sump or other approved method to channel displaced fluid and concrete away from the shaft excavation. Recover slurry and dispose of it as approved. Do not discharge displaced fluids into or near Item 416 Drill Shaft Page. 5 Corpus Christi Standard Specification for Construction June 7, 2016 streams or other bodies of water. Provide a collar or other means of capturing slurry and the top portion of concrete flushed from the shaft for pours over water. Remove the tube, reseal it at the bottom, penetrate with the tube into the concrete already placed by at least 5 ft., and recharge it before continuing if concrete placement is interrupted due to withdrawal of the submerged end of the tremie or pump discharge tube before completion. If this condition exists, notify the Engineer and note the elevation and circumstances related to the loss of seal on the drilled shaft log. The elapsed time from the mixing of the first concrete placed until the completion of concrete placement, including extraction of the casing, must not exceed the time for which the concrete maintains a slump of over 4 in. in accordance with Article 416.2., "Materials." Modify the concrete mix, the construction procedures, or both for subsequent shafts if the elapsed time is exceeded. 3.8. Test Load. Load test shafts, if required, in accordance with Item 405, "Foundation Load Test." 3.9. Trial Shaft. When required on the plans, construct trial shafts to the depth and diameter specified on the plans. Trial shafts include: drilling the hole, placement of the rebar cage (unless otherwise stated), and placement of the concrete. When trial shafts are required, delay start of production shafts until successful completion of trial shafts. MEASUREMENT Drilled Shaft. Drilled shaft foundations will be measured by the foot to the bottom of the shaft. Interior Bents and Piers. Shafts will be measured from a point approximately 6 in. below the finished earthwork elevation at the center of each shaft, unless specific elevations or dimensions are indicated on the plans or unless otherwise directed to meet unusual conditions. The bent height shown on the plans is for estimating purposes only and does not control the top -of -shaft measurement. 4.1.2. Abutment Bents and Retaining Walls. Shafts will be measured from the bottom of footing or cap elevation. 4.1.3. Other Non -Bridge Structures. Shafts, including trial shafts, will be measured from the top of the shaft. 4.2. Core Hole. Core holes will be measured by each core hole drilled. 5 PAYMENT The unit prices bid for the various classifications of drilled shafts will be full compensation for excavation; furnishing, placing, and removing casing; furnishing, processing, and recovering slurry; furnishing, and placing reinforcing steel; pumping; furnishing and placing concrete, including additional concrete required to fill an oversize casing or oversize excavation; conducting slump loss tests; backfilling; disposing of cuttings and slurry; and materials, tools, equipment, labor, and incidentals. When the bottom of a drilled shaft is placed at an elevation below plan grade, no direct payment will be made for extra reinforcement placed to support the cage. The extra reinforcement will be considered subsidiary to the price bid per foot of shaft. No extra payment will be made for casings left in place. No payment will be made for "Drilled Shaft" until the concrete has been placed. 5.1. Drilled Shaft. 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 "Drilled Shaft," "Drilled Shaft (Non -reinforced)," "Drilled Shaft (Sign Mounts)," "Drilled Shaft (High Mast Pole)," "Drilled Shaft (Roadway Illumination Pole)," or "Drilled Shaft (Traffic Signal Pole)" of the specified diameter, subject to the limitations for overruns authorized by the Engineer given in Section 416.5.1.1., "Overrun." Item 416 Drill Shaft Page. 6 Corpus Christi Standard Specification for Construction June 7, 2016 5.1.1. Overrun. Payment for individual completed shaft lengths up to and including 5 ft. in excess of the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 5 ft. and up to and including 15 ft. more than the maximum plan length shaft, as defined in this Item, will be made at a unit price equal to 115% of the unit price bid per foot of the specified diameter. Payment for the portion of individual completed shaft length in excess of 15 ft. more than the maximum plan length shaft, as defined in Section 416.5.1.2., "Maximum Plan Length Shaft," will be made at a unit price equal to 125% of the unit price bid per foot of the specified diameter. 5.1.2. Maximum Plan Length Shaft. Payment described above is subject to the following provisions for extra depth drilling: • For bridge structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific bridge. • For retaining walls, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any drilled shaft on that specific retaining wall. • For overhead sign structures, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any overhead sign structures included in the Contract. • For high mast illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any high mast illumination pole included in the Contract. • For roadway illumination poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any roadway illumination pole included in the Contract. • For traffic signal poles, the maximum plan length shaft is the maximum length shaft, regardless of diameter, for any traffic signal pole included in the Contract. 5.2. Core Hole. Core holes will be paid at $200 each. Item 416 Drill Shaft Page. 7 Corpus Christi Standard for Specification June 7, 2016 Item 476 Jacking, Boring, or Tunneling Pipe or Box 1 DESCRIPTION Furnish and install pipe or box by jacking, boring, or tunneling. 2. MATERIALS Use the following types of pipe or box: • corrugated metal pipe meeting Item 460, "Corrugated Metal Pipe," of the size, type, design, and dimension shown on the plans; • reinforced concrete pipe meeting the special requirements for jacking, boring, or tunneling of Item 464, "Reinforced Concrete Pipe," of the size, strength, and dimension shown on the plans; • reinforced concrete box meeting Item 462, "Concrete Box Culverts and Drains," of the size and type shown on the plans; or • Other types specified by the plans. 3. CONSTRUCTION Excavate suitable shafts or trenches for conducting the jacking, boring, or tunneling operations and for placing end joints of the pipe or box if the grade at the jacking, boring, or tunneling end is below the ground surface. Maintain a 3:1 slope from edge of pavement on the shaft side of the road unless otherwise shown or directed. Provide a positive barrier when the shaft location is within the clear zone of the roadway. Protect excavations deeper than 5 ft. as specified in Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Install pipe or box so there is no interference with the operation of street, highway, railroad, or other facility and no embankment or structure is weakened or damaged. Repair any pipe or box damaged in jacking, boring, or tunneling. Remove and replace any pipe or box damaged beyond repair at the Contractor's expense. Backfill shafts or trenches excavated to facilitate jacking, boring, or tunneling immediately after installation of pipe or box. 3.1. Jacking. Provide jacks suitable for forcing the pipe or box through the embankment. Use even pressure to all jacks during operation. Provide a suitable jacking head and suitable bracing between the jacks and the jacking head to apply uniform pressure around the ring of the pipe or circumference of the box. Use joint cushioning of plywood or other approved material. For plywood cushioning material, use 1/2 -in. minimum thickness for pipe diameter 30 in. or less, and use 3/4 -in. minimum thickness for pipe diameter greater than 30 in. Use 3/4 -in. minimum thickness for all boxes. Use cushioning rings of single or multiple pieces. Provide a suitable jacking frame or backstop. Set the pipe or box to be jacked on guides that support the section of the pipe or box, and direct it on the proper line and grade. Place the entire jacking assembly in line with the direction and grade of the pipe or box. In general, excavate the embankment material just ahead of the pipe or box, remove the material through the pipe or box, and force the pipe or box through the embankment with jacks into the space bored or tunneled. Furnish a plan showing the proposed method of jacking for approval. Include the design for the jacking head, jacking support or backstop (thrust block), arrangement and position of jacks, and guides in the plan. Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 1 Corpus Christi Standard for Specification June 7, 2016 Ensure excavation for the underside of the pipe for at least 1/3 of the circumference of the pipe conforms to the contour and grade of the pipe. Ensure the excavation for the bottom slab of the box conforms to the grade of the box. Over -excavate, if desired, to provide no more than 2 in. of clearance for the upper portion and sides of the pipe or box. Taper this clearance to zero at the point where the excavation conforms to the contour of the pipe or box. Carry out jacking without interruption to prevent the pipe from becoming firmly set in the embankment. Monitor volume of soil excavated to avoid any appreciable over excavation. Pressure - grout any over excavation of more than 1 in. Pressure -grout between the carrier pipe and casing when shown on the plans. The distance the excavation extends beyond the end of the pipe or box must not exceed 2 ft. Decrease this distance as necessary to maintain stability of the material being excavated. Jack the pipe or box from the low or downstream end. The final position of the pipe or box must not vary from the line and grade shown on the plans by more than 1 in. in 10 ft. Variation must be regular and in one direction, and the final flow line must be in the direction shown on the plans. Use a shield or cutting edge of steel plate around the head end of the pipe or box extending a short distance beyond the end if desired. The minimum distance for parallel pipe or box jacking or tunneling is 3 ft. or 2 times the diameter of the pipe or width of box, whichever is greater, unless otherwise shown on the plans. 3.2. Boring or Tunneling. Bore from a shaft in an approved location provided for the boring equipment and workmen. Dispose of excavated material using an approved method. Use water or other appropriate drilling fluids in connection with the boring operation only as necessary to lubricate cuttings and pipe or box; do not use jetting. Use a gel -forming colloidal drilling fluid consisting of high-grade, carefully processed bentonite to consolidate cuttings of the bit in unconsolidated soil formations. Seal the walls of the bore hole and furnish lubrication for subsequent removal of cuttings and immediate installation of the pipe. Allowable variations from line and grade are specified in Section 476.3.1., "Jacking." Pressure -grout any over excavation of more than 1 in. 3.2.1. Larger Diameter Boring Methods. Use the pilot hole or auger method for drainage and large utility borings. Pressure -grout any over excavation of more than 1 in. Pressure -grout between the carrier pipe and casing when shown on the plans. 3.2.1.1. Pilot Hole Method. Bore a 2 -in. pilot hole the entire length of the crossing, and check it for line and grade during the boring or tunneling operation on the opposite end of the bore from the work shaft. This pilot hole will serve as centerline for the larger diameter hole to be bored. 3.2.1.2. Auger Method. Use a steel encasement pipe of the appropriate diameter equipped with a cutter head to mechanically perform the excavation. Use augers of large enough diameter to convey the excavated material to the work shaft. 3.2.2. Electrical and Communication Conduit Boring. Limit over excavation to the dimensions shown in Table 1 for electrical and communication conduit borings. Increased boring diameters will be allowed for outer diameters of casing and couplings. Pressure -grouting will not be required for electrical and communication conduit borings. Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 2 Corpus Christi Standard for Specification June 7, 2016 Table 1 Allowable Bore Diameter for Electrical or Communication Conduit or Casing Sinale Conduit Bores Multiole Conduit Bores Conduit Size (in.) Maximum Allowable Bore (in.) Conduit Size (in.)' Maximum Allowable Bore (in.) 2 4 4 6 3 6 5 8 4 6 6 10 6 10 7 12 8 12 1. The diameter of multiple conduits is the sum of the outside diameter of the 2 largest conduits for placement of up to 4 conduits in one bore. Submit boring diameters for the Engineer's approval when more than 4 conduits are to be placed in a bore. 3.3. Tunneling. Use an approved tunneling method where the characteristics of the soil, the size of the proposed pipe, or the use of monolithic pipe would make the use of tunneling more satisfactory than jacking or boring, or when shown on the plans. Ensure the lining of the tunnel is strong enough to support the overburden when tunneling is permitted. Submit the proposed liner method for approval. Approval does not relieve the Contractor of the responsibility for the adequacy of the liner method. Pressure -grout the space between the liner plate and the limits of excavation. Pressure -grout between the carrier pipe and liner plate when shown on the plans. 3.4. Joints. Make joints by field bolting or connecting bands, whichever is feasible if corrugated metal pipe is used. Make the joints in accordance with Item 464, "Reinforced Concrete Pipe," if reinforced concrete pipe is used. Make the joints in accordance with Item 462, "Concrete Box Culverts and Drains," if reinforced concrete box is used. 4. MEASUREMENT This Item will be measured by the foot between the ends of the pipe or box along the flow line. 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 "Jacking, Boring, or Tunneling Pipe" of the type, size, and class specified; or "Jacking, Boring, or Tunneling Pipe" of the type, size, and design specified; or "Jacking or Tunneling Box Culvert" of the size specified. This price is full compensation for excavation, grouting, backfilling, and disposal of surplus material; furnishing pipe, box, and pipe liner materials required for tunnel operations; preparation, hauling, and installing of pipe, box, and pipe liner materials; and materials, tools, equipment, labor, and incidentals. Protection methods for open excavations deeper than 5 ft. will be measured and paid for as required under Item 402, "Trench Excavation Protection," or Item 403, "Temporary Special Shoring." Item 476 Jacking, Boring, or Tunneling Pipe or Box Page. 3 N L I LIRE DRAWL fluazito SPECIFICATIONS/DATA 11" x 18" PG Style (Stackable) Assembly 3/B-16 UNC STAINLESS STEEL HEX HEAD BOLT w/ WASHER (2) COVER a a e Covers (Blank unless to o Is specified DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER' W/2 Dolts PG1118CA00 27 (12.2 kg) 8,000112,000 8 Gaskeied w12 Bolts PG1118CG00 27 (12.2 k) 8,000112,000 0 No Bolts PG1118WA00 27 (12.2 kg) 0,000112,000 0 Heavy Duty w12 Bolts PG111811A00 27 (12.2 kg) 15,000/22,500 16 ©askoted Heavy Duly w/2 Bolts P0111611G00 27 (12.2 kg) 15,000 / 22,500 15 Extra Heavy Duty w/2 Bolls PG1118HH00 27 (12.2 kg) 22,500 / 33,750 22 • Covere with meter lids available upon request. See page 12 or page 66 for meter Ild cover load (Wing explanation. • Gaeketed covers and bolt grommets must be used with a gasketed box. Caskets reduce the inflow of fluids but da not make the enclosure water tight. 314 1/2" (13) X 2" (51) PULL SLOT -• .5 GOF SKID RESISTANT SURFACE BOX 2X 2 1/2" (64) X 4" (102) MOtISEHOLES (PG11113BB only) APRIL 2009 e GnxeS (Stackable with self-alielainp, replaceable EZ -Bail DESCRIPTION PART NO. WEIGHT # DIMENSION A DESIGN/TEST LOAD # ANSI TIER` Open Bottom -'° > PG1118BA12 40 (18 kg) 12" {395 mrn} 22,500133,750 22 PG1118BA16 53 (24 kg) 16" (457 mm) 22,500 / 33,750 22 Open Bottom w/ Gasket PG1118BG12 40 18 k• 12" 305 mm 22,590 /33,750 22 _ Pa111BBa16 53 (24 kg) 18" (457 mm) 22,500 /33,750 22 Open Bottom w/ 2 Mouseholes P 11118c612 40 (18 kg) 12" (305 mm) 22,500 /33,750 22 PG1118BB18 53 (24 kg) 18' {457 mm) 22,500133,750 22 Solid Bottom PG111BDA12 43 (19.5 kg) 12 112° (316 mm) 22,600 133,750 22 PGII181]A78 60 (27 kg) 18 1/2" (479 mm) 22,500 /33,750 22 Solid Bottom wl Gasket PGI119d3i2 43 (19,5 kg) 12 112" (318 mmj 22,500 / 33,750 22 P01118DG18 60 (27 kg) _ 18 112" (470 mmj 22,500 /33,750 22 Fooled Box PG111BJA12 41 (18 kg) 12 112" 318 mm 22,500/33,750 22 PG1118JA18 55 (25 kg) 18 1/2" (470 mm) 22,500 / 33,750 22 Dimensions & weights In parentheses e e metric equivalent. " Loadings comply with ANSI/SCTE 77 see page 9). 20 SPECIFICA11110E111111; rOM 3/8-18 UNC STAINLESS STEEL HEX HEAD BOLT W/WASHER (2)- 3 LIFTING BOLT (4) *ma 24" 1136" PG Style (Stackable) Assembly and 24" n 3G" PD Style Assembly COVER 1 1/2" (13) X 4" (102) PULL SLOT 5 COF SKID RESISTANT SURFACE PG BOX (51rI LIFTING BOLT (4) 2X 4" (102) X 4" (102) MOUSEHOLES (PG2436BB only) 3/8-16 UNC STAINLESS STEEL HEX HEAD BOLT sr+ W/WASHER (2) ) POLYMER TONGUE & GROOVE 2 PIECE COVER 1/2"(13) X4"(102) PULL SLOT .5 COF SKID RESISTANT SURFACE (13) (2O4 (j ) 43/4"(121)X ��G PG BOTTOM EXTENSION KNOCKOUTS (8) 1/2' 2X 4 (102) X 4" (102) MOUSEHOLE (P02430139 only) PD BOX LIFTING INSERTS (4) 33 APRIL 2009 4'131? I ?MTV LI V El! I'Rill Ell 'I 1 I'EDR'WI " es ill I1l_.ti{�,��i_fG. Q t 11) - - J SPECIFIC/A[ [10E21 DATA Covers (Blank unless logo is specified) 24" x 36" PG Style (Stactcabla) Assembly and 24" 36" PD Style Assembly DESCRIPTION PART NO. WEIGHT # DESIGN/TEST LOAD # ANSI TIER" W/2 Bolts P02436CA00 100 (45 kg) 8.000 / 12,000 8 Gaskeled w12 Bolts P02436CG00 100i45 kg) 8,0001 12,000 8 2 -Piece w12 Bolts PG24360600 122 (55 kg) 8,000 / 12,000 8_ NoBolls PG2436WA00 100 (45 kg) 8,000/12,000 8 Heavy Duty w/2 Bolts PG24361-1A00 115 (62 kg) 15,000 / 22,500 15 Gaskeled Heavy Duly w12 Bolts P0243611000 115 (52 kg) 15,000 /22,500 15 Heavy Duty 2 -Piece w12 Bolls PG24381-1600 122 (55 kg) 15.000 / 22,500 15 Heavy Duty w12 BoIs PG2438HH00 122 (55 kg) 22,500133,750 22 . Covers with meter Ilde available upon request. See page 12 or page 50 for meter lid cover toed rating explanation. Gaskeled covers and bolt grommets must be used with a Basketed box, Gaskets reduce the Inflow or fluids but da nal make the enclosure Water fight. PG Boxes (Staokabie with self-ailgning, re Mumble El Nut) **24" - 42" Deep boxes must be used as bottom of any stank.) DESCRIPTION PART NO. WEIGHT # DIMENSION A DIMENSION B DES1GN!TEST LOAD # ANSI TIER` --_- Open Bottom PG2436BA18 141 (64 kg) 18' (457 mm) 15" (381 mm} 22,600133,750 22 P0243613A24 180 (51.6 k 24' 810 mm) 21' 533 mm 22,600 / 33.750 22 PG2435BA30 196 (88.9 kg) 3p" (762 mm) 27 680 mm 22,500 /33 760 22 P02436BA36 264 (116 kg) 36" (914 mmj 33" (636 mm) 22,500 / 33,750 22 PG2436BA42 203 (133 kg) 42" (1067 mm) 3g° (g91 mm) 22,500 /33,760 22,600 / 33,750 Open Bottom w/2 Mouseholos P024368818 139 (63.1 kg) 19" (457 mm) 15" (381 rnm) 22,500!33,750 22 PG2436BB24 178 80.7 kr 24" 610 mm 21" (533 mm} 22,600 133,750 22 PG2436BB30 194 86.0 k. 30" 762 mm 27" 886 mm 22 600 133,750 22 P132436131336 252 114 k 36" (914 mm) 33" (838 mm) 22,500 133,750 22 PG243813842 42" (1067 mm) 39" (991 mm) 22,500) 33,750 22 Open Bottom wGasket PG2436BG24 610 22,500 / 33,750 22 PG24368030 196 (88.9 ka) 30" (762 mm) 27" (666 mm) 22.500 / 33,750 22 PG2436B038 254 (115 k9) 36 (914 mm) 33" (838 mm) 22,500 ! 33,750_ 22 PG2436B342 203 (133 kg} 42" (1067 mm} 39" (991 mm) 22,500 / 33,750 22 Solid Bottom PG2436DA18 171 (78 kg) 18 112 (470 mm) 15' (3aO1 mm) 22,500 / 33,750 22 P024360A24 228 103.4 k. 24 112° 622 mm 7.1" ;33 mm 22 500 !33,760 22 PG2436DA30 231 107 0 ka) 30 1/2'1775 rran) 2 686 4 alit1%dE+Y .16111thil♦ - PG2436fDA36 282 (128 kg) 36 1/2° (027 mm)33' 838 ram) r r�. r 22 PG2436DA42 321 (146 kg) 42 1/2" (1080 mm) 22,500 •, PD Boxes DESCRIPTION PART NO. WEIGHT # DIMENSION 0 DIMENSION E DESIGN/TEST LOAD # ANSI TIER" Open Bottom P024364A10 159 (72 kg) 16" (457 mm) 15" (381 mm) 22,500 133,750 22 PD2436BA26 199 (90 kg) 26" (660 mm) 23" (584 mm) 22,500 / 33,750 22 PD2436BA40 313 (142 kg) 48° 1219 mm) 45" (1143 mm) 22,500 /33,759 22 Open Bottom w12 Mousehales PD2436BB18 157 (71 kg) 18" (457 mm) 15" (381 mm) 22,600/33,750 22 PO2436BB26 197(59 kg) 26" (660 mm) 23" (584 mm) 22,600 / 33,750 22 P024368848 311 (141 kg) 48".11219 ram) 45" (1143 mm) 22,600 /33,750 22 Open Bottom w/Gasket PD2430BG18 159 72 kg) 18" 457 mm) 16" (381 mm) 22,500 / 33,750 22 PD2436B026 199 90 k. 26" 680 mm 23' 584 mm 22.500 /33,750 22 _ P024360048 313 (142 kg) 46" (1219 mm) 45" (1143 mm) 22.500 /33,750 22 Extensions (Fur use under 18 deep box oiitg, one per box. DESCRIPTION PART NO. 1 WEIGHT # DIMENSION F DIMENSION 0 DESIGN/TEST LOAD # ANSI TIER" Open Bottom PG2436EA08 01 (37 kg} 8 3/4" (222 mm) 1° (25 mm) 22,500 /33,750 22 Solid Bottom P022436RA08 95 (43.1 kg) 0 1/4" (235 mm) N/A 22,600 /33 750 _ 22 Dimensions & weights In parentheses ere melric equivalent. " Loadings comply with ANSI/SCTE 77 (see page 9). APFIIL 2009 34 PHILIPS LUMEC small, GPLS Ordering guide Project: Location: Cat No: type: Lamps: Qly. Nates Philips Lumec RoadStar LED architectural roadway luminaire combines the look of a decorative product with the performance of a roadway or site/area luminaire, resulting in highly effective illumination and a stylish appearance. Featuring two different sizes, RoadStar offers a consistent look across pedestrian, general, and street lighting areas. example: GPLS-32L700NW-G2-R3M-UNV-RCD-HS-GY3 Series LED Module' Board Generation Optical System Ballast Driver and Dimming Luminaire Options Accessories Finish GPLS h 6 vl I__ -1 r 11 GPLS RoadStar LED roadway luminaire. small Neutral While 16L530NW 16L7t30ttW 16L1050NW 32L530HW 32L700NW 32L1050NW 48L530NW 48L7D0NW 48L1050NW Worm while 1G W L530W 1GL700WW 15 L1050 W W 32L530WW 32L700WW 32L105OWW 48L 530 W W 481.700W W 48L1050WW G2 R2S Type II short (ASYM) R2M Type II Medium (ASYM) R3S Type III short (ASYM) R3M Type re Medium (ASYM) 103W Type ill Wide (ASYM) 4 Type IV (ASYM) 9 r]rpe V (SYMM) UHV 1211- 277VAC HVU 347- 48OVAC Standard: DMG Dimmable driver O-1OV ClpidtlnaI. Dynadimmcr Economy Profile CDMGE25'" COMGESO'" CDMGE751" Median Profile CDMGM2SM CDMGMSOc' CDMGM75*' SaielyNoble Standard: RCD` Receptacle for twist -lock pito_ lore!! or short ingcap, S•pin (siandarcf) 7p[Ion tit. House Side Shield, shield, 1 per 10 LEU light engine RCD7' Receplacis for twISt-lock pho- toren or In 7•p nntuuial) ( 5P2 24kV / 2OkA Surge Protector (optional) PH8 Twist -lock Photoeleclnc Cell, UNV {120-277VAC) P118/347 Twist-lockP'hotoelectne Cell, HVU (347VAC) P118/480 Twist -lock Photoelectric Cell, HVU(48OVAC) PHXL Twist -lock Photoelectric Ce!!, extended life, UNV (120-277VAC) PH9 Shorting cap BK 13lack Finish BR Uronzefinish GY3 Greyunish WH Whrtehmsh wh - - - CDMGS25,4 [DMC.550 " CDMG575'A DALP" Digitally Addressable Lrnhting Interface DMG-ASTU AdiustaUIc Startup Tune DMG-CLO" Ccsri5larilLight Clu[pial DMG-OTL+' Qver T11Q Lite includes O-IgveRrrunuxi 1, Consult rectory for Warm White (3000K) details 2. Not available with H5 option 3.347V and 4BOV not available. 4. Dimming choices. Select either DMG or one or the CDMG options or DALU. 5. Use or photoelectric cell or shorting cap Is required to ensure proper illumination. RoadStar_LED GPiS l0/10 page 1 of 4 Note: GPLS Is compatible to accept the City -Touch wireless lighting con rol device GPLS RoadStar LED roadway luminaire, sma'11 LED wattage and lumen values LED CRI = 70, CCT = 4000K nominal (3965K +/- 275K or 3710K to 4260K), System (LED + driver) rated lire =100,000 hrs' LED Module Typical delivered lumens Typical system wattage (W)2 Typical System Current (A) @ 120' 208V 240V 277V 480 LED current (mA) Luminaire Efficacy BUG Rating rating 0-m/W) 16L530N W-G2-R2M 16L530NW-G2-R25 16L530NW-G2-R3M 16L530N W -G2 -R35 16L530N W-G2-R3W 16L530NW-G2-4 16L530N W -G2-5 16L700NW-62-R2M 161700NW-62-R25 16L700NW-G2-R3M 16L700NW-62-143S 16L700NW-G2-113W 16L700NW-G2-4 16L700NW-G2-5 16L1050NW-G2-132M 16L105ONW-G2-R2S 16L1050NW-G2-R3M 16L1050NW-62-R35 16L1050NW-G2-143W 16L1050NW-G2-4 16L105ONW-G2-5 32L530NW-G2-92M 32L530NW-62-R25 32L530NW-G2-R3M 32L530N W -G2 -R35 32L530NW-62-R3W 32L530N W -G2-4 32L530NW-G2-5 32L700N W-G2-R2M 32L700NW-G2-R25 32L700N W-G2-R3M 32L700NW-G2-R35 32L700NW-G2-R3W 32L700NW-G2-4 32L700NW-G2-5 32L10SONW-G2-R2M 32L105ONW-62-R25 32L1050NW-62-R3M 321:1050NW-G2-R35 32L1050NW-G2-R3W 320050NW-G2-4 32L1050NW-G2-5 3033 27 0.23 0.14 0.12 0.11 0.10 0.08 3338 27 0.23 0.14 0.12 0.11 0.10 0.08 3124 27 0.23 0.14 0.12 0.11 0.10 0.08 3089 27 0.23 0.14 0.12 0.11 0.10 0.08 3058 27 0.23 0.14 0.12 0.11 0.10 0.08 3164 27 0.23 0.14 0.12 0.11 0.10 0.08 3054 27 0.23 0.14 0.12 0.11 0.10 0.08 3816 38 0.32 0.19 0.17 0.15 0.12 0.10 4201 38 0.32 0.19 0.17 0.15 0.12 0.10 3930 38 0.32 0.19 0.17 0.15 0.12 0.10 3886 38 0.32 0.19 0.17 0.15 0.12 0.10 3848 38 0.32 0.19 0.17 0.15 0.12 0.10 3981 38 0.32 0.19 0.17 0.15 0.12 0.10 3842 38 0.32 0.19 0.17 015 0.12 0.10 5227 55 0.46 0.27 0.23 0.20 0.17 0.13 5754 55 0.46 0.27 0.23 0,20 017 0.13 5383 55 0.46 0.27 0.23 0.20 0.17 0.13 5323 55 0.46 0.27 0.23 0.20 017 0.13 5271 55 0.46 0.27 0.23 0.20 0.17 0.13 5453 55 0.46 0.27 0.23 0.20 0.17 0.13 5263 55 0.46 0.27 0.23 0.20 0.17 0.13 6046 53 0.45 027 0.24 0.22 017 0.14 6656 53 0.45 0.27 0.24 0.22 0.17 0.14 6227 53 0.45 0.27 0.24 0,22 0.17 0.14 6158 53 0.45 0.27 0.24 0.22 0.17 0.14 6097 53 0.45 0.27 0.24 0.22 017 014 6308 53 0.45 0.27 0.24 0.22 0.17 0.14 6088 53 0.45 0.27 0.24 0.22 0.17 0.14 7594 71 0.60 0.34 0.295 0.27 0.23 0.18 8360 71 0.60 0.34 0.295 0.27 0.23 0.18 7821 71 0.60 0.34 0.295 0.27 0.23 0.18 7734 71 0.60 0.34 0.30 0.27 0.23 0.18 7658 71 0,60 0.34 0.30 0.27 0.23 0.18 7923 71 0.60 0.34 0 30 0.27 0.23 0.18 7647 71 0.60 0.34 0.30 0.27 0.23 0.18 10340 110 0.91 0.53 0.47 0.41 0.32 0.24 11384 110 0.91 0.53 0 47 0,41 0.32 0.24 10650 110 0.91 0.53 0.47 0.41 0.32 0.24 10532 110 0.91 0.53 0.47 0.41 0.32 0.24 10428 110 0.91 0.53 0 47 0.41 0 32 0.24 10789 110 0.91 0.53 0.47 0.41 0.32 0.24 10413 110 0.91 0.53 0.47 0.41 0 32 0.24 530 530 530 530 530 530 530 TDO 700 700 700 700 700 700 1050 1050 1050 1050 1050 1050 1050 530 530 530 530 530 530 530 700 700 700 700 700 700 700 1050 1050 1050 1050 1050 1050 1050 111 123 115 113 112 116 112 100 111 103 102 101 105 101 95 104 98 97 96 99 96 114 126 118 117 115 119 115 107 118 110 109 108 111 108 94 104 97 96 95 98 95 1. 140 = 100,000 hrs (at ambient temperature = 2SC) 2. System wattage of total luminaire wattage Includes the LED module and the LED driver Notes. Due to rapid and Continuous advances in LED technology, LED luminaire data Is subject to change vnlhout notice and at the discretion of Philips IES files with H5 house stde shield and/or Warm White options are also available - contact the factory. Poad5tar_LED_GPLS ID/16 page 2 of 4 12 -UO -G1 01 -U0 -G0 01 -U0 -G1 131 -U0 -G1 92 -U0 -G1 81 -U0 -G1 132 -U0 -G1 O 1 -U0 -G1 B1=U0-G1 B1 -UO -G1 01 -U0 -G1 B1 -U0 -G1 01-U0-Gl B 2 -U0 -G1 B1 -U0 -G1 B1 -U0 -G1 B1-U0-Gl B1 -U0 -G2 01 -U0 -G2 01 -U0 -G2 03 -UO -G1 92 -U0 -G1 02 -U0 -G1 02 -U0 -G1 01 -UO -G2 B1 -U0 -G2 01 -U0 -G2 03 -U0 -G1 02 -U0 -G2 B 2 -U0 -G1 02 -U0 -G2 01 -U0 -G2 B1 -U0 -G2 BI -UO -G2 83 -U0 -G2 02 -U0 -G2 02-1.10 -G2 O 2 -U0 -G2 01 -UO -G2 O 2 -U0 -G2 02 -U0 -.G2 03 -U0 -G2 GPLS RoadStar LED roadway luminaire, small LED wattage and lumen values (continued) LED CRI - 70, CC1= 4000K nominal (3985K t/- 275K ar 3710K to 4260K), System (LED + driver) rated Bre =100,000 tars' LED Module Typical delivered lumens Typical system wattage (WY Typical System Current (A) @ 20V 208 240V 277V 347V 480 LED current (mA) Luminaire Efficacy Rating (1-m1W) BUG rating 48L530NW-G2-R2M 48L530NW-62-R2S 48L530NW-G2-R3M 48L530HW-62-R3S 48L530N W-G2-R3W 48L530NW-62-4 48L530NW-G2-5 48L700NW-G2-R2M 48L700NW-62-R2S 481_700NW-G2-R3M 4BL700NW-524/35 48L700NW-G2-R3W 4131_700NW-G2-4 4BL700NW-G2-5 48L1050NW-G2-R2M 48L1050NW-62-R2S 480050NW-G2-R3M 48L1050NW-G2-R3S 48L10S0NW-G2-R3W 48L1050NW-G2-4 4BL1050NW-02-5 9037 78 0.66 0.39 0.35 0.31 0.24 0.18 9949 78 0.66 0.39 0.35 0.31 0.24 0.18 9307 78 0.66 0.39 0.35 0.31 0.24 0.18 9204 78 0.66 0.39 0.35 0.31 0.24 0.18 9113 78 0,66 0.39 0.35 0.31 0.24 0.18 9428 78 0.66 0.39 0.35 0.31 0.24 0.18 9100 78 0.66 0.39 0.35 0.31 0.24 0.18 11327 107 0.89 0.52 0.46 0.39 0.33 0.24 17469 107 0.89 0.52 0.46 0 39 0.32 0.24 11665 107 0.89 0.52 0.46 0.39 0.32 0.24 11536 107 0.89 0.52 0.46 0.39 0.32 0.24 11422 107 0.89 0.52 0.46 039 0 32 0.24 11818 107 0.89 0.52 0.46 0.39 0.32 0.24 11406 107 0.89 0.52 0.46 0.39 0.32 0.24 15311 161 1,33 0.76 0.67 0.58 0.47 0.34 16856 161 1.33 0.76 0.67 0.56 0.47 0.34 15770 161 1.33 0.76 0.67 0.58 0.47 0.34 15594 159 1.33 0.76 0.67 0.58 0.47 0.34 15440 162 1.33 0.76 0.67 0.58 0.47 0,34 15975 162 1.33 0.76 0.67 0.58 0.47 0.34 15418 161 1.33 0.76 0,67 0.58 0.47 0.34 530 530 530 530 530 530 530 700 700 700 700 700 700 700 1050 1050 1050 1050 1050 1050 1050 116 127 119 118 117 121 117 106 117 110 108 107 111 107 95 105 98 98 95 99 96 1. LIT) = 100.000 hrs (at ambient temperature = 25"C). 2. System watr-age or total luminaire wattage includes the LED module and the LED dnver. Notes: Due to rapid and continuous advances in LED technology. LED luminaire data is subject to change without notice and at the discretion of Philips IES files with HS house side shield and/or Warm White options are also avaltable - contact the factory. B2 -U0 -G2 02 -U0 -G2 B2 -U0-62 01 -U0 -G2 82 -U0 -G2 B 2 -UO -G2 B3 -U0 -G2 02 -UO -G2 03 -U0 -G2 B2 -U0 -G2 02 -UO -G2 B2 -U0 -G2 B2 -U0 -G2 04 -U0 -G2 03 -U0 -G3 O 3 -U0 -G2 03 -U0 -G2 02 -U0 -G3 B2 -U0 -G3 B 2 -U0 -G3 84 -U0 -G2 Dimensions Side View 28-1/2" (724mm) T 4-3/4'(121mm) Weight:17.0Ibs (77 kg) EPA: 0.ESsq 11 Bottom View 13-1/4 (337mn1) Predicted Lumen Depreciation Data Predicted performance derived from ill) manufacturers data and engineering design estimates. based on IESNA LM -BD methodology. Actual experience may vary due to field application conditions L70 Ia the predicted time when LED performance depreciates to 70% of Initial lumen output. Calculated per IESNA TM21-11. Published L>'o hours limited to 5 times actual LED test hours Ambient Temperature'C Driver mA Calculated LK, Hours 25'C up to 1050 mA m100,00O hours L70 per TM -21 >60,000 hours Lumen Maintenance % at 60,000 hrs x84% RoadStar,1.ED_GPLS 10/16 page 3 of 4 GPLS RoadStar LED roadway luminaire, small Specifications Housing the upper grid and lower part of the housing are made or a low copper die cast Aluminum alloy (A360), 0.100' (2.5mm) minimum thickness. FIls on a 1.66' (47mm) D.D. (1.75' NM), 1.9" (48mm) 0 D.(1.5' NPS) or 7 3/8' (60mm) 0.0. (2' NPS) by 7 3/4' (197mni) minimum long tenon Comes with two zinc plated clamps fixed by 4 zinc plated hexagonal bolts 3/816 UNC for ease of Installation Provides an easy step adjustment of Pi- 5" tilt In 2.5e Increments. Includes Integral bubble level standard (always Included) A quick release, toot less entry, single latch, hinged, removable door opens downward to provide access lo electronic components and to a terminal block Door Is secured to prevent accidental dropping! or disonea genie M. Complete with a bird guard protecting against birds arid similar Intruders. ANSI label to Identify wattage and source Eric Ir coded 1 n bmf Light Engine Composed of 4 main components: Heat Sink / L1:1) Module / Optical System / Driver Electrical components are Pols compltanl. IPG6 seater! Velli engine. LEDs tested by 150 17025 2005 accredited lab in accordance wipe IESNA LM 80 fluldellnes In compliance with EPA ENERGY STAR, extrapolations In accordance with IESNA TM 21 Metal core boa rd ensures (,realer heal transfer and longer lamp rr Heat 51nk 8ullt In the housing. doslpned to ensure high elncacy and superior cooling by natural convection air flaw pattern always close to LEDs and driver optfm1Sine, their efficiency and tile. Product does not use any cooling device with moving parts (only passive Cool- ing) Entire luminaire 15 rated for operation In ambient temperature of 40°C / 40'F up to +40°C / 1104T LED Module: Composed of high performance while LEDs. Color temperature as perANSI/NEMA bin Neutral White, 4000 Kelvin nominal (3985K r/ 275Kor 3710K to 4260K), CRI 70 Min. 75 Typical. 3000 Kelvin also available Optical System: Composed of high performance UV stabilized optical grade polymer refractor lenses to achieve desired distribution optImIZed to gel maximum spacing, target lumens and a superior lighting uniformity System Is rated IP66. Performance shalt be tested per LM 63. LM 79 and TM 15 (IESNA) cerlilyine Its photometric performance. 0% uplieht and UO per IESNA TM -15 Dark Sky compliant when 3000K option SOW led Driver: Nigh power factor of 95%. Electronic driver, operating range 50/601Iz. Aute adlus tine universal voltage Input from 120 to 277 VAC or 347 to 480 VAC rated lor both application line to linear line to neutral, Class 1 or 11. THD of 20% max. Driver comes with dimming compatible 010 volts. The current supplying the LEDs will be reduced by the driver It the driver experiences Internal overheating as a protection to the LEDs and the eIecInca! components Output Is protected Irom short circuits, voltage overload and current overload. Automatic recovery after correction. Standard builtin driver surge protection of 2.SkV (min). Surge Protector: Surge protector tested In accordance with ANSI/IEEE 06245 per ANSI/IEEE C62.41.2 Scenario I Category C High Exposure 10kV/IOkA waveforms for Line Ground, Line Neutral and Neutral Ground, and in accordance with U.S. DOE (Department of Energy) MSSLC (Municipal Solid State Street Lighting Consortium) modet specification Ior LED roadway luminaires electrical Immunity requirements for High Test Level IOkV / 10kA "Driver Options AST Pre-set driver lor progressive start-up of the LED modute(s) to optimize energy management and entrance visual comfort al start-up CLO: Pre-set driver to manage the lumen depreciation by adjusting the power given to the LEDs 0101108111e same lighltne Intensity during the enl1re ilfespan of the LED module. DAL": Pre-set driver compatible with the DAL' control system OTL- Pre-set driver to signal end a1 life or the LED modute(s) for better fixture management CDMG, Dynadlmrner standard dimming funclionatltles Including pre-programmed scenarios lo salt many applications and needs from safely to maximum energy savings Safety Mode: CDMG525. 4 hours. 75% power dimming CDMGSSO 4 hours 50% power dimming CDMGS /5 4 hours 75% power dimming Median Mode. CDMGM75: 6 hours 25% power dimming CDMGM50: 5 hours 509E power dimming CDMGM 75: 5 hours 75% power dimming Economy Mode: CDMGE25 S hours 25% power dimming C DMGE50: 8 hours 50% power dimming CDMGE75: 8 hours 75% power dimming Luminaire Options 115: House side shietd.1 per 15 LED light 0081ne SP2: 20kV / 20kA surge protection device that provides extra protection beyond the SP110kV/10kA level RCD : (standard): Receptacle with 5 pins enabling dimming and additional functionality (to be determined), can be used with a Twist tock Starsense node or photoelectric cell ora shoran) cap RCM:': (optional). Receptacle walk 7 pins enabling dimming and additional lunctionallly 00 be determined), can be used with a twist tock Starsense node or photoelectric cell ora shorting cap Please note: Addlhorral hardware will be required to utilize the additional 2 pins on this receptacle • use of pirofoolecrrlc cellar show mm3 cop 1-s required f o ensure prow., Ilnrrnlnotron. Accessories PH8: twist, lock Photoelectric Ceti, UNV (170-277VAC) PH8j347: Twist -lock Photoelectric Cnil, IIVU (347VAC). Wi8/480: Twist -lock Photoelectric Cell, I IVU (480VAC) P1IXL: Twist -lock Photoelectric Cell, extended tile, UNV (120-277VAC) P119: Shorting cap Luminaire Useful Life Refer to IES flies for energy consumption and delivered lumens for each option, "lased on ISTMT In situ thermal testing In accordance with U11598 and UL8750, Philips System Reliability Tool, Philips Advance data and Philips Lumileds LM-80/TM-21 data, expected to reach 100,000 r hours with 'L, lumen maintenance Ls 25"C. Luminaire Useful Life accounts fix LCD lumen maintenance AND all or these additional factors including: LED Ilse. driver Ille. PCD substrate, solder points, on/oit cycles. burning hours and corrosion Win Theritongnection of the luminaire is done using a terminal block connector 600V. 85A for use with 117-14 AWG. wires horn the primary circuit, located inside the housing Due to the inrush current that occurs with electronic drivers, recommend using a lOAmp lime delay fuse to avoid unwanted fuse blowing (iaIse hipping) that can occur with normal or last .lc ting ill5e'a. Hardware All exposed screws shall be complete with Ceramic primer -seal basecoat to reduce seizing! of the parts and otters a melt resistance to corrosion Alt seals and sealing devices are made and/or tined with EPDM and/ or silicone and/or rubber. Flti i5h In accordance with the AMA 7G03 standard Application of polyester powder coat paint (4 rnt15/1O0 microns) with 11 mils/74 microns of tolerance. The Thermosetting resins provides a discoloration resistant finish in accordance with the ASTM D2244 Standard, a5 well as luster retention In keeping with the ASTM 0523 standard and humidity proof In accordance will' the ASTM 02247 standard The surface treatment achieves a minimum of 3000 hours for salt spray resistant finish In accordance with testing performed and per ASTM 11117 standard LED products manufacturing standard The electronic components sensitive to electrostatic discharge (ESD) such as tight email ng (LEDs) are assembled in compliance with I EC61340 51 and ANSI/ HD 520.20 standards so as to eliminate ESD events that could decrease the useful life of the product Vibration Resistance The GPLS meets the ANSI C136 31, American National Standard for Roadway Luminaire Vibration speciticalions for Etrldee/oyerpass app [talons (Tested for 36 over 100 000 cycles by an independent lab) Certifications and Compliance clltus Listed lor Canada and USA. Lurniiiaire meets DOE and MSSIC Model Specification for LED Itoadway Luminaires. RoadStar LED roadway luminaires are Design Lights Consorlluni qualified. Luminaire complies with or exceeds the following ANSI Ct36 standards 2, 3, .10, 14_15_22, .22, 25, 31, .37, .41 Limited Warranty 10 -year limited warranty. See phi lipscorn/warranties for details and restrictions. 5) 2016 Philips Lighting Holding 9 V. All rights reserved. Philips reserves the right to make changes in specifications and/or to discontinue any product at any time without notice or obligation and will not be liable For any consequences resulting from the use of this publication. Philips corn/lu m lnalres RoadStar_LED_GPLS 10/16 page 4 of 4 PHILIPS r Philips Lighting North America Corporation 200 Franklin Square Drive, Somerset. NJ 08873 Tel 855-486-2215 Philips Lighting Canada Ltd. 281 Htllmount Rd, Markham, ON. Canada LEC 253 Tel. 800-668-9008 L-3 Type II Pole Lonestar P.�restress Lonestar Prestress Mfg., Inc. Type II Technical Chart Used for Steet Lighting, Parking Lot and Security Light- ing, Recreational and Industriall Lighting Direct Lmbednient CATALOG NUMBER SMOOTH GRAY MOUNTING HEIGHT (Ft.) POLE WEIGHT (Lbs.) OVERALL LENGTH (Ft.) POLE SIZE (In.) EPA AT POLE TIP (Sq. F1.) TIP BUTT 90 110 130 140 MPH MPH MPH MPH ULTIMATE GROUNOLINE MOMENT (Fl. Lbs.) BREAKING LOAD 2 Ft. FROM TIP ' (Lbs.) 252002 20.5 1,667 25.0 6.0 10.06 102 65 44 37 38,100 2,059 302002 25.0 2,720 30.0 6.0 10.88 88 55 36 30 43,100 1,873 352002 29.5 2,863 35.0 6.0 11.69 77 47 30 24 47,900 1.741 402002 34.0 3,601 40.0 6,0 12.50 68 40 25 19 52,900 1,653 452002 38.5 4,442 45.0 6.0 13.31 61 35 20 15 57,700 1,580 502002 43.0 5,392 50.0 6.0 14.13 54 29 15 10 62,500 1,524 552002 47.5 6,537 55.0 6.0 14.94 98 58 35 27 114,900 2,525 602002 52.0 7,732 60.0 6.0 15.75 94 55 32 24 127,000 2,540 652002 56.5 9,055 65.0 6.0 16.56 89 50 28 20 137,900 2,530 702002 61.0 10,514 70.0 6.0 17.38 84 45 24 16 147,700 2,503 1 GENERAL INFORMATION 1. Different colors, finishes and exposed aggregates are available upon request. 2. Longer lengths of poles available upon request. 3. All corners are chamfered. 4. 7,000 PSI concrete is standard; higher strengths are available if required. 5. STRENGTH: In most cases a higher ground line moment and a higher breaking strength and EPA can be attained without going to a larger pole. EFFECTIVE PROJECTED AREA (EPA): Lonestar Prestress Mfg. concrete poles and mounting arms have been designed in accordance with accepted engineering practices to be structurally capable of withstanding wind loads and velocity pressure up to 140 MPH (gust speed) per ASCE 7- 02. Poles to meet higher wind Toads are available. 7. HOLES: Holes are precast to meet your specifications and requirements For mounting attachments, most any desired arrangement can be provided. Contact Lodestar Prestress Mfg. for any questions about field drilling light poles. 8. INSTALLATION: Lonestar Prestress Mfg. concrete poles are designed for setting directly into the ground, without the use of precast foundations, similar to the setting of wood poles. After the hole is drilled, the pole is set and plumbed, the earth is then backfilled and tamped. The depth is dependent on the nature of the soil and the anticipated load. Where it is impossible to embed the poles in the ground, such as on bridges or overpasses, a boltdown base plate is available. 9. To specify a base plate for base mounted poles add the suffix BP to catalog numbers. Customer to supply the bolt circle drawings or template. Lonestar Prestress Mfg. Inc. - 8904 Fairbanks N. Houston • Houston, Texas 77064 Tel. (713) 896-0994 • Fax (713) 896-0762 • www.lonestarprestress.com STOCK CODE: CUSTOMER: Lonestar Prestress Mfg., Inc. 9316 Reid Lake Houston, TX 77064 www.lonestarprestress.com Tel: (713) 896-0994 Fax: (713) 896-0762 DWG. NO: IREV. CAT. NO: 402002 DATE: 7/21/14 PROJECT: TIP 6 0"x6.0" SQUARE 71- 1" PVC TUBING RACEWAY 7 7 11/2" RACEWAY CABLE ENTRANCE 12.50"x12 50" SQUARE Co POLE SIDE FACE VIEW DRAWING: N.T.S. DETAIL 1 GROUND LINE APPROVED BY: DATE: A / cnd 0 TOP DETAIL TOP OF POLE 1" PVC RACEWAY 34" CHAMFER 4"x12" FRP COVER 1" PVC 3"x8"x6" DETAIL 1 HAND HOLE WITH RECESSED COVER 112" PVC 112" RACEWAY / ENTRANCE ACCESS COUPLING DETAIL 2 CABLE ENTRANCE DESCRIPTION: 40'_0" TYPE 11 (SQ.) TOP MOUNT POLE TRUCK LOAD QTY: WEIGHT: 3,601 LBS. FINISH: SMOOTH FORM GREY QTY: �NFSTAR PRESTRESS MFG. INC. 9316 Reid Lake Houston, TX 77064 TEL. (713) 896-0994, FAX (713) 896-0411 www.lonestarprestress.com DWG.: CATALOG CAT.: DATE: PROJECT: H 6.75" REMOVABLE COVER 3/16" PLATE KEYWAY STOPS TO BE WELDED ON TOP SIDE ONLY. BOTTOM SIDE MUST BE SMOOTH SO CAP WILL SIT LEVEL ON POLE DRILL 5/16" HOLES IN COVER (TYP. 2 PLCS) NOTES USE 1/2"x1/2"x2" KEYSTOCK 2.375" O.D. PIPE DRILL & TAP FOR 5/16" S.S. SET SCREWS (TYP. 4 PLCS) 1.) ALL PARTS SHALL BE STEEL 2.) ALL TOLERANCES SHALL BE 1/16" 3.) MATERIAL TO BE 3/16" STEEL UNLESS OTHERWISE NOTED. 4.) INSTALL 1/4"x20x1/4" S.S. BOLTS IN COVER . 5.) STEEL BRACKET TO BE GALVANIZED AFTER FABRICATION 14" 1'-9" DESCRIPTION: TYPE II STEEL SINGLE ARM BRACKET WEIGHT: 14 LBS QTY: FINISH: GALVANIZED STEEL APPENDIX A GEOTECHNICAL REPORT November 4, 2016 City of Corpus Christi Engineering Services PO Box 9277 Corpus Christi, Texas 78469-9277 Attention: Mr. J.H. Edmonds, Director of Engineering Services • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE SUBJECT: SUBSURFACE INVESTIGATION AND LABORATORY TESTING PROGRAM AND FOUNDATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED NASCC TRUCK INSPECTION STAGING AREA City of Corpus Christi Project No. E16280 115 NAS Drive Corpus Christi, Texas RETL Job No. — G116195 Dear Mr. Edmonds, In accordance with our agreement, we have conducted a subsurface investigation, laboratory testing program and foundation and pavement evaluation for the above referenced project. The results of this investigation, together with our recommendations, are to be found in the accompanying report, one electronic copy of which is being transmitted herewith for your records and distribution to the design team. Often, because of design and construction details that occur on a project, questions arise concerning soil conditions, and Rock Engineering and Testing Laboratory, Inc. (RETL), Texas Professional Engineering Firm No. — 2101, would be pleased to continue its role as Geotechnical Engineer during the project implementation. RETL also has great interest in providing materials testing and observation services during the construction phase of this project. If you will advise us of the appropriate time to discuss these engineering services, we will be pleased to meet with you at your convenience. If you have any questions, or if we can be of further assistance, please contact us at (361) 883- 4555. Sincerely, Mark C. Rock, P.E. Vice President of Operations ROCK ENGINEERING & TESTING LABORATORY, INC. www. rocktesting. cern 6817 LEOPARD STREET • CORPUS CHRISTI. TEXAS 78409-1703 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 10856 VANOALE ST• SAN ANTONIO. TEXAS 78216-3625 OFFICE: (21 0) 495-8000 • FAX (210) 495-8015 No.1 ROUNDVILLE LANE • ROUND Rock, TEXAS 78664 OFFICE: (512) 284-8022 . FAX: (512) 284-7764 SUBSURFACE INVESTIGATION AND LABORATORY TESTING PROGRAM AND FOUNDATION AND PAVEMENT RECOMMENDATIONS FOR THE PROPOSED NASCC TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI PROJECT NO. E16280 115 NAS DRIVE CORPUS CHRISTI, TEXAS RETL REPORT NUMBER: G116195 PREPARED FOR CITY OF CORPUS CHRISTI ENGINEERING SERVICES PO BOX 9277 CORPUS CHRISTI, TEXAS 78469-9277 NOVEMBER 4, 2016 PREPARED BY: ROCK ENGINEERING AND TESTING LABORATORY, INC. 6817 LEOPARD STREET CORPUS CHRISTI, TEXAS 78409 PHONE: (361) 883-4555; FAX: (361) 883-4711 „Y. O �►% TEXAS PROFESSIONAL ENGINEERING FIRM NO. 2101 F.,t,1�1 itte �;*ttt BRIA ........................t * S iL * -1� ►� • MARK C. ROCK �-�. 71395 .tea t'# `SjofiAL..NG" Mark C. Rock, P.E. Vice President of Operations Cell: 361 438 8755 Brian J. Geiger, P.E. Geotechnical Engineer Cell: 906 370 5196 TABLE OF CONTENTS Page INTRODUCTION 1 Authorization 1 Purpose and Scope 1 General 1 DESCRIPTION OF SITE 2 FIELD EXPLORATION 2 Scope 2 Drilling and Sampling Procedures 3 Field Tests and Observations 3 LABORATORY TESTING PROGRAM 4 SUBSURFACE CONDITIONS 5 General 5 Soil Conditions 5 Seismic Site Class 6 Groundwater Observations 6 OSHA Soil Type Classification 7 FOUNDATION DISCUSSION 8 Project Description 8 Potential Vertical Rise (PVR) Discussion 9 FOUNDATION TYPES CONSIDERED 9 FOUNDATION RECOMMENDATIONS 10 Drilled Piers 10 Allowable Skin Friction Values Table 10 Lateral Pier Analysis 10 PAVEMENT CONSIDERATIONS 11 SITE IMPROVEMENT METHODS 12 Concrete Flatwork Construction Considerations 12 CONSTRUCTION CONSIDERATIONS 13 Drilled, Cast -in -Place, Piers 13 Augered Cast -in -Place Piles 14 Earthwork and Foundation Acceptance 15 Utilities 16 Expansion Joints 16 GENERAL COMMENTS 16 APPENDIX Boring Location Plan Boring Logs B-2, B-6, B-9, B-10, B-11, B-12, B-14, B-16, and B-18 Key to Soil Classifications and Symbols November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas INTRODUCTION This report presents the results of a soils exploration, laboratory testing program and foundation and pavement analysis for the proposed Naval Air Station Corpus Christi (NASCC) Truck Inspection Staging Area to be constructed at 115 Naval Air Station (N.A.S.) Drive in Corpus Christi, Texas. Authorization The work for this project was performed in accordance with RETL proposal number P050516B dated May 17, 2016. The scope of work and fee was approved and incorporated into a City of Corpus Christi's Agreement for "Construction Materials Testing and Engineering Services" executed by the City of Corpus Christi and returned to RETL via email transmission with a cover letter dated August 18, 2016. Purpose and Scope The purpose of this exploration was to evaluate the soil and groundwater conditions at the site and to provide foundation and pavement recommendations suitable for the proposed project. The scope of the exploration and analysis included the subsurface exploration, field and laboratory testing, engineering analysis and evaluation of the subsurface soils, provision of foundation and pavement recommendations and preparation of this report. As requested by LNV and the City of Corpus Christi, the number of borings was reduced from the original proposed scope. The scope of services did not include an environmental assessment. Any statements in this report, or on the boring logs, regarding odors, colors, unusual or suspicious items or conditions are strictly for the information of the client. General The exploration and analysis of the subsurface conditions reported herein are considered sufficient in detail and scope to provide foundation and pavement recommendations for the proposed project. The information submitted for the proposed project is based on project details provided by the City of Corpus Christi and the soil information obtained at the boring locations. If the designers require additional soil parameters to complete the design of the proposed foundation and pavement systems and this information can be obtained from the soil data and laboratory tests performed within the scope of work included in our proposal for this project, RETL will provide the additional information requested as a supplement to this report. 1 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas The Geotechnical Engineer states that the findings, recommendations, specifications or professional advice contained herein have been presented after being prepared in a manner consistent with that level of care and skill ordinarily exercised by reputable members of the Geotechnical Engineer's profession practicing contemporaneously under similar conditions in the locality of the project. RETL operates in general accordance with "Standard Practice for Minimum Requirements for Agencies Engaged in the Testing and/or Inspection of Soil and Rock as Used in Engineering Design and Construction, (ASTM D3740)." No other representations are expressed or implied, and no warranty or guarantee is included or intended. This report has been prepared for the exclusive use of the City of Corpus Christi for the specific application for the proposed NASCC Truck Inspection Staging Area to be constructed at 115 N.A.S. Drive in Corpus Christi, Texas. DESCRIPTION OF SITE The proposed project site is located approximately one -mile north of South Padre Island Drive at 115 N.A.S. Drive in Corpus Christi, Texas. The site is grassy, relatively open, and level. The condition of the surface at the site was firm and did not pose any difficulties to the drill crew moving their equipment around the site to perform the subsurface investigation. FIELD EXPLORATION Scope The field exploration, to evaluate the engineering characteristics of the subsurface materials, included reconnaissance of the project site, performing the boring operations and obtaining disturbed split spoon samples and relatively undisturbed Shelby tube samples. During the sample recovery operations, the soils encountered were classified and recorded on the boring logs in accordance with "Standard Guide for Field Logging of Subsurface Exploration of Soil and Rock, (ASTM D5434)." Nine borings were performed at this site for the purpose of providing geotechnical information. The table below provides the boring identification, boring depth and GPS coordinates at the boring locations: 2 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas SUMMARY OF BORING INFORMATION Boring Depth (ft) GPS Coordinates B-2 40 N 27.68076° W 97.27398° B-6 5 N 27.68047° W 97.27414° B-9 5 N 27.68025° W 97.27429° B-10 5 N 27.68027° W 97.27450° B-11 5 N 27.68010° W 97.27448° B-12 5 N 27.68023° W 97.27472° B-14 5 N 27.67998° W 97.27485° B-16 5 N 27.67983° W 97.27499° B-18 5 N 27.67978° W 97.27515° The GPS coordinates, obtained at the boring locations using a commercially available GPS, are provided in this report and on the boring logs. RETL staked the borings in the field and performed the drilling operations. Upon completion of the drilling operations and obtaining the groundwater observations, the drill holes were backfilled with excavated soil and the site cleaned as required. A Boring Location Plan is provided in the Appendix. The borings performed for this project were used to determine the classification and strengths of the subgrade soils. The information provided on the boring logs includes boring location, boring depth, soil classification, soil strengths and laboratory test results. The boring logs are included in the Appendix. Drilling and Sampling Procedures The test borings were performed using a drilling rig equipped with a rotary head turning hollow stem augers to advance the boreholes. Disturbed soil samples were obtained using split - barrel sampling procedures in general accordance with the procedures for, "Penetration Test and Split -Barrel Sampling of Soils, (ASTM D1586)." Undisturbed soil samples were obtained using thin-wall tube sampling procedures in accordance with, "Thin Walled Tube Sampling of Soils, (ASTM D1587)." The samples obtained by this procedure were extruded by a hydraulic ram and classified in the field. The samples were placed in plastic bags, marked according to boring number, depth and any other pertinent field data, stored in special containers and delivered to the laboratory for testing. Field Tests and Observations Standard Penetration Tests — During the sampling procedures, SPT were performed to obtain the standard penetration value of the soil at selected intervals. The standard penetration value (N) is defined as the number of blows of a 140 -pound hammer, falling 30 - inches, required to advance the split -barrel sampler 1 -foot into the soil. The sampler is lowered to the bottom of the previously cleaned drill hole and advanced by blows from the hammer. The number of blows is recorded for each of three successive 6 -inch penetrations. 3 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas The "N" value is obtained by adding the second and third 6 -inch increment number of blows. The results of standard penetration tests indicate the relative density of cohesionless soils and comparative consistency of cohesive soils, thereby providing a basis for estimating the relative strength and compressibility of the soil profile components. Water Level Observations — Water level observations were obtained during the test boring operations. Water level observations are noted on the boring logs provided in the Appendix. In relatively pervious soils, such as sandy soils, the indicated depths are usually reliable groundwater levels. In relatively impervious soils, a suitable estimate of the groundwater depth may not be possible, even after several days of observation. Seasonal variations, temperature, land -use, proximity to a creek, river or lake and recent rainfall conditions may influence the depth to the groundwater. The amount of water in open boreholes largely depends on the permeability of the soils encountered at the boring locations. Ground Surface Elevations — The ground surface elevations at the boring locations were provided by LNV. The depths referred to in this report are measured from the ground surface at the boring locations during the time of our field investigation unless specified otherwise. LABORATORY TESTING PROGRAM In addition to the field investigation, a laboratory testing program was conducted to determine additional pertinent engineering characteristics of the subsurface materials necessary in analyzing the behavior of the foundation and pavement systems for the proposed project. The laboratory testing program included supplementary visual classification (ASTM D2487) and water content tests (ASTM D2216) on the samples. In addition, selected samples were subjected Atterberg limits tests (ASTM D4318), and percent material finer than the #200 sieve tests (ASTM D1140). The shear strength of selected cohesive soil samples was evaluated from unconfined compressive strength tests (ASTM D2166). The estimated soil strengths were obtained using a hand penetrometer. The laboratory testing program was conducted in general accordance with applicable ASTM Specifications. The results of these tests are to be found on the accompanying boring logs provided in the Appendix. 4 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 General NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas SUBSURFACE CONDITIONS The types of foundation and pavement bearing materials encountered in the test borings have been visually classified and are described in detail on the boring logs. The results of the standard penetration tests, strength tests, water level observations and other laboratory tests are presented on the boring logs in numerical form. Representative samples of the soils were placed in polyethylene bags and are now stored in the laboratory for further analysis, if desired. Unless notified to the contrary, the samples will be disposed of three months after issuance of this report. The stratification of the soil, as shown on the boring logs, represents the soil conditions at the actual boring locations. Variations may occur between, or beyond, the boring locations. Lines of demarcation represent the approximate boundary between different soil types, but the transition may be gradual, or not clearly defined. It should be noted that, whereas the test borings were drilled and sampled by experienced drillers, it is sometimes difficult to record changes in stratification within narrow limits. In the absence of foreign substances, it is also difficult to distinguish between discolored soils and clean soil fill. Soil Conditions The soil conditions encountered in the test borings performed at the project site have been summarized and soil properties including soil classification, plasticity, strength, effective unit weight, percent passing the No. 200 sieve, range of SPT results, and range of pocket penetrometer results are provided in the following table: Soil Profile Table D GENERALIZED SOIL DESCRIPTION LL PI C 43. ye 4200 N PP 0-6 Poorly Graded SAND --- --- 0 28 110 3-9 2-12 --- 6-8 Poorly Graded SAND --- --- 0 28 50 --- 8 8-10 Clayey SAND 23 12 600 0 55 19 5 10-40 Fat/Lean CLAY & CLAYEY Sand 45 31 2,500 0 60 20-98 18-20 2.5-4.5+ Where: D = Depth in feet below existing grade LL = Liquid limit (%) PI = Plasticity index C = Soil Cohesion, psf (undrained) = Angle of Internal Friction, deg. (undrained) ye = Effective soil unit weight, pcf -#200 = Percent of soils passing the #200 sieve N = Standard Penetration Test (blows per foot) PP = Pocket penetrometer value range, tsf 5 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas Detailed descriptions of the soils encountered at the boring locations are provided on the boring log included in the Appendix. Seismic Site Class As stated on Page 205, Chapter 20, "SITE CLASSIFICATION PROCEDURE FOR SEISMIC DESIGN" of ASCE/SEI 7-05, "Where the soil properties are not known in sufficient detail to determine the site class, Site Class D shall be used unless authority having jurisdiction or geotechnical data determines Site Class E or F soil are present at the site." Since our field investigation has not included a 100 -foot deep boring, by definition the soil properties are not known in sufficient detail. Additionally, the soils encountered at this site exhibit a zone of loose sand soils and firm clay soils in the upper 10 -feet meeting the soils depicted in Table 20.3 -1 - Site Classification provides for Site Class E. Therefore, the seismic site class in accordance with the ASCE/SEI 7-05 should be assumed to be Site Class E. Groundwater Observations Groundwater (GW) observations and the depths the boring caved are provided in the following table: GROUNDWATER OBSERVATIONS BORING DURING DRILLING UPON COMPLETION DELAYED READINGS B-2 6' Dry and Caved at 6' 3 Hr. Delayed Reading; Wet & Caved at 5' B-6 Dry Dry and Open Not Taken B-9 Dry Dry and Open Not Taken B-10 Dry Dry and Open Not Taken B-11 Dry Dry and Open Not Taken B-12 Dry Dry and Open Not Taken B-14 Dry Dry and Open Not Taken B-16 Dry Dry and Open Not Taken B-18 Dry Dry and Open Not Taken It should be noted that all of the borings with the exception of Boring B-2 were terminated at the 5 -foot depth. 6 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas Based on observations made in the field and moisture contents obtained in the laboratory, it appears as if the depth to groundwater at boring location B-2 is near the 6 -foot depth at the time of our field investigation, but, based on RETL's experience in the vicinity of this project, the surficial sand soils will store water after significant rainfall events resulting in depth to groundwater to be near the ground surface until the water either evaporates or drains to the bay. It should be noted that the water level in open boreholes may require several hours to several days to stabilize depending on the permeability of the soils and that groundwater levels at this site may be subject to seasonal conditions, recent rainfall, tidal, and drought or temperature effects. OSHA Soil Type Classification The table below provides a summary of the OSHA Soil Type Classification for the soils encountered at this site to the depth of 20 -feet at the boring locations: OSHA Soil Classification Table D DESCRIPTION OSHA SOIL TYPE CLASSIFICATION 0-6 Loose Sand Above Water Table Type C 6-8 Loose Sand Below Water Table Type C 8-10 Firm Clay Below Water Table Type C 10-20 Very Stiff Clay Below Water Table Type C The OSHA soil classification provided in the table above is based on the strengths of the soils encountered and the soil fabric as observed in the test samples. Once the excavation operations commence, the contractor's "responsible person" shall assess the soils and verify, or change, the OSHA soil classification based on their observations. It should be noted that the contractor's "responsible person" shall make the final determination of the OSHA Soil Type during excavation of the soils at the jobsite. The maximum allowable slopes during construction for soil OSHA soil types are provided in the following table: OSHA Slope Guidelines Table GUIDELINES FOR MAXIMUM ALLOWABLE SLOPES Soil or Rock Type Max. Allow. Slopes for Excavations < Than 20' Deep Stable Rock Vertical Type A 3/4 Horizontal: 1 Vertical Type B 1 Horizontal: 1 Vertical Type C 11/2 Horizontal: 1 Vertical 7 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas Guidelines for maximum allowable slopes were obtained from OSHA documents, but do not take into account any recent revisions or the stability of long term unprotected slopes. Long term unprotected slopes will likely require flatter slopes. The guidelines presented herein for slopes does not imply RETL is taking responsibility for construction site safety, this responsibility falls entirely upon the contractor and his responsible person. RETL is assuming that the contractor will comply with all rules, ordinances and other requirements to comply with safe construction practices. In no case should slope height, slope inclination or excavation depth, including utility trench excavation depth, exceed those specified in local, state, and federal safety regulations. Specifically, the current OSHA Health and Safety Standards for Excavations, 29 CFR Part 1926 should be followed. It is our understanding that these regulations are being strictly enforced and if they are not closely followed, the owner and the contractor could be liable for substantial penalties. The contractor's "competent person", as defined in 29 CFR Part 1926, should evaluate the soil exposed in the excavations as part of the contractor's safety procedures. For excavations, including a trench, extending to a depth of more than 20 -feet, it will be necessary to have the side slopes designed by a Professional Engineer licensed in the State of Texas. The contractor's "competent person" should establish a minimum lateral distance from the crest of the slope for all vehicles and spoil piles. Likewise, the contractor's "responsible person" should establish protective measures for exposed slope faces. FOUNDATION DISCUSSION Project Description Based on information provided to RETL, the project will include the construction of the proposed NASCC Truck Inspection Staging Area at 115 NAS Drive in Corpus Christi, Texas. Based on information provided to RETL, the project will include construction of a parking lot to be utilized for truck staging. The proposed project will also include the construction of a bridge and ditch areas. The parking lot will have a plan area of approximately 122,000 square feet. It should be noted that traffic counts were provided, but based on observation of the counts provided, it is RETL's opinion that the counts provided are not indicative of the truck traffic expected at the proposed Truck Inspection Center, therefore, the pavement section provided will not be "designed" but based on RETL's experience constructing pavement subjected to heavy truck traffic. 8 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 Potential Vertical Rise (PVR) Discussion NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas The laboratory test results indicate that the subsoils in the active zone at the boring location are non -plastic. The maximum calculated total potential vertical rise (PVR) at the boring location is on the order of 1 -inch. The PVR was calculated using the Texas Department of Transportation Method TEX-124E and took into account the depth of the active zone, estimated to extend to a depth of approximately 6 -feet, and the Atterberg limits test results of the soils encountered within the active zone. Given the calculated PVR is on the order of 1 -inch, or less, it is RETL's opinion that PVR is not a design consideration for the proposed rigid concrete pavement or the proposed bridge. FOUNDATION TYPES CONSIDERED Drilled Piers — Straight shaft drilled piers can be utilized at this site. Based on groundwater observations, temporary steel casing will be required to install straight shaft drilled piers at this site to depths greater than approximately 6 -feet. Temporary steel casing will require a competent clay stratum to seal the casing. A consistent competent clay stratum exists from a depth of 11 -feet to a depth of 40 -feet, the maximum termination depth of the borings performed for this project at this site. The use of temporary steel casing will be required throughout the depth of straight shaft drilled piers during installation. Auger Cast -in -Place Piles — Auger cast -in-place piles are used most advantageously where relatively soft or expansive strata overlie a firm or dense foundation material. Despite the somewhat adverse soil conditions on this site, it would be advantageous to utilize auger cast - in -place piles from the standpoint that they are often installed faster and more economically than other types of deep foundations especially in water bearing granular soils where they can be installed without the use of temporary steel casing. Driven Piles — Driven piles are a suitable foundation type to support the proposed bridge. Driven piles are ideally suited for water front work given they are pre -made and can be placed in water then driven to grade. In addition, driven pile capacity can be estimated during driving using industry accepted pile driving formulas or can more accurately assessed using pile driving analysis (PDA). The benefits of utilizing driven piles is often offset by the cost. Generally straight shaft drilled piers or auger -cast -in place piles are a more economical to install for land side structures. Based on the description of the foundations suitable to support the proposed bridge, RETL will be providing foundation recommendations for both straight shaft drilled piers and auger cast -in-place piles. 9 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 Drilled Piers NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas FOUNDATION RECOMMENDATIONS The recommendations provided for drilled piers are also applicable for auger cast -in-place piles. Therefore, for the purpose of the report drilled piers is synonymous with auger cast -in- place piles unless specifically stated as pertaining to either straight shaft drilled piers or auger cast -in-place piles such as in the "CONSTRUCTION CONSIDERATIONS" section of this report. The structural designer can utilize the allowable unit skin friction values for the range in depths included in the following table for straight shaft drilled piers to resist the axial loads given the strengths of the subsurface soils encountered: Allowable Skin Friction Values Table DEPTH BELOW EXISTING GRADE (FT) ALLOWABLE UNIT SKIN FRICTION (PSF) 0-6 Neglect 6-10 100 10-36 650 The allowable unit skin friction values provided above are based on the strengths of the in- situ soils and utilize a safety factor of 2 to prevent shear failure. The minimum depth of straight shaft deep foundations at this site is 15 -feet and the maximum termination depth for straight shaft drilled piers is 36 -feet. Resistance to uplift can be calculated by taking 60 -percent of the axial skin friction capacity of deep foundations. Straight shaft drilled piers should be spaced no closer than three diameters apart measured center to center. Drilled piers at this site should be adequately reinforced with a minimum of 1 -percent of the cross-sectional area of the pier shaft throughout the depth of the pier to withstand uplift forces. The bent spanning between piers should be structurally connected to the piers. Lateral Pier Analysis The piers supporting the bridge abutment/bent may be subjected to lateral loads. Lateral pier analysis programs such as L -pile will require the following soil parameters for this site: 10 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas D DESCRIPTION C ye K E50 0-6 Poorly Graded SAND Neglect 6-8 Poorly Graded SAND 0 28 50 20 --- 8-10 Clayey SAND 600 0 55 100 0.01 10-40 Fat/Lean CLAY & CLAYEY Sand 2,500 0 60 1,000 0.005 Where: D = depth (ft) ye = Effective soil unit weight, pcf C = shear strength, psf 4) = angle of internal friction, deg. K = modulus of subgrade reaction (pci) E50 = 50% strain value K and E5o values were estimated from known correlations. PAVEMENT CONSIDERATIONS In designing the proposed parking areas and driveways, the existing subgrade conditions must be considered together with the expected traffic use and loading conditions. The conditions that influence pavement design can be summarized as follows: • Bearing values of the subgrade. These can be represented by the Modulus of Subgrade Reaction (K) for rigid pavements. • Vehicular traffic, in terms of the number and frequency of vehicles and their range of axle loads. • Probable increase in vehicular use over the life of the pavement. • The availability of suitable materials to be used in the construction of the pavement and their relative costs. Specific laboratory testing to define the subgrade strength (i.e. K value) have not been performed for this analysis. Based upon local experience, the estimated K value for the natural surficial poorly graded sand soils encountered at this site is 200-pci. Since traffic counts and design vehicles have not been provided, it is only possible to provide a non -engineered pavement section suitable for heavy duty truck service based on pavement sections which have provided adequate serviceability for similar type facilities. RETL recommends that a rigid pavement is utilized for the truck parking/staging area including loading/unloading areas, drive-thru lanes and driveway entrances. 11 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas The use of concrete for paving has become more prevalent in recent years due to a decrease in the material cost of concrete and to the long term maintenance cost benefits of concrete pavement compared to asphaltic pavements. The recommended heavy-duty rigid pavement section is provided in the following table: Rigid Pavement Heavy Reinforced Concrete (4,000 psi) T' Compacted Poorly Graded Sand Subgrade 12" It is important that any existing organic and compressible soils be removed and the exposed subgrade be properly prepared prior to pavement installation. Once all organics and other deleterious materials have been removed the exposed subgrade soils shall be compacted to a minimum density of 95 -percent of the maximum dry unit weight of the raw subgrade soils as determined by a standard Proctor test (ASTM D698) and at, or above, the optimum moisture content. The concrete pavement should be properly reinforced and jointed, as per ACI, and should have a minimum 28 -day compressive strength of 4000 -psi. Expansion joints should be sealed with an appropriate sealant so that moisture infiltration into the subgrade soils and resultant concrete deterioration at the joints is minimized. The joints should be thoroughly cleaned and sealant should be installed without overfilling before pavement is opened to traffic. Allowances for proper drainage and proper material selection are most important for performance of pavements. Concrete pavement at least 8 -inches thick is recommended for the trash dump approach areas due to the high wheel and impact loads that these areas receive. The concrete pads at the location of the trash dumpsters should be large enough to accommodate both the front and rear wheels of the vehicles used to pick up the trash dumpsters. Maintenance or operations managers need to stress the importance of placing the trash dumpsters in their proper locations to reduce the distress trash pickup operations place on the pavement. SITE IMPROVEMENT METHODS Concrete Flatwork Construction Considerations Poor drainage is one of the primary mechanisms resulting in problems associated with pavement. Provisions in the site development should be made in order to maintain relatively uniform moisture contents of the supporting soils. A number of measures may be used to attain a reduction in subsoil moisture content variations. Some of these measures are outlined below: 12 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas • During construction, positive drainage schemes should be implemented to prevent ponding of water on the subgrade. • Positive drainage should be maintained around the structure and flatwork through roof/gutter systems connected to piping or directed to paved surfaces, transmitting water away from the foundation perimeter and flatwork. In addition, positive grades sloping away from the foundation and flatwork should be designed and implemented. We recommend that effective site drainage plans be devised by others prior to commencement of construction to provide positive drainage away from the site improvements and off the site, both during, and after construction. • Vegetation placed in landscape beds that are adjacent to the structure and flatwork should be limited to plants and shrubs that will not exceed a mature height of 3 -feet. Large bushes and trees should be planted away from the slab foundations and flatwork at a distance that will exceed their full mature height and canopy width. • Individual concrete panels of concrete sitework should be dowelled together to minimize trip hazards as a result of differential movements within the flatwork. • Pavements should be designed to drain quickly with a minimum positive slope of 1 - percent. Planter islands should incorporate a 12 -inch clay cap at the surface and the curbs should be designed to prevent moisture from entering the pavement base materials. All project features beyond the scope of those discussed above should be planned and designed similarly to attain a region of relatively uniform moisture content within the foundation and flatwork areas. Poor drainage schemes are generally the primary cause of foundation and flatwork problems on clay soils. CONSTRUCTION CONSIDERATIONS Drilled, Cast -in -Place, Piers Based on observations made in the field, it appears as if temporary steel casing will be required to install straight shaft drilled piers at this site to depths greater than approximately 6 -feet. Temporary steel casing will require a competent clay stratum to seal the casing. A consistent competent clay stratum exists from the 11 -foot depth to the boring termination depth of 40 -feet. The use of temporary steel casing may be required throughout the depth of straight shaft drilled piers during installation. The cost of temporary steel casing and the possible need to overdrive the casing, should be included by the drilled pier contractor as a unit price per linear foot of pier installation in the event it is required at this site to successfully install straight shaft drilled piers. 13 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas Concrete should be readily available on the site and should be placed as soon as possible after all loose material has been removed, the pier excavation inspected and reinforcing steel installed. A relatively high slump concrete mix (6 to 7 -inches) is suggested to minimize aggregate segregation caused by the reinforcing steel. Free fall of concrete into the pier excavation is permitted provided the concrete can be placed into the pier excavation without striking the sides of the excavation or hitting the rebar. It should be noted that research has shown that free fall concrete guided at the top of the excavation to avoid contact with the sides of the pier excavation and reinforcing steel can drop more than 80 -feet without any measurable segregation and the strength of the concrete was not adversely affected as long as the concrete was falling through air. In situations where it is impossible for the concrete to fall freely without striking the rebar cage or sides of the pier excavation the free fall should be limited to 10 -feet, or placed with a tremie. Pier excavations should not be allowed to stay open overnight. The success of a drilled pier foundation system is highly dependent upon the expertise of the drilled pier foundation contractor and upon the expedient placement of concrete. A test pier excavation should be performed at the site prior to drilling production piers to verify the drilling subcontractor's construction methods and to identify any potential installation problems. The RETL Geotechnical Engineer, or his designated representative, should be present to witness the installation of all the drilled piers, including the test pier excavations. Augered Cast -in -Place Piles The successful augered cast -in-place pile installations will depend upon the expertise of the contractor and the techniques used. Whereas this installation can be monitored to determine that the piles are installed in general accordance with the specification, it is not possible to make an absolute determination of the capacities of each individual pile. Therefore, the contractor should be required to guarantee or certify this work and provide sufficient references for similar type projects. Because of the possibility of soil intrusions during auger withdrawal and non -vertical or "dog- leg" piles, the job specifications must be carefully prepared and a continuous inspection of the installation maintained during installation to monitor depths and the amount of concrete pumped versus the rate of auger withdrawal. If these piles will be subject to uplift due to wind load, etc., they must be provided with adequate reinforcing steel throughout their length. A single piece of rebar can usually be installed the complete depth of an auger cast -in-place pile. A cage system of rebar can usually be installed after completion of the pile and generally can be pushed to a depth of 10 to 15 feet. 14 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas Typical specifications require a minimum of 10 -feet of grout head be pumped above the tip of the auger when at the desired termination depth prior to starting the auger withdrawal. The withdrawal rate of the auger and grout pumping operations shall achieve a minimum of 115 - percent of the theoretical volume of the pile for each 5 -foot increment of pile until grout return is observed at the ground surface at which point the minimum of 100 -percent of the theoretical volume shall be pumped. Concern over the percentage of defective piles warrants extraordinary efforts during construction to achieve sound piles with the desired physical dimensions to support the proposed loads. The contractor shall utilize a PIR -A and pump stroke counter during construction. PIR -A will provide real time grout factor verses depth to the pile installation contractor so that deficiencies can be addressed prior to completion of the pile. The pump stroke counter shall be reset after each pile installation. In addition, RETL recommends that all of the auger cast -in-place piles be subjected to PIT testing upon completion of the pile installation program. Once finished installing a pile and prior to moving and setting up on the next pile location, the pile contractor shall provide the PIR -A printout summary of the drilling operations, which provides the grout factor for each 5 -foot increment to the Geotechnical Engineer, or his designated representative, to verify conformance to the project specifications. If the depth or grout factor does not meet the project specifications, then corrective actions are required while the grout is still plastic. Provisions for the contractor to address pile deficiencies shall be approved the project Structural Engineer. Earthwork and Foundation Acceptance Exposure to the environment may weaken the soils at the foundation and pavement bearing level if the excavation remains open for long periods of time. Therefore, it is recommended that the foundation and pavement excavations be extended to final grade and the foundation and pavement be constructed as soon as possible to minimize potential damage to the bearing soils. The foundation and pavement bearing level should be free of loose soil, ponded water or debris and should be observed prior to concreting by the Geotechnical Engineer, or his designated representative. Foundation and pavement concrete should not be placed on soils that have been disturbed by rainfall or seepage. If the bearing soils are softened by surface water intrusion, or by desiccation, the unsuitable soils must be removed and be replaced with properly compacted soils or base material as directed by the Geotechnical Engineer. The Geotechnical Engineer, or his designated representative, should monitor subgrade preparation. As a guideline, density tests should be performed on the exposed subgrade soils and each subsequent lift of compacted select fill soils at a rate of one test per 3,000 square feet or a minimum of three in-place nuclear tests per testing interval, whichever is greater. Any areas not meeting the required compaction should be re -compacted and retested until compliance is met. 15 of 16 November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 Utilities NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas Any utilities that project through a slab/pavement/foundation should be designed with either some degree of flexibility, or with sleeves, in order to prevent damage to these lines should vertical movement occur. Expansion Joints Expansion joints should be designed and placed in various portions of the structure. Properly planned placement of these joints will assist in controlling the degree and location of material cracking that normally occurs due to material shrinkage, thermal affects, soil movements and other related structural conditions. GENERAL COMMENTS If significant changes are made in the character or location of the proposed project, a consultation should be arranged to review any changes with respect to the prevailing soil conditions. At that time, it may be necessary to submit supplementary recommendations. It is recommended that the services of RETL be engaged to test and evaluate the soils in the foundation and pavement excavations prior to concreting in order to verify that the bearing soils are consistent with those encountered in the borings. RETL cannot accept any responsibility for any conditions that deviate from those described in this report, nor for the performance of the foundation or pavements if not engaged to also provide construction observation and testing for this project. If it is required for RETL to accept any liability, then RETL must agree with the plans and perform such observation during construction as we recommend. All sheeting, shoring, and bracing of trenches, pits and excavations should be made the responsibility of the contractor and should comply with all current and applicable local, state and federal safety codes, regulations and practices, including the Occupational Safety and Health Administration. 16 of 16 APPENDIX BORING LOCATION PLAN • GEOTECHNICAL ENGINEERING • CONSTRUCTION MATERIALS ENGINEERING & TESTING • SOILS • ASPHALT • CONCRETE November 4, 2016 Attn: Mr. J. H. Edmonds, P.E. RETL Job No.: G116195 NASCC TRUCK INSPECTION STAGING AREA 115 NAS Drive Corpus Christi, Texas ROCK ENGINEERING & TESTING LABORATORY, INC.. www. racktesting, com 6817 LE PARD STREET • CORPUS CHRISTI. TEXAS 78409-1703 OFFICE: (361) 883-4555 • FAX: (361) 883-4711 10856 VANDALE ST,SAN ANTONIO, TEXAS 78216-3625 OFFICE: (210) 495-8000 • FAX: (210) 495-8015 No.1 ROUNDVILLE LANE • ROUND ROCK, TEXAS 78664 OFFICE: (512) 284.8022 • FAX: (512) 284-7764 co 0 w 0 0 0 0 N 1- z 0 z O m 0 0 0 LOG OF BORING B-2 SHEET 1 of 1 G 4-.c.%.0 -��a rFsr Rock Engineering & Testing Laboratory `a OC % Cops Chard Street Corpus Christi, TX 78409-1703 4T �QOPPc-Tex:Telephot 88364-883-4555 711 ' �c CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) GROUNDWATER INFORMATION: Groundwater was encountered at 6 -feet during drilling. Dry and Caved at 6 -feet upon completion. 3 -Hour Delayed Readings: Wet and Caved at 5 -feet. SURFACE ELEVATION: 15.8 LIQUID LIMIT PLASTIC LIMIT PLASTICITY INDEX LL PL PI DESCRIPTION OF STRATUM - 5 - - SS S-1 SS S-2 SS S-3 V N= 3 V N= 5 N= 8 3 16 2 21 5 POORLY GRADED SAND dry, light brown, very loose. Same as above, moist, loose. Same as above. CLAYEY SAND moist, light brown, firm. (SC) 9- - 10 - - 15 - 20 - SS S-4 SS S6 SH S-7' X N= 5 X N= 20 N= 18 n P= 3.5 30 18 16 15 23 45 11 14 12 31 88 2.3 19 20 Same as above, very stiff. Same as above. (SC) CLAYEY SAND moist, gray and brown, very stiff. 4 - 25 - - 30 -- - 35 -S10 SHP= S-8' SH' S-9 SH S -i1 2.5 P= 3.5 I P= 4.5+ ' P= 4.5+ 19 15 22 21 111 109 1.9 2.6 68 98 SANDY LEAN CLAY moist, gray and brown, stiff. Same as above, very stiff. FAT CLAY moist, gray, very stiff. Same as above. 40 _ Boring was terminated at a depth of 40 -feet. N - STANDARD PENETRATION TEST RESISTANCE QC STATIC CONE PENETROMETER TEST INDEX Tv - TORVANE RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.68076° W 97.27398°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-6 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 0 PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: 15.3 LL PL PI DESCRIPTION OF STRATUM - SSX S-1 SS S-2 X N= 3 N= 7 6 19 6 POORLY GRADED SAND dry, gray, very loose. Same as above, moist, loose. 1 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.68047° W 97.27414°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-9 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 0 PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: 15.9 LL PL PI DESCRIPTION OF STRATUM - ssX S-1 SS S-2 X N= 7 N= 4 4 20 4 POORLY GRADED SAND dry, gray, loose. Same as above, moist. 1 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.68025° W 97.27429°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-10 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 0 PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: 16.6 LL PL PI DESCRIPTION OF STRATUM - ssX S-1 SS S-2 X N= 5 N= 5 3 14 3 POORLY GRADED SAND dry, gray, loose. Same as above, moist. 1 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.68027° W 97.27450°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-11 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 0 PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: 16.7 LL PL PI DESCRIPTION OF STRATUM - SSX S-1 SS S-2 X N= 3 N= 7 2 16 3 POORLY GRADED SAND dry, gray, very loose. Same as above, moist, loose. 1 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.68010° W 97.27448°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-12 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 0 PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: 16.9 LL PL PI DESCRIPTION OF STRATUM - SS S-1 SS S-2 X N= 12 N= 4 3 14 3 POORLY GRADED SAND dry, gray, medium. Same as above, moist, loose. 1 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.68023° W 97.27472°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-14 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 0 PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: 16.2 LL PL PI DESCRIPTION OF STRATUM - SSX S-1 SS S-2 X N= 4 N= 6 4 18 9 POORLY GRADED SAND dry, brown, loose. Same as above, moist. 1 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.67998° W 97.27485°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-16 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 ci PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was not encountered during drilling. Dry and Open upon completion. SURFACE ELEVATION: 16.5 LL PL PI DESCRIPTION OF STRATUM - ssX S-1 SS S-2 X N= 2 N= 2 10 16 5 POORLY GRADED SAND moist, gray, very loose. Same as above. 1 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.67983° W 97.27499°. O F 0 111 0 0 0 a' 0 m c 0 H z 0 0 z 0 m 0 0 0 J LOG OF BORING B-18 SHEET 1 of 1 G Rock Engineering & Testing Laboratory 6817 Leopard Street Corpus Christi, TX 78409-1703 (c�O Telephone: 361-883-4555 4?. 0 Fax: 361-883-4711 o9r 0 CLIENT: City of Corpus Christi - Capital Programs PROJECT: NAS Truck Inspection Staging Area LOCATION: 115 Naval Air Station Dr.; Corpus Christi, TX NUMBER: G116195 DATE(S) DRILLED: 10/13/2016 - 10/13/2016 FIELD DATA LABORATORY DATA DRILLING METHOD(S): Hollow Stem Auger SOIL SYMBOL DEPTH (FT) SAMPLE NUMBER SAMPLES N: BLOWS/FT P: TONS/SQ FT Tv: TONS/SQ FT Qc: TONS/SQ FT MOISTURE CONTENT (%) ATTERBERG LIMITS DRY DENSITY POUNDS/CU.FT COMPRESSIVE STRENGTH (TONS/SQ FT) MINUS NO. 200 SIEVE (%) 2 J 0 5 ci PLASTIC LIMIT PLASTICITY INDEX GROUNDWATER INFORMATION: Groundwater was encountered at 5 -feet during drilling. Dry and Open upon completion. SURFACE ELEVATION: 16.4 LL PL PI DESCRIPTION OF STRATUM - - SS S-1 SS S-2 X X N= 5 N= 2 11 18 V 44 CLAYEY SAND moist, gray and brown, firm. Same as above, soft. 5 N - STANDARD Qc STATIC Tv - TORVANE Boring was terminated at a depth of 5 -feet. PENETRATION TEST RESISTANCE CONE PENETROMETER TEST INDEX RESISTANCE REMARKS: Boring location and depth were determined by RETL in coordination with the Naval Air Station. Drilling operations were performed by RETL at GPS Coordinates N 27.67978° W 97.27515°. `fie e Rock Engineering & Testing Laboratory 05 FS 6817 Leopard Street ..,0 � y Corpus Christi, TX 78409-1703 c Engineering & Testing </ 0C �o Laboratory,Inc. Telephone: 361-883-4555 qa <� Fax: 361-883-4711 Og4��9�C'o0 Y KEY TO SOIL CLASSIFICATION AND SYMBOLS UNIFIED SOIL CLASSIFICATION SYSTEM TERMS CHARACTERIZING SOIL STRUCTURE MAJOR DIVISIONS SYMBOL NAME GW .4. I• '/ Well Graded Gravels or Gravel -Sand mixtures, little or no fines SLICKENSIDED having inclined planes of weakness that are slick and glossy in appearance FISSURED - containing shrinkage cracks, frequently filled with fine sand or silt; usually more or less vertical LAMINATED (VARVED) - composed of thin layers of varying color and texture, usually grading from sand or silt at the bottom to clay at the top - cohesive soils which break into small blocks or crumbs on drying CALCAREOUS - containing appreciable quantities of calcium carbonate, generally nodular WELL GRADED - having wide range in grain sizes and substantial amounts of all intermediate particle sizes POORLY GRADED predominantlyof one grain size uniformly graded) or having a range of sizes with some intermediate size missing (gap or skip graded) GRAVEL AND GP 00 ° ( o )p DN Poorly Graded Gravels or Gravel -Sand mixtures, little or no fines GRAVELLY SOILS GMS o D U c Silty Gravels, Gravel -Sand -Silt mixtures COARSE GC ,i: Clayey Gravels, Gravel -Sand -Clay Mixtures GRAINED.CRUMBLY SOILS SW Well Graded Sands or Gravelly Sands, little or no fines SAND AND SP Poorly Graded Sands or Gravelly Sands, little or no fines SANDY SOILS SM Silty Sands, Sand -Silt Mixtures SC Clayey Sands, Sand -Clay mixtures ML Inorganic Silts and very fine Sands, Rock Flour, Silty or Clayey fine Sands or Clayey Silts SILTS ANDCLAYS LL < 50 CL / Inorganic Clays of low to medium plasticity, Gravelly Clays, Sandy Clays, Silty Clays, Lean Clays SYMBOLS FOR TEST DATA Groundwater Level - (Initial Reading) 1 — Groundwater Level (Final Reading) — Shelby Tube Sample 1 — SPT Samples 11 — Auger Sample I — Rock Core FINE OL _— — - Organic Silts and Organic Silt -Clays of low plasticity GRAINED SOILSMH Inorganic Silts, Micaceous or Diatomaceous fine Sandy or Silty soils, Elastic Silts SILTS AND CLAYS LL > 50 CH Inorganic Clays of high plasticity, Fat Clays OH .i, '7!.7,•—r Organic Clays of medium to high plasticity, Organic Silts HIGHLY ORGANIC SOILS PT /, ,\ i, . Peat and other Highly Organic soils TERMS DESCRIBING CONSISTENCY OF SOIL COARSE GRAINED SOILS FINE GRAINED SOILS DESCRIPTIVE TERM NO. BLOWS/FT. STANDARD PEN. TEST DESCRIPTIVE TERM NO. BLOWS/FT. STANDARD PEN. TEST UNCONFINED COMPRESSION TONS PER SQ. FT. Very Loose Loose Medium Dense Very Dense 0 - 4 4 - 10 10 - 30 30 - 50 over 50 Very Soft Soft Firm Stiff Very Stiff Hard < 2 2 - 4 4 - 8 8 - 15 15 - 30 over 30 < 0.25 0.25 - 0.50 0.50 - 1.00 1.00 - 2.00 2.00 - 4.00 over 4.00 Field Classification for "Consistency" is determined with a 0.25" diameter penetrometer U \Carpus CIInTl116E1202 1IASCC 'Nick IPNfelron 5leq. q Area \000\0.e.r gAPtam\C.+lU GENERAL HOTS m.q E day Potwar/ 17 2017 1 l7pm Z® 0 Z_ K n Z c 0 cnm 0 0 c Z Wax IOb his8g(1) r 10 gi 1 1.. §_ a gA H :A8 038Vd3?ld - I 2C Oro 74a- 0 Z� g En -0 ▪ 0 23Z Z H 0 • f/l ate= • y— �nra� M •— �t 1 r/010.4 anum Oak A. VE 11518HO Sfld800 r - O 0 AoNZ n t a p p V p a 4 1`J 2 p p O V a Ia a 1. N m N Ade rn 0 r II +I s N a W N -51 0 0 0 1 1 1 4 4 4 4 W A 02/17/17 ROOMED AOOIJNE ALTCRNA►E R[VCION PNa OATS DESCRIPTION REMSION Np H* UESLRW T*ON On.. o- .a aeo..tr w w.a.ta ft .% 1..w...t C. III.I uwa li aree e sof I.ov RI gat .1100.1.1 .. 3 N. errwar lone.. ma.aaw PC na I.4.e14i ...cwk P co ti NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA COVER SHEET CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services TIM Mei IIu Fee MRS !Mu In ,.I22282 engineers 1 architects 1 surveyors SOI 16AVICA11011, ails Tal 1.1 111IIsssufl COMM2116211. T% 1P FArp1II115401 WSWu-FIC call Ea CO U \Corpus Christi \150282 NASCC Truck Inspection Staging Area \000\Drawings \Plons\Civil \3 GENERAL NOTES dwg Wednesday February 15, 2017, 2 4Oprn HATCH PATTERNS 5 SANITARY SEWER UNE TRACKS W - WATER UNE ROW RIGHT OF WAY G - GAS UNE BUILDING RCP REINFORCED CONCRETE PIPE E CASING 2 DL DRAIN UNE NG NATURAL GROUND CMP CORRUGATED METAL PIPE ROW LT NG 0 ROW LT PIPE PIPE UNE ROW RT NG 0 ROW RT Ti1BlE CABLE LINE TOC LT TOP OF CURB LEFT FO FIBER OPTIC TOC RT TOP OF CURB RIGHT FM FORCE MAIN 11GL HYDRAUUC GRADE UNE T TELEPHONE UNE EOP LT - EDGE OF PAVEMENT LEFT aNP OVERHEAD POWER EOP RT EDGE OF PAVEMENT RIGHT E ELECTRIC UNE CL of DITCH TOP OF BANK/SLOPE BOS BOTTOM OF SLOPE EOW - - EDGE OF WATER CL of DITCH 8.0 CONTOURS BRUSHUNE // WOOD FENCE X FENCE O O O GUARD RAIL GATE PROPERTY LINE — — — — — — UTILITY EASEMENT YARD REQUIREMENT/BUILDING UNE TCE TEMPORARY CONSTRUCTION EASEMENT CrOMM / / /li%i =—c -C C— _1._'4101 _ i �' Oft�_`h; r !Oh; i li >- — 0 A Q Q Q 4 4 4 m n m m O Z _. 4 x Ii r > m 90 V D> p z, m LZ7 O -0 > y.�>I;I \`j��`j�OJ ���`���`�, VO ,vV �'•1�+, t� W.4 100,91 ,4� 0r„1 .10.40. 06 4j M A 9 m ; v rNFI 00 E m i m ::i ii 071 •• ...... `� In ; ei ev0 x n n 0 g 0 Z r_ aPc 2 m ' xg o 4 * < C 1 9g N1`G`5 : l 52 �y 9 g g 2 As — x in§ im -g."3' a'A aom A Q= o V m —I wt mi ,1/ 410g o'a>018" pr�i , re.0 �r�G F�1 c, 1$ L ziTk, gi' § Sc� q�o 1 o m m v n m D £ 12A2a 2992AM £ 29-62gm 2R2'SP2a9230g2 6Zm tgA el R pqqqq q �Eig' 6d'_M � NA==ig�E oma$ ``=oI$� gAc, " O Sm` ?I E mzo r5 <x 6m $, e -WA 2 c m o% m A G GA? m a 0) m p V 0 Z g r ” pil2 1 7aig9N1P3A5 2o4R '�onz RIE iio Rc q5, 8 V mm g "aaaaa8a 91192 ocs:o U1 -Ai oFl$oia 1424>Ezz A �-29Eo-- 602 zq 64FE ><�4A�i 3 AR amP90 .199 gmsA '. ig3Az s > So � � �Az�m 3 Y `� "� cg2`pv rrcix th a E 0 GENERAL ABBREVIATIONS Z 0 x T DETAIL/SECTION ID SYSTEM 1. THE ABOVE TESTING RATES ARE ONLY ANTICIPATED GUIDELINES, THE ENGINEER RESERVES THE RIGHT TO CONDUCT ADDITIONAL TESTING AT THE ENGINEER'S DISCRETION. RE -TEST FOR FAILURES ARE NOT INCLUDED. 2. MOISTURE CONTENTS TO BE INCLUDED WITH DENSITY TEST. 3. IN THE EVENT OF FAILURES, ADDITIONAL TEST WILL BE REQUIRED. IF EXCESSIVE RAIN OR DRY PERIOD OCCURS ON A PREVIOUSLY TESTED SECTION, THE CITY MAY ORDER RE -TEST AS NECESSARY. CONCRETE: (UNCONFINED COMPRESSION, 7, 14, & 28 DAY) CURB & GLITTER / CURB SIDEWALKS AND CURB RAMPS DRIVEWAYS CURB, POST & GRATE INLETS BOX CULVERTS (CAST -IN -PUCE) WINGWALLS STORM MANHOLES (CAST -IN-PLACE) RIPRAP, APRON, & S.E..T.s MANHOLE BASE/FOOTING R=GID CONCRETE PAVEMENT: COMPRESSION STRENGTH (7 & 28 DAY) FLEXURAL (BEAM) STRENGTH (7 & 28 DAY) AIR CONTENT SLUMP HOT -MIX ASPHALT (HMA) EXTRACTION, SIEVE ANALYSIS UB, DENSITY, & STABILITY THEORETICAL DENSITY (RICE METHOD) TEMPERATURE - DURING LAY -DOWN THICKNESS - IN PLACE (CORE) % AIR VOIDS - IN PLACE (CORE) % THEORETICAL DENSITY - IN PLACE (CORE) FLEXIBLE BASE: SIEVE ANALYSIS ATTERBURG LIMITS MODIFIED PROCTOR LA. ABRASION CBR (STANDARD) WET BALL MILL TEST TRAXIAL TEST DENSITIES OF COMPACTED BASE (ASPALT STREET) DENSITIES OF COMPACTED BASE (CONCRETE STREET) DENSITIES OF COMPACTED BASE (C&G) SOILS: STANDARD PROCTOR - TRENCH BACKFILL STANDARD PROCTOR - SUB GRADE DENSITIES - TRENCH BACKFILL DENSRIES - SUBGRADE (ASPHALT) DENSITIES - SUBGRADE (CONCRETE STREET) DENSITIES - SUBGRADE (DRIVEWAYS) DENSITIES - SUBGRADE (SIDEWALKS) DENSITIES - BEHIND CURB AND GUTTER DESCRIPTION TESTING SCHEDULE SECTION INDICATOR (BW LETTER] /-DETNL TIRE Alk SECTION TITLE A E t I: e -SECfKIN SCALE SHEET N0. WHERE CUT IS DRAWN SHEET N0. WHERE CUT IS SHOWN IUMOOR) SECTION INDICATOR (B/ NUMBER) /-PLAN 1IILE 3 PLAN VIEW TITLE 13 17 13 17 -0 13 13 13 -0 13 -0 9 U 2A A p {2n m m m m m mm m + 8888 08 S0m880 88 Y 0 yy y n 2 41. 0 0 0 0 0 0 EEEE 2 < < < K C m PER 500 TONS OR DAY PER 500 TONS OR DAY PER 500 TONS OR DAY CONTINUOUS AS NEEDED PER 1000 LF STREET PER 1000 LF STREET PER 1000 LF STREET PER 3000 CY PER 3000 CY PER 3000 CY PER 3000 CY PER MATERIAL SOURCE PER MATERIAL SOURCE PER MATERIAL SOURCE PER 100 LF/LANE/UFT PER 200 LF/LANE/UFT PER 200 LF C&C PER MATERIAL SOURCE PER STREET/MATERIAL PER 200 LF TRENCH/UFT PER 100 LF/LANE/UFT PER 200 LF/LANE/UFT PER 2 DRIVEWAYS PER 5000 SF PER 200 LF RATE 4 4 4 r.l 11M11— I I 1 I I I I 1 1 1 1 1 1 1 1 1 1 III--. LEST. QUANTITY I THE SGL APPEARING oil TINS 00511/E0 WAS AULHORIZED 7r OCNN6 L 11517, P.E. N0. 51503 Q1 02/15/17 LNV CHANGES AS INDICATED SSEEALEED IRSocuuoR.71001 PROPER NOIRKJipN TO INE RESPONSIBLE REVISION NO DATE BY DESCRIPTION 1DESCRIPTION ENGINEER 6 AN OrEENSE UNDER THE 1EVA5 ENGINEERING PRACTISE Act SHEET 2 of 41 RECORD DRAWING NO. PBG 822 NAVAL AIR STATION CORPUS CHRISTI MUCK MUCK INSPECTION STAGING � ik EEa) TOPE FIRM NO F376 LNV 7BPL5 FIRM NO 10120.500 ___...,, \� \i s -r1 .EF 0 r Isi o �T# E16280 TYPICAL LEGEND SHEET CITY Of CORPUS CHRISTI TEXAS Department of Engineering Services engineers I architects I surveyors 901 NAVIGATION SUITE 700 PH pa 1)773-1984 CORPUS00RIST1,1X79ROB FA%VI(�„773,970 WWWLNNE:E:E1M ,•-• yu; -1 II - 4-1984 CY t \ A;_ '' ........ \I 6 ^) 00 m 0 U \Corpus Christi \160262 NASCC Truc Inspection Staging Area \000\Drawings \ Plans \CMI\3 GENERAL NOTES dwg Wednesday December 28, 2016, 9 19am 1. PROJECT DESIGN WAS BASED ON TURNING MOVEMENTS FOR WB -67 INTERSTATE SEMITRAILER DESIGN VEHICLE. 2. RIGHT-OF-WAY AND PROPERTY UNE DATA SHOWN ON THESE DRAWINGS WAS BASED ON INFORMATION PROVIDED BY THE OWNER. NO RIGHT-OF-WAY RETRACEMENT SURVEY WAS CONDUCTED FOR THIS PROJECT. 3. THIS PROJECT IS LOCATED IN THE LAGUNA MADRE DRAINAGE BASIN 4. THESE DRAWINGS ARE SCALED TO BE PRINTED ON 11'X17' (ANSI 13 -SIZE) SHEETS. SPECIAL RESTRICTIONS FOR SEQUENCING WORK 1. UTILITIES TO BE ABANDONED SHALL BE MAINTAINED BY THE CONTRACTOR AND REMAIN IN SERVICE UNTIL THE APPROPRIATE SERVICE CHANGEOVERS HAVE BEEN COMPLETED BY THE CONTRACTOR AND ACCEPTED FOR USE BY THE APPROPRIATE CRY OPERATING DEPARTMENT. 2. CONTRACTOR SHALL PROVIDE AND MAINTAIN SUITABLE TEMPORARY STORM WATER DRAINAGE CONDUITS ACROSS ALL STOCKPILES DURING VARIOUS PHASES OF THE WORK AS REQUIRED TO PREVENT FLOODING AND PROMOTE POSITIVE RUNOOF FROM THE SIZE SUCH TEMPORARY STORM WATER DRAINAGE DEVICES SHALL BE MAINTAINED UNTIL SUCH TIME THAT PERMANENT STORM WATER DRAINAGE STRUCTURES AND CONDUITS ARE COMPLETED THESE TEMPORARY DRAINAGE DEVICES WILL NOT BE PAID FOR DIRECTLY BUT SHALL BE CONSIDERED SUBSIDIARY WORK. 1 DESIGN CRITERIA 1. CURB & GUTTER SHALL BE STANDARD 6' CURB UNLESS DIRECTED OTHERWISE BY THE ENGINEER TO PROVIDE POSITIVE DRAINAGE FOR STREET. 2 PROVIDE REDWOOD STRIP EXPANSION JOINT FILLER AND TWO 1/2'0 x 15' LONG SMOOTH DOWELS WHERE NEW CURB TIES INTO EXISTING CURB. CURB AND GUTTER DRIVEWAYS AND SIDEWALKS 1. DRIVEWAYS SHALL BE AS SHOWN ON CITY OF CORPUS CHRIST 'STANDARD DRIVEWAY DETAILS'. 2 DRIVEWAYS SHALL BE CONSTRUCTED SUCH THAT TEXTURED SURFACES ARE NOT REQUIRED, AS IN THE CASE OF CURB RAMPS. 3. EXISTING DRIVEWAYS, SIDEWALKS, CURB, GUTTER AND STORM SEWERS SHALL BE REMOVED AS REQUIRED TO CONSTRUCT THE PROPOSED IMPROVEMENTS. REMOVAL OF THESE ITEMS IS SUBSIDIARY TO 'CLEARING & EXCAVATION'. CONCRETE SIDEWALK RUNNERS AND CONCRETE DRIVEWAYS PLACED FOR TRANSITION SHALL BE PAID FOR UNDER THE UNIT PRICE FOR 'CONCRETE SIDEWALK' AND 'CONCRETE DRIVEWAY' REGARDLESS OF WIDTH. CONTRACTOR SHALL PROVIDE SATISFACTORY GRADE AND POSITIVE DRAINAGE FOR ALL DRIVEWAYS AND SIDEWALKS, MD SHALL FULLY COMPLY WITH TEXAS ACCESSIBILITY STANDARDS. 4. CONTRACTOR SHALL INCLUDE AT LEAST 3 FEET FOR THE PEDESTRIAN ACCESSIBLE ROUTE ACROSS DRIVEWAYS, WITH A MAXIMUM CROSS SLOPE OF 50:1 (22). 5. CONCRETE PLACEMENT FOR DRIVEWAYS AND SIDEWALKS SHALL STOP AT EXPANSION JOINTS OR AS OTHERWISE DIRECTED BY THE ENGINEER. 6. WHERE PROPOSED CONCRETE SIDEWALK TIES INTO EXISTING CONCRETE, CONTRACTOR SHALL PLACE REDWOOD STRIP EXPANSION JOINT FILLER WITH 1/2'0 x 15' LONG SMOOTH DOWELS DRILLED AND EPDXY SET WITH AN EXPANSION CAP AT ONE END. DOWELS SHALL BE SPACED AS SHOWN ON THE PLANS. 7. SIDEWALKS SHALL BE 110 TO ADJACENT CURBS, DRIVEWAYS AND CURB INLETS BY STEEL DOWELS AS SHOWN ON THE DRAWINGS, IN ORDER TO MINIMIZE DIFFERENTIAL MOVEMENT OF THESE STRUCTURES. 8. AREAS BEHIND BACK OF CURBS SHALL BE BACKFILLED WITH SELECT MATERIAL AND COMPACTED TO NOT LESS THAN 952 STANDARD PROCTOR DENSITY (ASTM D698 OR MSHTO T99) AT OR SUGHTLY ABOVE (+32 MAXIMUM) OPTIMUM MOISTURE CONTENT, 1 'CLEARING & EXCAVATION' CONSISTS OF CLEARING, GRUBBING AND STRIPPING OF OBJECTIONABLE MATTER IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 021020, AND REMOVING ABANDONED STRUCTURES AND UTILITIES IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 021080, WITHIN THE UMITS OF CONSTRUCTION. PAYMENT FOR THIS ITEM IS BASED ON THE QUARRY INDICATED IN THE 810 FORM. 2. CONTRACTOR SHALL BACKFILL ALL EXISTING LOW AREAS, VOIDS AND DRAINAGE WALES WHICH ARE LOCATED WITHIN THE WAITS OF CONSTRUCTION. BACKFIWNG SHALL BE IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 021040 AND 022080. NO DIRECT PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. EMBANKMENTS UNDER PAVEMENT AREAS, WHERE REQUIRED TO ACHIEVE THE SPECIFIED ELEVATIONS, SHALL BE SELECT MATERIA., AS SPECIFIED IN STANDARD SPECIFICATION SECTION 022100, AND AS SUMMARIZED BELOW: FREE OF VEGETATION. HARD LUMPS, ROCK FRAGMENTS, OR OTHER DEBRIS, NO CLAY LUMPS GREATER THAN 2 DIAMETER, UOUID UNIT (LL) LESS THAN 35, PLASTICITY INDEX (PA.) BETWEEN 8 MD 20, MOISTURE CONTENT BETWEEN ZERO AND +32 OF OPTIMUM. 3 DO NOT PLACE PAVEMENT WITHIN ANY AREA OF THE PROJECT UNTIL ALL UTILITY IMPROVEMENTS HAVE BEEN INSTALLED AND BACKFILLED. 4 WHERE EXISTING ASPHALT OR CONCRETE PAVEMENT IS TO BE CUT, THESE CUTS SHALL BE VERTICAL AND MADE WITH A SAW. 5 PRIOR TO PLACEMENT OF CONCRETE PAVEMENT, THE SUBGRADE AND SELECT MATERIAL BACKFILL SHALL EACH BE COMPACTED TO NOT LESS THAN 952 STANDARD PROCTOR DENSITY (ASTM 0698 OR AASHTO 199) AT OR SUGHTLY ABOVE (+32 MAXIMUM) OPTIMUM MOISTURE CONTENT, TO THE DEPTH INDICATED ON THE DRAWINGS. 6. PRIME COAT SHALL BE MC -30 MEDIUM -CURING CUTBACK ASPHALT OR AE -P ASHPALT EMULSION PRIME. AND SHALL BE APPUED AT A RATE OF 0.15 GALLON PER SQUARE YARD. TACK COAT SHALL BE SS -1 SLOW -SETTING EMULSIFIED ASPHALT AND SHALL BE APPLIED AT A RATE OF 0.05 TO 0.15 GALLON PER SQUARE YARD. 7 HOT MIX ASPHALTIC CONCRETE SHALL MEET THE REQUIREMENTS OF TxDOT STANDARD SPECIFICATION ITEM 341 AS MODIFIED BY STANDARD SPECIFICATION SECTION 025424. ASPHALT GRADES SHALL BE PG -22. ALL AGGREGATES SHALL BE A MINIMUM SURFACE AGGREGATE CLASSIFICATION 8 (SAC -B), TYPE D GRADATION. 8. ALL ROW NG MD COMPACTING OF H.M.A.C. PAVEMENT MUST BE COMPLETED BEFORE THE TEMPERATURE OF THE MIXTURE DROPS BELOW 175 DEGREES F. 9. CARE SHALL BE TAKEN TO PROTECT CONCRETE SURFACES FROM ASPHALT SPLATTER DURING PRIMING AND SEALING OPERATIONS. 10. H.M.A.C.P. TRANSITIONS TO EXISTING PAVEMENTS SHALL BE TRANSITIONED OVER 10 FEET TO PRODUCE A SMOOTH RIDE AND SHALL BE CHECKED WITH A 10 -FT. STRAIGHT EDGE PRIOR TO COMPLETION. 11. CONCRETE FOR RIGID (CONCRETE) PAVEMENT SHALL BE CLASS 'P' WITH A MINIMUM FLEXURAL (BEAM) STRENGTH OR A MINIMUM COMPRESSIVE STRENGTH AS SPECIFIED IN STANDARD SPECIFICATION SECTION 025620. 1 PAVEMENTS 1. INC CONTRACTOR SHALL NOTIFY NASCC, CITY TRAFFIC ENGINEERING AND TXDOT AT LEAST 10 DAYS PRIOR TO PLACING CONSTRUCTION SIGNS. 2. REFLECTORIZED PAVEMENT MARKINGS SHALL BE TYPE I THERMOPLASTIC 90 MILLS THICK WITH GLASS TRAFFIC BEADS. OR PRE -FABRICATED THERMOPLASTIC. 3. CONCRETE PAVEMENTS SHALL BE SEALED WITH ACRYLIC OR EPDXY PRIMER -SEALER PRIOR TO PLACING PAVEMENT MARKINGS. PRIMER -SEALER WILL NOT BE PAID FOR DIRECTLY BUT WILL BE CONSIDERED SUBSIDIARY TO THE VARIOUS BID ITEMS. 4. THE CONTRACTOR SHALL BE RESPONSIBLE FOR PROVIDED MID MAINTAINING TRAFFIC CONTROLS THROUGHOUT THE CONSTRUCTION PERIOD FOR ALL PHASES OF THE WORK, IN ACCORDANCE WITH THE 'TEXAS MANUAL ON UNIFORM TRAFFIC CONTROL DEVICES' (LATEST EDITION), TRAFFIC CONTROL PLAN, AND BARRICADE AND CONSTRUCTION STANDARDS. 5. CONTRACTOR SHALL COORDINATE WITH TEXAS DEPARTMENT OF TRANSPORTATION FOR TRAFFIC CONTROLS AND DRIVEWAY CONSTRUCTION WITHIN TxDOT R.O.W. PROVIDE 48 HOURS ADVANCE NOTICE TO TxDOT WHEN WORK 15 PLANNED IN Tx DOT RIGHT-OF-WAY, INCLUDING TRAFFIC CONTROL 6. SIGNS SHALL BE 6036-16 EXTRUDED ALUMINUM ALLOY AND SHALL BE FREE OF BURRS, CORROSION, WHITE RUST AND DIRT. 7. ALL TRAFFIC SIGNS ON THIS PROJECT SHALL HAVE ANTI -GRAFFITI FILM ON BOTH SIDES AND SHALL UTIUZE TRIANGULAR SUP BASE SYSTEM INSTALLATION. 8. ALL MATERIALS SHALL BE NEW AND UN -WEATHERED. TRAFFIC J m N J. En N O P m J al U rA G N 0 CEl>m0Vly90 V11�00 0 C) O Zp9 ,�y C >Oyy > N 00�y1 N- 0 A9 AN A0 pup OZ��II ipa1Ris C000 Fra gO OOA A2 O -1x Z xQ mZ m-2� p0-1 '1 p yFp mg CA S �ZOT l'1 .11 m E/y2I EOa OZ >p� m 0P21m mgr A� m N-> van >>> Z ZOs2 OVI0- E3�r)'' 0) m Dm5 Z= gla y 'Al 0e �H 3 14 Ap .Z �E�n5 Lia VI ppyyik . D2 O 0 c i GO O Z Zt3� c O m A O y; v 0 °A� m ZZ V ZliH tr mrd®_m m 1 c mA p0 3 y op= "" �=p� i or�1 zficEn z P9c2 n=apmoom0 m nN"N Z T= C�2mA- O Ai1n11z y IA ZmE 140 c g yG rll .YIA 0 AZ 0< fy 00 % m m mal Zyp xNZ `o O- A ��Z §L�' > zo m �a 4'4> v 292g?Fg Q 0 >< m Noyr m p 090- m rm.169Qrpn y pp Ox v m myy p z pom m- - m z Am O0 f) p A m H ?p AZ m m IOOm OIII OOL2Cm 9 N mmp- Q OmvEEI C O m p mrCO V .. A S O -011 y08 x9 <O E0m r-0 Z gm om mmm o• i m m z Z-$.,- m- �Qx moi• 'Jv f mm� m>$ N n 'Ag � mL Ta� mS�p r71 � � _�� � m yo p 4p � oyrm ppA mmv ipf Am m�� m!a?Zgvr EEi- m EA EamEx�m A m F�zr Sop, .v g,. -FI ,y2F *El. 802 42oAX a m o O zm ANm tzo zim m4^"' E•^- sy p� O iX pig Eap i rrylo 7,, ;TE ?'0 y 0) 89m1�31oEA 1 r. cIpm f0 r <; mg Om2 0xA „Ay 8O>gEm lor�In"--1 m 2mmz 5dm 02,0°APJb sm oz EN^ mg En a C f xz F1NA OTz� SrZll ZmZ 'y'a z y E�5 Q o $.'.;$ mv_ ESn 1z1 ECU>1 C>>C OmV N Ut NT ER0Enl n0_Il A0 A =L 2$ A p 17 z2 >6 my ro- 910% 1311 z P o 2 <� - 911 m - m A > v o Z i Lv In Tyy Z< m •' m• 15 9m N O oyQ 2y00�AZ CZ ca� A C '16,98 z 011� z 171�C% z _RE i 21:' p r1yxnl m- y Or�Omi: 1pn0Lp;.1 0m y > m Op ZyO pp0 ms m^0m S� COO 9_ OZOm Cryr11 9= AZOrmc>r z�p A 2iy r0 o Y, �m0 cf x C m m Omm-A g EUL'0�m� 1 gm4A g rCO,((mll�9 r10mm2 >a> OG9Rm 20 -E C=c E0 E _,,g748, NO N8O A `-'. Im F <88 N0A0 Z>N 0=gz_C42 2glm -"5 0 Zcv1mOzypy v2Cm)C pr A00 0 111 z p 0 m > O m9 y m ,! 1. ��iilI SS f ;N�;mAm= v� Ap ��m p+10C� r7 ,0y0 Z2 K A!n yl BZp Inm Z�ZCNC �N mU12K I 0 2 m N T N+r Z Z mVVm11 p c CEC�'S� > m :T22 AO N DIZ00 N> O p4) y� Al mP1 NOym O 111 11 1 xy0 Tm m 0� 54 rf ��>_ Om220 m pC N Ax N Z A 0 Ummp <p p2A 8a 0 0 ppz g 02ll 111 4 PZ x p bA m rng >0. ga1: b bx A �1 '""VVVyZ111~�I^�OSECiI F ZF �L m T. p 1�<�1 >� m m -40vy �c cm Z. E� E�yQ�rrlp-�ny g0240DAz-+ m2 xm yf m0 A0 Qs Z 0 0 om>mt� O• cv,� >=EElAz mO FB Ez)In i o 6 mu •3a>oo o2 o � om op x -DI-1 im mm X �g {ii MaN� E' o Ao2m�l 924 EA yAn g. > C�C zzm pr p o ozc� p gpz C-5 .am, pc)o _$�pl - ,ck OENEag OOZ, 0i >y g, ,- ym z090 c �O1 •o i Fmolmll p n y��cr N -i m " i C—ZZ �c_o �� i Z1 00 S'ANn <P>OT rrllll >IA4 'p>0o 0 .1, '[],1p Qm 421 S -F16 myoo oA3�'�p5 O z y0 fnE '�1 mm 00 A E m ~ Zcz ig myy rmll inXA§Pg EA OALmC.. LZ 40 m A c Ea O 3; << mm o > zAA z2m mppom<iEi Off- En o Leo im 641408 0 001z'3Z O• 0 OCA 2;p �� NI11Sr<IO �' Z zmmm 1� ail sOF oQAA9 0I]Io�j yyv_T°^9 zQp2 iac=>l°i 01A2MOM A4v x11 >x o; I;11i EFQGIlly o in>l�E�1111 gm N .cm111 yZAC Egg p0 5G) i(yi RQ N rzAo x 2 �'F 3 i� Tm 0�1I112�I11C; n<N� OD Enlar-1 '1 0 A > > Imll 1pEl y;j = rco (O z ('] Al 0r11Y1rrl ZO AZO al A >-_ 111 �' Z mpO A-1 O_m VI O mS- OAAA pg, Am00 0 I �O QE -3 ZA< y> > 2 �CA A� O o>i>Lz- � Ami�� W 9OOr;yn> < O >F 4p 0- <> �LL 02 Z 0 OF 00 0 CE am�0- m E `11- 1'nrr>> AInZ moya >< A 4/� is mo of Zopp y> N c +o =C ln=�z >rz> m � 0� PIllp 02-0 or 2m fF0108 AO S> >f �� -IV m2 Z Z E C el LFrP111Nr�r11 ymtll O> > A N 1m11 v<y0 0 m u 0 0y �Si mmOC (>r]0�j > ogmm m mo Obi' mvt5ATP1P4EE- >> rZ -_y -1 (]fy $Llrlli 0 ~$5�- 14c.�1111 CCfr <O Z 9p 2 Nmy PM Ah Ng rO N 80my m m :.:.g LZNzy;� m p.. .1 �� pg ma p A yf Om -.Ln O NQ p- O q 00 a. mF m m PT 9*1 m =O> m f m oN2m pA m `o $C PA� A x jyA ' 0) 000 m 0 1-1 O Z MJF 61'111 m Sm 6) SON m F OEn 8 A UI mm rn_ UTILITIES AND STORM WATER 1. IN CASE OF UTIUTY DAMAGE, CONTRACTOR MUST IMMEDIATELY CEASE EXCAVATION OPERATIONS AND NOTIFY THE CONSTRUCTION SURVEILLANCE REPRESENTATIVE ALSO, NOTIFY THE PUBUC WORKS SIRE SUPERVISOR. RICK MIXT A (361) 961-2369 AND THE APPROPRIATE SHOP: ELECTRIC (361)961-3341/2032 STEPHEN GEORGE ENVIRONMENTAL (361)961-3776 ROSS YBARA PLUMBING (361)961-2369 RICK WILKEY NAW -OWNED PHONES (361)961-2552 FREDD CELAYA NMCI (361)939-8243 X2239 GLENN HARRIS NMCI 15T ALTERNATE (361)939-8243 X2230 MARCOS TREVINO (361)939-8243 X2224 JANER MEDELLIN ADDITIONAL CONTACT NAMES AND PHONE NUMBERS ARE INCLUDED ON THE "AP PUCATION FOR EXCAVATION PERMIT'.. 2. CONTRACTOR SHALL BE RESPONSIBLE FOR ALL DIRECT AND INCIDENTAL COSTS REQUIRED FOR UTILITY WORK INCLUDING BUT NOT UNITED TO RELOCATION, REMOVAL REPAIR, ETC. 3. ALL CONSTRUCTION AND DEMOLITION MUST COMPLY WITH NEPA 1, CHAPTER 16, STANDARD FOR SAFEGUARDING CONSTRUCTION, ALTERATION, AND DEMOLITION OPERATIONS, AND EM 385-1-1, SAFETY AND HEALTH REQUIREMENTS MANUAL CONTRACTOR SHALL MAINTAIN MI APPROVED SET OF CONSTRUCTION DOCUMENTS ON SITE. 4. NFPA 1.18.2.1 FIRE DEPARTMENT ACCESS MD FIRE DEPARTMENT ACCESS ROADS SHALL BE MAINTAINED IN ACCORDANCE WITH NFPA 1.18.2, 'FIRE DEPARTMENT ACCESS'. 5. IN ADDITION TO TEXAS 811, CONTRACTOR SHALL ALSO SUBMIT AND OBTAIN AN EXCAVATION PERMIT (DIG PERMIT) FROM THE NAW. A COPY OF INC APPLICATION FOR EXCAVATION PERMIT IS INCLUDED IN INC CONTRACT DOCUMENTS. DIG PERMIT CAN TAKE UP TO 30 DAYS FOR CLEARANCE IT IS THE SOLE RESPONSIBILITY OF INC CONTRACTOR TO SUBMIT AND OBTAIN A COMPLETE OIG PERMIT PRIOR TO ANT EXCAVATION. SPECIAL NOTES FOR WORK AT N.A.S.C.C. 6. THE STORM WATER POLLUTION PREVENTION PLAN SHALL CONSIST OF USING THE EROSION AND SEDIMENTATION CONTROL DEVICES AND BEST MANAGEMENT PRACTICES (B.M.P.$) AS SHOWN ON INC PLANS. BLOCK SODDING 514ALL BE PLACED AS SOON AS POSSIBLE AFTER COMPLETION OF CURBS, SIDEWALKS, DRIVEWAYS AND SITE GRADING. ONCE INSTALLED, EROSION CONTROL DEVICES AND STRUCTURAL B.M.P.S SHALL REMAIN IN PUCE UNTIL DISTURBED AREAS HAVE ACHIEVED AT LEAST 752 VEGETATIVE COVER. CONTRACTOR SHALL PROPERLY MAINTAIN EROSION CONTROL DEVICES AND STRUCTURAL G.N.P.', THROUGHOUT INC PROJECT DURATION. 7. UNPAVED AREAS WITHIN THE S.H. 358 R.O.W. SHALL BE GRADED, TILLED AND BLOCK SODDED. SODDING SHALL BE ,N ACCORDANCE WITH STANDARD SPECIFICATION SECTION 028040 8. TOPSOIL AND SEEDING SHALL BE PLACED ON ALL DISTURBED AREAS OUTSIDE OF INC 5 H. 358 R.O.W. UNLESS OTHERWISE INDICATED. TOPSOIL SHALL BE IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 028020. CONTRACTOR SHALL PROVIDE SOIL-STABIUZING BLANKET OF JUTE MAT, WOOD EXCELSIOR OR MULCH NETTING TO STABIUZE SLOPES AND ESTABUSH GRASS GROWTH ON DRAINAGE CHANNEL BANKS. 9. 'CHANNEL EXCAVATION & GRADING' INCLUDES BOTH EXCAVATION AND EMBANKMENT FOR THE DRAINAGE CHANNEL. CONTRACTOR SHALL OVER -EXCAVATE CHANNEL (AND DRAINAGE SWALE) DRAINAGE DITCH TO ALLOW FOR PLACEMENT GF TOPSOIL OR CONCRETE RIPRAP. ALTERNATIVELY. CONTRACTOR MAY EXCAVATE TO FINISH GRADE ELEVATION (OR SLIGHTLY OVER -EXCAVATE) IN AREAS TO RECEIVE TOPSOIL MD THEN WORK INC SURFACE SOIL AS REQUIRED TO MEET THE TOPSOIL REQUIREMENTS AS SPECIFIED ABOVE. OVER -EXCAVATION FOR THESE ITEMS 15 NOT INCLUDED IN INC ESTIMATED QUANTITY FOR CHANNEL EXCAVATION AND WILL NOT BE PND FOR DIRECTLY. 10. THIS PROJECT IS NOT EXEMPT FROM CRY FEES AND PERMITS. CONTRACTOR SHALL BE RESPONSIBLE FOR PROCURING ALL LEGALLY REQUIRED PERMITS AND UCENSES, PAY ALL CHARGES AND FEES, GIVE ALL NOTICES NECESSARY MID INCIDENTAL TO INC DUE AND LAWFUL PROSECUTION OF THE WORK, AND ARRANGE FOR ALL INSPECTIONS. THIS INCLUDES FlUNG FOR AND PROCURING A TEXAS POLLUTANT DISCHARGE ELIMINATION SYSTEM (TPDES) NOTCE OF INTENT (N01) FOR LARGE CONSTRUCTION PROJECTS, WITH INC TEXAS COMMISSION ON ENVIRONMENTAL QUALITY (TCEO), PRIOR TO BEGINNING CONSTRUCTION. THE NOTICE OF INTENT AND CONSTRUCTION SITE NOTICE SHALL BE PROMINENTLY POSTED AT THE JOBSITE AT ALL TIMES. THE CONTRACTOR SHALL ALSO FILE A NOTICE OF TERMINATION WITH THE TCEO UPON FINAL COMPLETION OF THE WORK. 11. CONTRACTOR SHALL INSTALL STABIUZED CONSTRUCTION ENTRANCE AT DRIVEWAY FOR CONTRACTOR'S STAGING AREA AND OTHER STIES AS NEEDED TO REDUCE TRACKING MUD ON PUBUC STREETS. 12. CONCRETE RIPRAP AND CONCRETE SLOPE PROTECTION SHALL BE CLASS 'A' (3000 PSI AT 28 DAYS) IN ACCORDANCE WITH STANDARD SPECIFICATION SECTION 030020. 13. CONTRACTOR SHALL SPRINKLE FOR THE OUST CONTROL AS NEEDED OR AS DIRECTED BY THE ENGINEER. NO ADDITION PAYMENT WILL BE MADE FOR THIS SUBSIDIARY WORK. 14. CHAIN-UNK SECURITY FENCE AND GATES SHALL BE IN ACCORDANCE WITH 'UNIFIED FACILITIES CRITERIA (UFC) 'SECURITY FENCES MID GATES' MANUAL (LATEST EDITION). SWING GATES SHALL SWING INWARD TOWARD SECURED AREA. 111E SEAL APPEARING ON II45 DOCUMENT WAS AUTHORIZED BY OENNIS L MAR. P E 110 5503 LE N 12_29 -IS. ALTERATION OF A SE/WED DOCUMENT WOH0a1 PROPER NOTIFICATION 10 ENE RESPONSIBLE ENGINEER IS 4! OIEENSE UNDER 111E TEXAS ENGINEERING PRACTICE ACI MISCELLANEOUS FLOWABLE GROUT MATERIAL 'DARAFlLL' ADMIXTURE MANUFACTURED BY GRACE CONSTRUCTION PRODUCTS. FLOWABLE GROUT SHALL BE SUPPUED WITH THE FOLLOWING MIXTURE BY AN APPROVED READY -MIX SUPPUER. THE MANUFACTURER'S REPRESENTATIVE SHALL BE CONSULTED FOR ANY FINAL ADJUSTMENTS TO IMPROVE THE FLOWABIUTY OF THE MIXTURE. 100 Iba/CY PORTLAND CEMENT 300 Iba/CY FLY ASH 250 Iba/CY WATER 2100 Iba/CY SAND 6 oz/CY OALAFILL CAUTION: EXISTING HIGH PRESSURE GAS LINES AND PRODUCT PIPEUNES MAY BE LOCATED WITHIN THE PROJECT UNITS. CONTRACTOR SHALL NOTIFY THE CITY GAS DEPARTMENT AND APPROPRIATE PIPELINE COMPANIES 72 HOURS PRIOR TO ACTUAL START OF CONSTRUCTION, AND HAVE ALL PIPEUNES LOCATED PRIOR TO BEGINNING CONSTRUCTION. ': 'HI ': •; REVISION NO .til( :�� CITY PROJECT( E162801 SHEET 3 of 41 RECORD DRAWING NO. PBG 822 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY of )eportment of E.- CHRISTI Services TOPE FIRM NO 1366 LNV TORS FIRM NO 10126500 engineers architects surveyors 601NAVIGATION SUITE 300 PH. (361)8811984 CORPUS CHRISTI TX MOO FAX(3611903.199) WWW.LNVINC COM =__-1--A•, �,� 0 s08' N s "N 2 •- �i% ' .n cA ' ;# • 1FI •., ,•�Z+� ,,,\\, CONSULTANT'S JOB NO. 160282 GENERALNOTES CORPUS TEXAS Engineering U \Corpus Christi \160282 NASCC Truck Inspection Staging Area \000\Drawings\Plans \Civil\4 ESTIMATED QUANTITIES dwg Friday February 17, 2017, 1 39pm D ami t 4 N I L.I mO m V ami N+ rn 4 N LIGHTING IMPROVEMENTS E1 1 CONDUIT (ALUMINUM) (2') 1 If 1 14 G IJ O G rOp O a01 N+ W N STORM WATER DRAINAGE IMPROVEMENTS D1 1 CLEAR TREES k BRUSH 1 SY 1 1.400 1 ADA PEDESTRIAN IMPROVEMENTS C1 1 CONCRETE SIDEWALK 1 SF 1 50 O c0 m J Co of N 4A CA N m A14 1 RELOCATED EXIST. ELECTRICAL PEDESTAL k VAULT 1 IS 1 PAVEMENT IMPROVEMENTS CA N" 0 Ia g J aril tR + W '' m 2 I SEEDING FOR EROSION CONTROL CONCRETE SLOPE PROTECTION SOIL —STABIUZING BLANKET FOR CHANNEL BANKS ROCK FILTER DAM CLEAR TREES & BRUSH CHANNEL EXCAVATION & GRADING 1 LS 1 1 THE ALTERNATE NO. 1 — DOWNSTREAM STORM WATER CHANNEL IMPROVEMENTS CONCRETE POLE 40' TYPE II WITH 4' ARM BRACKET 107—WATT LED LUMINAIRE (48L700NW—G2-4) __ GROUND BOX TYPE A (122311) WITH APRON ELECTRICAL SERVICE TYPE A 120/240 060 (NS) SS (E) OT (U) ELECTRICAL CONDUCTOR (NO. 6) BARE ELECTRICAL CONDUCTOR (NO. 6) INSULATED ELECTRICAL CONDUCTOR (NO. 8) BARE ELECTRICAL CONDUCTOR (N0. 8) INSULATED CONDUIT (PVC) (Sch 40) (21 CONDUIT (PVC) (San 40) (2') (BORE) TRENCH SAFETY FOR STORM WATER INLET ALLOWANCE FOR UNANTICIPATED STORM WATER IMPROVEMENTS GRADE DRAINAGE SWALE TRENCH SAFETY FOR STORM WATER PIPE POST INLET 24' RCP OR HDPE STORM WATER PIPE ROCK RIP RAP FOR HEADWALL CONCRETE SLOPE PROTECTION 48' REINFORCED CONCRETE PIPE CULVERT CONCRETE HEADWALL CHANNEL EXCAVATION k GRADING STRUCTURAL BACKFILL FOR CULVERT CROSSING RELOCATE EXISTING SIGN ALLOWANCE FOR UNANTICIPATED PAVING IMPROVEMENTS REFLECTIVE PAVEMENT MARKING TYPE I (W) (4') (SOLID) INFORMATIONAL SIGN CONCRETE DRIVEWAY 6' CONCRETE CURB & GUTTER PREPARE SUBGRADE 7' JOINTED REINFORCED CONCRETE PAVEMENT (CLASS P) CLEARING k EXCAVATION REMOVE EXISTING CONCRETE PAVEMENT SOIL—STABIUZING BLANKET FOR CHANNEL BANKS ADJUST EXIST. ELECTRICAL MANHOLE TO FINISH GRADE STABILIZED CONSTRUCTION ENTRANCE ROCK FILTER DAM SEDIMENT CONTROL (SILT) FENCE CURB INLET PROTECTION BLOCK SODDING SEEDING FOR EROSION CONTROL 7—FT. CHAIN—LINK FENCE W/3—STRAND BARBED WIRE 25—Fr. CHAIN —UNK DOUBLE SWING GATE W/3—STRAND BARBED WIRE TEMPORARY TRAFFIC CONTROLS DURING CONSTRUCTION REMOVE EXISTING CHAIN—LINK FENCE m C O Z � 9999GG�GG� G9G�6i��9G GL9-n SF LF 9 g99q /96GGG a pJ 0 0 +J 0 +J 0 01 ♦ O O 4 :IA Co J PPP IQ t (M O O O G 100 2.700 80 2 a1 O _._._. N O O N N J J N O J S O_ 500 1 O O N N O TOTAL QUANTITIES 02/17/17 OLP., RENAMED ADDITIVE ALTERNATE REVISION NO DATE RY DESCRIPTION )IVIininS S3IlIINVflO a31YWI1S31V101 THE SEAL APPEARING ON 015 OO1UMENT WAS AUTHORIZED HT DEN. L MgLEp. ILE NO. 51503 SEALED DOCUMENT WITHOUT PROPER Nonncanon TO THE RESPONSIBLE ENGINEER 5 AN OERNSE UNDER THE MAAS ENGINFFRAIG PRAGTCE ACT 09Z9L3 #1331O8d kLIO NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA ESTIMATED QUANTITIES CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services LNV TE PE FIRM NO F-306 T0PL5 FIRM NO 10130500 engineers 1 architects 1 surveyors 001 NAVIGATION SUITE 300 PH (361)00}1004 CORPUS CHR ST1 TX 70400 FAX (361) 003-1000 WWW.LNVINC LOM 'ON BOP s,JNvllnsNOO U \corpus chns(I\160282 nascc truck Inspection slagmq area \ GOO \ Drawings \ Plans \Civil\5 EXISTING CONDITIONS AND DEMOLITION PLAN dwg Wednesday December 21, 2016. 4 40pm 0 O 0 1 b O 0 S 0 O Z 1'4S29f IL 9S'S4Z9f LCl 99'f99Lf LLL £S'L4909f l OS' 19LO9f1 2 01 m ..il m S 0 Z M [ o y NOI1VA313 iOdS 1SIX3 c3 0 0 NVld NOIWI1OW3a GNV SNOIlIONOO ONIISIX3 m0 0 03AOIN321 39 L L` A� N 36 N R m { 1 III VIII .8 a . I II 1 o i " \ 11 X 8 46 080. 11, O_ M8 m Art 'L4 g1 - r / r {• -.r.?-1., 55.2' - 42.5' m-� 0 ,c11c m Ov { 4 71, i I. 41, ill OE 1 Li M� -00 -D S REVISION NO DATE DESCRIPTION REVISION NO DATE INC SUL (89EMVIG 011 11115 DOWN.. vmS ANNORNEO N OEN. L NXLER. PE Iq SISC0 Oa. 1:-:9-!6 ALTERATION Or A SEALED DOEVDEIa EXXON PROPER NOIIKAIpN TO THE RESPONS18LE OW.. C. AN E D1OER INE N !Ex.. IO PRACTICE ACI 09Z9 L3 #103f 021d ALIO NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA EXISTING CONDITIONS AND DEMOLITION PLAN CITY of CORPUS CHRISTI TEXAS Department of Engineering Services LNV TOPE FIRM NO. F-168 TOPLS FIRM NO. 00126500 engineers 1 architects 1 surveyors 801 NAVIGATION. SUITE 100 PM. (361)363.1w CORPUS CHRISTI TX 78408 FAX 138118811086 %vow LNVINC COM 'ON eor 9,1NV11f19No0 U \Corpus Christi \160282 NASCC Truck Inspection Slagmg Area \000\Drawings\Plans \ Cm! \6 PROPOSED SITE PLAN dwg Wednesday December 28, 2016, 9 25am O Z u 0 O -o O 0 O O Z l'PS£B£l Ll Er 8 9S'91,ZB£LLl 99'£9BL£lL1 B£'BS609El £S'L*BO8£L 0 8 0 m J z c 4 0 cn m cn m NOU4RI3S30 BENCHMARK & CONSTRUCTION CONTROL INFORMATION 31IS 49SOdO1:Id 500 509 Im i2 0 0 N 0 Z O z O 0 9p x -u vz A O O X0 0 0 0 00 P Deo 500 20.3' 34.0' 105.0' T .3' 1 Inz D 509 509 SOH A N (15 10.8' 3.0 • mp O 0 z o� 0 61 D � Z N 0 N 111 l rn 0 10 Z ADDITIVE BI0 4On NO. 1 - 5 O — 606 8 _A A 135.0' Iff N O 0 O 0 082913 #1.03r021d Alla '0N ONIMV210 02103321 m 0 M NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA PROPOSED SITE PLAN REVISION NO ATE DESCRIPTIO THC MAL APPEA01NG ON 14* DOCUMENT WAS AUTHORIZED 9v DOR. l MILLER P [. NO 51503 ON 1Z -29-I9 ALTERATION IN A SEALED DOCUMENT WORM PROPER NOTIFICATION 13 1HE RESPON519EE R 0 AINTENSE UNDER THE 1110*[PIONEERING NEERING PRACTICE ACT CITY of CORPUS CHRISTI TEXAS 3rtmp:n1 LNV TOPE FIRM NO 0-366 TOPLS FIRM NO 10126500 engineers 1 architects 1 surveyors 601 NAVIGATION. SUITE 300 PH (361) 6611984 CORPUS CHRISTI TX 76406 FAX 136116631966 WWW LNVINC COM :A 1 ••!.4s. I1• -I?" N wj o _h7 F 4 IQiy^ • V1L'I� 0) 0 N 03 N -ON BOr S,1NV1lfSN00 U \Corpus Christi \160282 NASCC Truck Inspection Staging Area \000\Drawings \ Plans \Crvd\7 PROPOSED GRADING AND STRIPING PLAN dwg Wednesday February 15. 2017. 2 26pm 0 Z 0 0 0 0 O S Z l'1r9EBE IL l 99•000BEILl BS'S4ZBE IL 99'EBBLE IL 2 0 00 r�1 CO fO 4 4 0 01 LY99S0BEl 0 2 c 9 CO1.11 38 NOLLd913530 BENCHMARK & CONSTRUCTION CONTROL INFORMATION • 0y ♦m Al O O I 0 00 O5 m 2 O ; 2, 0 17 fl m m gg yn3 O 0 O 00 m VI:1 a3SOdObId NV1d ONIdIFilS 4NV ON NNNNN-.-' 4.410-.000 I_9l II -. -. 0>WN+0 -^ ID mJ 010+W1.3 NO. 1 CONSTRUCTION CONTROL POINTS mmb OUN 10+4N 000001 17138170.96 17138205.21 17137908.02 17137922.48 JJ WM NO Nm ON 17137711.09 17137741.15 17138213.51 17138247.77 17138323.72 17137656.96 00,-.00,0101.40JJ 010,0. 001010(9 mNJWWmmmJ IIpO11N (1' W+ OOp111I+O O �\ Z O O 1381070.77 1381028.41 1381029.60 1381029.85 1381033.42 1380877.42 ---- 1380895.25 1380741.08 1380758.91 1380649.13 1380677.61 Q.+ ONi2SW pt+t�i O 0(9001 1381003.47 1381004.66 1380949.92 1380967.75 O O Col -. NN ODUW00 O O CGI AW 0 OUii F Z O {J{.IiNN>V+ m m N JmmJJ A 0 O m 17.72 17.74 JOJi N O 17.72 17.38 17.38 17.10 J J•4 N pNpJ W m WWp V O JJ N O P1 0 N O Z L J 0 x 9. ;V~ X m z I I 9 s. '41 W. -30- =00te e=scra4_. 1N3113AVd dONd NOUVA3l3 10dS dONd Nf101N00 1SIX3 NOLLVA313 lOdS 1SIX3 0 A 0929 L3 #1o3f 0ad Al 0 .Z1 M C) m co o z 0 J ADDITIVE 81 (SEE SHEET )NO. 1 wnn -. t__. 0.6_ *8'___. 0'SL N t7 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA PROPOSED GRADING AND STRIPING PLAN CITY of CORPUS CHRISTI TEXAS 0 n3 O O LNV RM NO F366 TRPLS FIRM NO 10126500 engineers 1 architects 1 surveyors 801 NAVIGATION ITE 300 PH. (381 663-1066 ORPUS CHRISTI TX 78006 FAX (361 863-1006 W W W.LNV INC COM 0) 0 0) N 'ON eor S,1NV11f15No3 U \Corpus Christi \160282 NASCC Truck Inspection Staging Area\000\Drawings\Plans \Civil\8 PROPOSED STORM WATER IMPROVEMENTS deg Friday February 17. 2017. 1 42pm NAS DR. (HWY 358) --------------------- x -t A E7 fi 5 RO▪ W - — ROW HOW ROW POW ti , n4 up .. �1 1 ` f i "-"-----16.5-_--'_ hiL _______-17.0---- ---------------17.5 _________ ------------ ,— 17.0- — :- _ 16.5----- ------------ - 1 -T�-211---,....4.`=_,......................__15.0 160-�1iJ �T` t. ▪ -- - ___ - ____- __15.0 14.5 X14.0 -3'1'. i .•••-••Z � 13.5 ▪ Ea• ' NOUN/Q-3 VMS d0ad NOOJNO3 1SIX3 4 1N3r13AVd 1S X3 m 0 0 72 3800N 0 R8 -0 m -n O N D SF) acu 0 I mop. u 08p G ; + 0 > Ts m o 072 A 0 710 .c m0 O+ o a o� 0 r © 02/17/17 CLM RENAMED ADDITIVE ALTERNATE 02/15/17 LNV CHANGES AS INDICATED REVISION NO DATE BY DESCRIPTION REVISION NO DATE DESCRIPTION THE SEAL APPEARING 05 11x5 DOCUMENT WAS AUTHORIZED Br MINIS L MILLER, P.C. NO. 5150] SEALED OOCMMENI wONO11 PROPER NOMM 1pN 1O THE RESPONSIBLE ENGINEER 5 AN OFFENSE MNOEN THE TEXAS ENONEEROG PRACTICE ACT 09Z913 #133f Dad ALIO NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA PROPOSED STORM WATER IMPROVEMENTS CITY of CORPUS CHRISTI TEXAS Department 01 F ngtneering :services LNV TOPE FIRM NO F-700 TEIPLS FIRM NO 10120500 engineers 1 architects I surveyors 001 NAVIGATION, SUITE 300 PH (301)883.1804 CORPUS CHRISTI, TX 78408 FAX (381) 083-1880 W W W.LNVINC.COM o) 0 N co '0N eor S,1NYllf1SN00 J:\Corpus Christi \160282 NASCC Truck Inspection Slogmg Area\000\Drawings \ Pions \C1vd\9 TYPICAL SECTIONS dwg Fr day February 17, 2017 1 58pm PROPOSED STORM WATER PIPE SECTION N N U CA N 01 O . m N CO 0 4. 0 0 0 0 G O O O O N N G G f-3. A Co N 01 O + O O OO O G O ek ,0Z-, l .31v"3S PROPOSED DRAINAGE CHANNEL TYPICAL SECTION N 01 O 0 O O LA la A m N 001 O t Ob O O G O N 01 N N G G O O O :1. m N 01 0 . O O 0 0 O O O 31V3S BASELINE A STA. 0+00 TO STA. 2+40.00 0 0 + CO N N N N G G N 01 O A DD O N 01 0 t 0 0 G O O O G O O C re *51-01,140v v Tgs 0 { in D n v N Os N (4 N G G O O O ? m 0(400 t 0 O O 0 0 0 0 0 C./17/17 FWF.V1'I)N NU L1Alf M HT' FFNAM,I:• AI,. l 1IV, Al RNA'i: 013Z9 l3 #133CO d u13 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA TYPICAL SECTIONS RFv1 �1 fT NC. -10 CITY of CORPUS CHRISTI TEXAS Department of Lngineenng 5e rv,ees LNV T8PFIRM NO F,96.5 TBPE (144M N9 Fo 17256.5 engineers 1 architects 1 surveyors 2.11 NAV GATN]N, SUITE 900 PH ',JO 1146].1004 u010.116 GNIUSI2• TO NUN OM pal )31-1-1110 VANN I11VMle 40M 000rMOH was .rtnnwZfPOrPara 0 P f .0 51502 OH Of 1i-211 gala fls Or a 44222 20422(04 •22201 (222(2 00.2221 (0 -I O011 1-0 Qf01 0.0.S. �w•T 1(216 21041N1/10211 2 0YCC 441 ADDITIVE ALTERNATE NO. 1 PARTIAL PLAN � D z _„ i; o oA E2m y O VI m 00 z o i zgz 6-8L -18m N 0 �p z�� 0� N Z O r 0) O co Z O z 0 m U\Corpus Christi\160282 NASCC Truck Inspection Staging Area \000\Drawings \ Plans \Civil\10 ADDITIVE ALTERNATE NO 1 dwg Friday February 17, 2017, 1 55pm .0z-,1 :31V 3S 09+b VIS NOI103S EI31VM NEDIS 03SOdOEId 9D 09+L VLS NOLLO3S EI31VM WEIOIS 03SOdOEid `d1S NOIlO3S EI31VM MIDIS 03SOdOEId N Of O 4A 0T N 4.m O 0 O 0 0 0 0 0 N 01 N N 14 O O 0 4. CO N A 01 O 0 0 0 0 0 N 01 0 0 N N N O A m 14 + co O 00 'o 00 N 01 + + -. N N N 0 0 O . p 0 0 0 0 0 0 N 01 O A 01 5.8 ▪ O 14 O O O O 0 O O O O • O O m - N A CO O 0 0 0 0 0 N m o + 0 0 1. N ao N + N O T1 9 3- W1CHRE STA 7+50 II5 0 A 0 1 r 1A < C 0 I 0 0 < UJ dna 9Z LSIX3 (g) 3 EXIST SERVICE ROAD 02/17/17 REVISION NO OATE DLM BY RENAMED ADDITIVE ALTERNATE DETCRIPTION #1.03r08d 111 N CO 0 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA ADDITIVE ALTERNATE NO. 1 EXTEND CHANNEL IMPROVEMENTS \ Z 4 0 0 i$ m 4 O po z HO ZyO_ En O V O 1 mN ot O 0 Y > + O TP. N + 0 -130 N Dc. O V 'O 1- 1- s R, • I IIMTCIIJIE STA 7+50 REVISION N0. DATE 3t;CRIP7ION CITY of CORPUS CHRISTI TEXAS Department of Engineering rvices LNV TOPE FIRM NO. F'380 TO81.0 FIRM NO. 10126500 engineers 1 architects 1 surveyors 801 NAVIGATION, SUITE 300 PH. (301)883.1084 CORPUS CHRISTI. TX 78408 FAX (361) 883-1088 WWW LNVINC.COM N 0 < O DIE SCA. APPEND. ON TNR DOCUMENT W. AUMORIZEO er DENNIS L IOWA. P.C. N0. 51501 ). ALTERATION OF A SEALED 00[UMEENT'IT08 PROPER NO0MN 8 0 INC RESPONOCR ENGINEER I5 W OFFENSE UNDER TME TEA. ENGNEERING PRACTICE ACT. U \Corpus Christi \160282 NASCC Truck Inspection Staging Area \000\Drawings\Plans \Civil\11 MISCELLANEOUS DETAILS SHEET 1 OF 2 dwg Wednesday December 28, 2016, 9 28am S1IV13a AVM3A11:1a 19[I TIN c o Ow 0 Fpn P000 xl 311 VI 0 c3a -4zr Do o P r 55.2' 12EA1l0 © N01133S 1N3013Add s PI r 0 d3!! .9f d0 dol -8 eD 2:13NOD lVOId.11 Z No Z z A A 1n o O m ^; o E o o i5 13 (4 C173 m cm o REVISION NO DATE BY 1NE SEAL APP( RING ON INS DOCUYEIO WAS AUTHORIZED Br DENNISON NE. N16 ALI[RR.Ei03 noN Or • SEALED DOCUMENT WITHOUT PROPER NO 1IN TO 0IE RESPONSIBLE iNU50(0 NEER 6 AN OrrERSE UNDER THE DESC- RIPTION DAS ENGINEERING PRACICE ACT 092913 #103f 021d J.110 m (n C) PET co c.) 1'v 1-- 00 2 0 'IVV` 2 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA MISCELLANEOUS DETAILS SHEET 1 OF 2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services LNV 118PE FIRM NO F-366 TBPLS FIRM NO 10136500 engineers 1 architects 1 surveyors 601 NAVIGATION SUITE 300 PH (361)863-1984 CORPUS CHRISTI. TX 78408 FAX 381) 663-1986 WWW.LWINC COM 0 Z UT c o 0NJ 7a O N • Om 0 U \Corpus Christi \160282 NASCC Truck Inspection Slaglrlg Area \000\Drawings \ Plans \C1v11\12 MISCELLANEOUS DETAILS SHEET 2 OF 2 dwg Wednesday December 28, 2016, 9 32am � Btn SIIv130 30N33 a cnm U) SIN 31V3S SIN 31V3S SIN 31V3S SONV9 1V NVId ONIH313211S 321IM lSOd 2103 S311 3211M z 0,m z0 gg m U) 0 m SIN 31VOS C (1) cnO O z SIN :TWOS > Ea Pa cnnm 00 5grri mZp mvijlz Op ZNm � NCyt m 4 Nm Z� m0;c ciao a 02 m opmz ..o �0z 00=-1 z *0 ..3 c050 zI.I. 0 •2czi o Ntz vm-m 001 Z 0 z F ; y• g TSO g 0 9 `r� 03 (J1 OoN �0 0ZoX Esln m gr9m .Otzmzm m O 0m 0 m zm z 36775 NV crn • �-1z m(A0* t5 i 1miE0 >m0 r"Fr"z SIN 31V3S cn D (n 11V130 33N3d 0 Z (-m 0 In M D� c -)a m • z 0 0 0 Z .101 0 of 3 MIN 4'-0' 32AM NOISN31 2' MAX CLEARANCE 3 MIN 4'-0* T -O" �.1 ♦ � Oi�i i�i� ♦41��444i z m aam o c o Z rn or LA s2 om z N V> 1 dIH 3131IONO0 m 1 0) du IYOUOO w dOl LI MAU F 0 000 Z _I I -11 TAI M33'O ,ZL 0 NVB f% O ±4.5' I 1 cot — 24' RCP OR CORRUGATED HDPE - 1 5.0' O U1 m 0 co co 0 0 Al z Ul 0 Z ra r m m m yz Z 0 11V130 31V9 9NIMS 3ienoa N D z m 0 00 ., =1 • ��444� ix4���♦ - F>r 1'-0 3.0' 4'-0' 0 171 Iz Z mz z33x Mt 0 280 mz 0 0 4 0 v 0 z mz z33x o Mt n N 0 / REVISION NO DATE DESCRIPTION THE SEAL *9908161 ON 1x6 DOCUMENT WAS AOMORI= BY DENNIS L uttLER. PE x0. 51503 ON 12-20-16 ALTERATION Or A SEALED DOCUMENT WNNOIx PROPER NOINIC(66160AIIMI TO THE RE5)160 UNDER ENGINEER 6 AN ORE.( UNDER INC EMS ENGINEERING PRACTICE ACT 09Z9 L3 #133f 02id ,1113 M Ln m z 0 PI c.0IN 00 0 0 IA\V] Z O NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA MISCELLANEOUS DETAILS SHEET 2 OF 2 CITY of CORPUS CHRISTI TEXAS LNV TOPE FIRM NO F 366 TOPLS FIRM NO 10126500 engineers architects I surveyors 801 NAVIGATION SUITE300 PH. (361)863.1984 CORPUS CHRISTI TX 76408 FAX (361) 683-1986 WW W.LNV1NC COM U \corpus chr,sb\160282 nascc truck inspection staging area \000\Drawings \ Plans \God\13 CITY OF CORPUS CHRISTI CONCRETE PAVEMENT STANDARD DETAILS.dwg Wednesday December 21. 2016. 4 52pm 31Y3S 01 ION CONC t VARIES 1 6" MAX VARIES _LNIOP NOI SNVdX3 1'. A R Ao ti N r. 5/8" � L 5.° SN 1c 1/8"-I/4" PAVEMENT THICKNESS 08Z9 l3 #103r08d 1U10 .RIP). NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI CONCRETE PAVEMENT STANDARD DETAILS 71V130 HW73 ..9 71101dAl 1 NI0r 7VN10n1 /ON07 0341 V'S CONC VARIES N t l.1 1u =0-1 008% Pi: -,f m- 4010040 mm ➢ V I r D 0 Z m - i F 0 D D n m Z =y y E z aiym ,,otn rrnn r<,1 ozmu, NYS 0 Z P.§ 3.m U nZ ry08ni FOn�oooCac_ iza 00 E,pmvc0�u,0000ANroiA`omi40oZ-'o r'uI xo OO �Z rrNm1N� 0.N ��vAiC r D_ 040 fm ;-0100 G ` m Y _ m I • mQ im OD�_ is tnY C)v <1O Nm AD EA 008'P P-.5 m \ -100 "i:'11- :7;:ti! ti 0 O A �: D u'ron 2C 0 O mr=.Im A g.T mm n` =, a, TT 1 10 V ma�r' m nilF C 0 T - PAVEMENT THICKNESS REVISION NO. DATE g5 OESCRIP TION CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services LNV TOPE FIRM NO. F160 TBPLS FIRM NO lot nom engineers 1 architects I surveyors 601 NAVIGATION. SUITE 100 CORPUS CHRISTI. TX 78408 WWW LNVINC COM PH (161)863-1081 FA)( (181)883-1086 11,[ SOL .PRC0NO 011 1115 OOCUNEw45 ...OWED BY 00 1 HO 15 L MISR P L 51.50.1 ON 1.7 :9 •18 4RRATOR Or A SU1fD 00CUMERI 0x1111001 PROPER 11011r1U11011 10 MF RESPONSE/LC BIONEER 5 AN 1PRSC UNDER ME R.101.14470.10IE�AS n11LSPRACTICE ACt •0N eor S.1Nd11f15N0� DATE FILE DISCLAIMER The use of INS Standard Is governed by Ile 'Texas Eng.neemg Pmcuce ACP No warranty of any kind Is made by TxDOT lor a y purpose whatsoever TxDOT assumes no response/My for the conversan of Ih° standard to other torments or for incorrect results or damages resulting from Its use 6:1 4:1 3:1 2:1 SLOPE V N Cr, 01 01 O N A CO N W 01 W W J m N N N 01 O N N 01 4 O v A N N N N N 0011 O A N OWI 4 O v A co N N 001 O N N T 4 O Na m N N '0 o - p o m m D to W 0 m rn m m 0 0 v W 01 T v 0 N rn N 0 A ID 4 rn W (41 00 O W A ID rn N C°. W N U0 0 01 0 IND m N_ O O_ rn T 0 IID 01 (WA 0 N_ to O_ rn OND W ON1 0 N 4! to N_ 01 tD W 0 t0 cn 0 N m IID 0 cr OI O_ a NJ 0 !. (.4 (N.1 rn to O_ 0 01 W m ° 0 (d O N 0 N rn O_ O v rn 01. 0 rn ID 0 V ID (74. 01 N_ W 0 N lD m O W Io O W ((44 °N1 N N u N A 01 A m m N CO La co 00 N N co La 011 N cr, A u cn A N 00 WOl cn cn 1WD 0) OI O CO co 01 01 ID 0NI COto v O co co V 01 U 01 01 ID N La CA W t1Oo N.3 4 01 U O co p A O LIT ID N v A N A 1 O 4 OW1 N ril W ID p 1D m tD ID m W W m to 01 41 v N 0 O 0) tD a• m V co W CO W UI W N N m 01 N N O ID to to N co. ID to m (.W A °1 N OI -4 10 4+ DI 0 N T. O 0) N A v W tD W V W to N m N 1. N O ID ID to co. ID N co m W O °1 N 01 -4 V N 0 V N 01 A m 0 N O (M i 01 W N N tD N N 01 ID v Io N m to co m (.W O 0) A rn v ID 0, 0 to T. W m V W N W i m W N N I9 (N N N 0-< °I <n O °01 co co Co ID A 1WD v W Io -4 0 N 00 ID co °O1 N V N O J A W ID v U W co ID A co N O1 W O La 4 W ID v 4 001 O co cn N 0011 W O v 41 ID O1 (JI 0A b f.1 If °oE°So° 06 O` -0 o=l;0( O0 ° w - o re 1,73,0o. ° f b aEI ora ° b S to Jo 0.81.0.. 7: O t0°° W ° ‘3,1* act�7° O a oaol�i nt" 1 3„ niil elD a o n 0 c a 7. ° °Er<OO u O— Oq 2 -.4 3-6-213 o mo c Dt° 'e 0s ° 0 '0 bD 0. 1-:J o >> 0 0) 40 o. ° o f 01 W O co 0 -4 CO rn O co — c Vl> > D Do zm >o o� v �C) 0 -I0 01 01 N A O A 41 N N W O m 0 01 41 O 4 C) SD:OA1f10 3dId a3M3>IS-NON a03 SJNIM 1311V2IVd HlIM STIVMad3H 313dONOO cabco 01 °1 O N Varies 5° Nita z ca Eg o CO 0 CO 0. ID N S3dId O3M3>1S—NON JO Nd1d N W O m 01 W O m of N N W N tM O co NOLLVA313 01 W O O 01 01 N A A W N N O�o adld duo Jo} sanloA 01 01 01 !CD • co DIA OF PIPE,D T. 7. Al 13 Rik CA cm xco zm oo rrzm L4. LI 7. R E VI Si ON NO DATE • 12-,9-113 ALTOIAT1a4 Of A SEALED maroon 14r.alT PROPER NOTACADON 10 THE stSPONSOS ER EIR AN • DICAHEER24 PRACTICE AC '09Z9 L3 #103f021d ALIO rn Co Co 0 z NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CONCRETE HEADWALL CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services LNV TOPE FIRM NO F 166 TOPLS FIRM NO 10126500 engineers 1 architects 1 surveyors /01 NAVIGATKIN. SUITE 300 PH (361)1183-11M4 CORPUS CHRISTI TX 7114011 FAX (36111183-1066 VI 0 CO U \Corpus Christi \160282 NASCC Truck Inspectron Staging Area \000\Drowmgs\Plans \ Civil \15 CITY OF CORPUS CHRISTI STORM WATER DETAILS 1 OF 3 dwg Wednesday February 15, 2017, 2 27pm Oy 0 tn tcj1 cit 43 of k 2a ez ttiy 40 Z OO so A w w 0 5 m V T R+ 4 N 0 0 in D z E g t7 mz o o c g Al F m 0 m E2 2 O ro A o ; Z n o= F • • F o • O1 D 0 > O = N n3 v � rn -n n Xig MANHOLE RING & COVER SHALL BE EAST JI THESE DETAILS SHOW GREY—IRON CASTINGS. 1 31Y3S 01 ION A 1-7 R' 0 z 0 NO/103S 31 VdO ti n0 .91/El cZ N 5 7IV130 107S)1O/d N m 0 0Z 0 b 0 5 29 3/8" 1.34 0 tn )10078 31V89 'N/IT .9—,Z ;9 + '0'0 - 0 S3k3N/ BY s '0 / 3d/d 4 o CO a UT 4. INLET SIZE (Nom. Length) STANDARD CURB INLET STEEL SCHEDULE ALL BARS No. 4 PREFORMED In ISSStt a 1 O a .O.CI O O N 1' 1 m �, b ITS 1� a A3 b ° • T>t 1v b ch m r; O M W N 0 1 4 W 1 1 N N W,, 1 1- N N 1 I \4 2 q T OIa;aOI , + M m Ul z 0 0 NO!!dY 'ONOO d01 0 • f1z 0 SF m 2 Z O Pm in rn r m c • 038 mm o -t O ti Rn x 0 z xt VARIES (4'-0" MAX.) 3'-0" x 6" ®-0" ti r m OPENING 0 ENDS UN s 0 F )131H1 ,9 z\ 02/15/17 LNV CHANGES AS INDICATED REVISION NO 013Z9 1.3 #133ro2:1d .Wo C) 00 N N DATE BY DESCRIPTION NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI STORM WATER DETAILS 1 OF 3 REVISION NO Hr CITY of CORPUS CHRISTI TEXAS Department of Engineering Services TFC: PAM NO F -30e TOPLS FIRM NO 10128500 engineers 1 architects 1 surveyors 001 NAVIGATION, SUITE 300 PH. (3811003.1889 CORPUS CHRISTI TX 78908 FAX (3e1100}1980 W W W.LNVINC COM NOadY 'ONO3 THE SENAPPEARING ON THIS COMMENT NILS AUTHORIZED BY 0041e5 L MILLER, P.E. N0. 51503 5E4E0 DOCUMENT NIIM0HT PROPER NOTIFICADoN TO THE RESPONL8,E CRONEEII 15 PIR OFFENSE ONOCR TIE TEXAS ERWNEERNC PRACTICE ACT cn 0 NJ co NJ EN 'ON 801` s,INVI1nSNoo U \Corpus Christi \160282 NASCC Truck Inspecllon Staging Area \000\Drawings \ Plans \ Civil \16 CITY OF CORPUS CHRISTI STORM WATER DETAILS 2 OF 3 dwg Wednesday February 15. 2017, 2 27pm 01 N t W N x m of m x• ml 22 O cN ON O -( tS=im 0ri o ) ow0co otn sok in m¢� QQN Nm '0O Ijj DA F21 • 903 Ai m= m P2 n16 z0 �> -colo O 0 z0 D3 r061 p -7, 0 � H pi 6ZZlm o 0 = z m 2 ; 0 Oz E1n E� * m� O O y a F; 44441 mo u o oTz F >�C1 Ti T .3 x_ - 0 rr�J O (z� O C A O g J xi o N O m ti9-0C 0O0ON0 00 c2' mem C oC zO go00)00 -ay • nK N2g IoM yZ • �tn N m1� 1 m x03 m� OGI ZUym1ynl�czi NO C) yon lnm0D u m x0' N€ a to M o= x520311 vi 440 Onno S on; 0A -24 1nE O 5ZCn "= N NOV-< Ca9j om VI 1x1 'p OiT-1 r. NFF m Po2olzLAIn' F r m 73 0 0'-0 ,-,„:,A-, 0 1 �m gp p zm .1aA 144^Qp50 :49 N + 4 N clams 0 0 G O CL x$$o5 x�l1 1i (�Q� z z mfo �b cgZ9 �Fi01 F- ri zz .. 2C1A • P 02i-^ ��C11 .17 9 �r -1 >94 g Q1'10 gr 0000 a Cym OZZ m r,; m22 6i M 8P i rC��i • O 0 �.TW �1mi 0 r rz3m .'0 gTo o z m Ld1 1^ p m m O CA + z O0mO 0� 23;Z N o O�v kx u10 1�E 603 02c,1 I€E. s2 m m <o 2 03-0 0czi P1 v - $ 0FR � D gr 2 0 �Q > O O,8 m m D 9 -I < AN r . 0 .i7 OA y 0 -I23 c yn I.; Mo iA O �� 0 ol 0 C m o - aZmZ8 1n1r2rmw rorzln�cl O -'.'z' -.,(2A,2,3'' Z -Z oy rQfn''OpC:O N € z h Zz36F VIr 20 � x -n F >rVig 0 omr2o2g, g v CI7~fo ��m • �ynb���r01 O • o_.zgm Os$�t0o m nZ1nC ien� m O 1Z1�r11 F,_rrorrl142.2p - N INnE X nm03f o zo o rzi0m .-, 2z12(3f o'0Lo0 0 020 - Comxi mOZNZo r 503 z0 o0 C• Qmzm9"1 36WC;3N 0 0 0 C p m rt1 0 a 02-1-1 =ao=m 0 00 y m�(DD n• mi > m 0 a mzoo zP1 oix [3 O O N m m0 oz 02 zo m -or 1/1 O A m Cp 0 20 0,9 0 02/15/17 LNV BY REVISION NO. DATE 08Z913 #103 raid ADO w GMM) '0N ONIMb2J0 080038 0i 0 M -P Y khz 0: 8 A0 u 4- • 6" MIN VARIES 10" 0 0 0 0 N O i0 Nze,gm‘oma; m 2 • 0 0 o�1 m m o m 1N oo0i '403'4039>-• PC "m 1500 o 10, 0o 11V130 AVMA3)I 335 5 O O + f 0 O x 9 -4m N 000 0 O o0 o of N ,Ol O '1M3A S% Orn RO 00 o • O• Cn 6" MIN VARIES l 10" 2'-O" MAx o m N 6" 8" 11V130 AVMA3N 3 6" MIN — VARIES 10" o+ N 0 N '0'0 ,0l 0 '12J3A VARIES - 4 fa' Zu z - 1 • 2 O o 0_. mo .9 R.7)0 k0 LA 0E oh > .2r. C SEE PUNS (12'-0" MAX.) Z 0 CHANCES AS INDICATED DESCRIPTION z 0 O Z 0 O m 0 m 002 Cz amm �N 11 Er) 092 vmm M0 (AO O DATE BY 2 0 m m 11: 0 8" 0.1 m 8" 4'-0" (MIN.) a- a' 0 z 04 8" 8" T3 4'-0 MIN DESCRIPTION 8 INE.4405+01 D ON rs OOCU004u51r WAS AUTHINUED m DENNIS L MILLER. P.C. 5O. 51 503 ON 03 -I5 -1i. LTERAIN OF A SEALED 03CU11 8(544 PROPER 010 x011fl( RESPO5 TO E NSIBLE EN05 01 AN 10 (0HE SE UNDER T RAAS EMG5EEOwPRACTICE ACT 000 m sv 441 L 003 a O N b 03co0 0 0 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI STORM WATER DETAILS 2 OF 3 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services LNV TBPE FIRM NO. F-3EE TBPLS FIRM NO.. 10120500 engineers I architects I surveyors 601 NAVIGATION, SUITE 300 PH. (301)003.1984 CORPUS CHRISTI, TX 78408 FAX (381)603.1088 480.55.10414404444400 U \corpus chnsti\160282 nos, truck Inspection staging ...c 000`.Drawngs\Plans \hvll\17 CITY OF CORPUS CHRISTI STORM WATER DETAILS 3 OF 3 dwg Wednesday December 21. 2016. 4 57pm to Fn 44FC Fe"' OE 3o 44 El yo D lm z gR 44 4n', o tl 43 tl ti .0-,Z + 'TO .o -,z + 'oro m i 4' 224 Gntn0 Mm;9 >gmCJ MO 44p @Fg. cr o 14z 1 -D o p m 1'OjI � D ai otP0 may„y com F cgpw n s en 0 E� o zo o j ' O z 0 -. 'J �o9F NI1— FINAL BACKFILL AS CALLED FOR ON PLANS \ ^� 6' to D N o FINAL BACKFILL i1OO p�r ;1 =m 1 p3 ato0 p y tl ti a Np 9 a a iak � O A EM N 00 z <32 3'-0' (TYP) AS CALLED FOR ON PLANS §m ig� Nm n 0 a o 11 2 h _'a iirot z Nlo .. Pi A ! oc) c!! it : ;: A%.! 5ct 41 �-• I I i� Z •i 0 - 0 O7 z c,4‘:.2' Sm z ta,8 N� �� ;yI-7, ok i�0 �; m .m !ii 0 �CA-t D 9, o f i 4- i' -i < S'i FF N p! '1 t n .21 k NIr9 m 2PP . m p itii Ph. /j 0 1_1,4: 0 y D D ',11,1' ‘Itiak : m I� O Z 1 Ov'x 8a E§- :19,:::; i ^� r ZiiiAon 4i rn-?+Io ^ ^OF =ti � NSC y��0 dE4i2 y ' ^ 1J `+ OQ� b+ 0 1) O 4 Pa g °4�� tl n Nig_ om a I�'�i1'1 a r"F y a iN "4 11 oa 8 a 10 a 1Vil $ �4- 6 6„a8a2. o s:g8 0hr Cc 2 8.0 ov m _� 2'-3' Zg PN 6' N .`gym O IF1 a m. N i. TX, ==-1 O BACK OF CURB FACE OF CURB •ice —\ \n .N1 NI .. A Xls Mb + yy 0 ,'C• rn + S� C00 0 . o II a; -I� ZN_I 1 O N= a 0 0 -o z h 0 'Iog� A O O 4 -.1 0>m La Z N I^0x r 0 • F40 Al aMOg Og 280 r 1'-6' 6” 2' MIN. 44% N 12- 0 0 3 VARIES (SEE PLANS) 10' 0 0)I LL SScc • O W 0 16 N o mA 00 O r o O > 6' 12" 6" r MIN. ca 0 rn 0�00 zz MK 08 0 8cToL?i1amQ o° oxT.10 • "A 720 Z23 gOr) Toms ir�tIIMG to 44 ti 1(1 O III Ot Ian RI AS IN.1If. 18 <OR 6114 • N gi • s '0'0 .6 0 1N00 .9 BACK OF CURB (a.o3M f) '1N00 f# -Z rt NO DA II,' 6• DESCRIPTION 11I0 SEAL (('908(10 qt Or DOCUMENT WS AUTHORIZED 61 DURAS L MILLER. E. IO. 51E03 ON 1:-:9-I6 ALTERATON or A 50ED ar MENT MITHOut PROPER tg7Y4CA4pIS MIKE THE 0EVOA0)1 O10NCER AN UNDER INE ETAS 11rAILTR014 PRACTICE AC1 0929 L3 #103f 02Jd AIM NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI STORM WATER DETAILS 3 OF 3 CITY of CORPUS CHRISTI TEXAS of Engineer LNV TOPE FIRM NO F 786 TBPLS 1186 NO. 10126500 engineers 1 architects 1 surveyors 801 NAVIGATION SUITE 700 PH OM) 883-1984 CORPUS CHRISTI. TX 78408 FAX (761 18811900 (NNW LNVINC.COM U -\corpus christi\160282 nascc truck inspection staging area \000\Drawings \Plans\Clvll\20 CITY OF CORPUS CHRISTI STANDARD DRIVEWAY DETAILS 3 OF 3 dwg Wednesday December 21, 2016, 4 57pm 22 mm z PI 0(1 z� m Tn 0 rn ov Z X lE D O n CD Z M om Z fn2 m rn 0 310N 1VI03dS 82103 .9 als 0Na az 82103 1,14Md 31383803 210 23 R -4 0 v 2 0 0 a c m •f'031001'8.0 GRADE BREAK (IF REOUIRED) (A) VARIES 0 Z L -i -T• (C) 0 2323 (5) 5' (USUAL) GRADE BREAK (IF REQUIRED) C&G VARIES SIDEWALK \ (B) VARIES mZ 05 oc Zc zp 0 AS REDO. FOR SLOPE ADJUSTMENT FOR EXIST. CONC. DR. ('} J ar rrpp114 a W N I�1 %gjiyv;mg 00 IA (MI §n $A i$01O � _, :ab a:g _z Ba o1 4 Pi YIiiEi a LLvoEn iymo v mN�3 m io ;s s ^�b F� mmrm.w,r, r1i �zm!Trim y� ▪ iz [aDo T,...-±-. u) F00 ?i a Fi 4'13A3-•, E 4 =$ mm $1 A ocg�< ';v4...o>Z s! 'Lai mg a g1 0&S _z *r^t ,F,, V1 9 aA -„ .. Ln 1m.1 aa+ ▪ EU) ' mZma 90 O ZQo mQ %siP,m ew f ar 1,0 2z3mo aqgzm3 0t m 01_,, . m pg, r^Dvzz F 0�irT,rc mit "4 D m R 10 vc3 yEg m y m Q�rP�`rvvv�1z r�r�.r�1 Dy 0 mm— r• -n AZo ra v _ O.0- "sumo,' r0j1 KO 00 ;a $oym +1.2• m, x� Q �Ulp D �1" c agar$ 2; 3 a plg5 011103 •lK@gig 95 o4A bZrn zPk3• g 0 2cLn 1 I'' A2A 2gC 20> 'Ai9(.882 or fl roro v F. Pm f5la 2aco o R' > �i 5 c 2, Bina W 1,MNd 31383NO3 NO a m o a, 2 a GRADE BREAK (IF REQUIRED) (A) 05 2 0 0 0 08 f •b c m �� mon (A) m i VARIESz 31 GRADE BREAK (IF REQUIRED) ro A (S) 5.-0' (USUAL) C&G TIED SIDEWALK A[VISIOII NO DATE DE Sc ff11"1 I01, 31n03NOs •AMa / aid (M) 41-l1aIM AYM3Na0 DR Sri. APPEM240 al 1115 DO[UYEM OAS WIHORIZED DV Orton, L MIER, P C. r10. 91900 On 1:-29-18. ALTETN ON Or A SUIED D000121a w011001 RP.OPEA 1101MATIO11 10 04E RE9PONLBIE 1(105 n050111510 0540140E AC1 082913 #103r0i1d A.110 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI STANDARD DRIVEWAY DETAILS 1 OF 3 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services LI NV TBPE FIRM NO F 366 TBPLS FIRM NO 10126500 engineers 1 architects 1 surveyors 601 NAVIGATION. SUITE 300 CORPUS CHRISTI, T% 78408 W W W.LNVINC.COM PH (361)603-186/ F&0(381,803 -lane N 'ON 80r S,1NV1inSN U \corpus Christ\160282 nascc truck Inspection staging area \000\Drawings\Pions \Gvil\20 CITY OF CORPUS CHRISTI STANDARD DRIVEWAY DETAILS 3 OF 3 tlwg Wednesday December 21, 2016, 4.58pm 00 m 2 N O c3 La 0 •O 0 N z 1NIOf NOISNYdX3 .4/f °3o 0 �F O (• O 730 0 0 0 ? A 2 0 23 00� mgz om� g V C 2 • lO 0 AYM3AI210 `3NO3 `dOiJd 1r.'-.\SAW_CUL LINE I r� 'R mF .FFA��, N2 zl o z -, O A PROPERTY UNE 5 it vifa+vF7 01,1E DESC RIPIION IIIC Sri .WPCNMG 0” iM 0.0K11 .05 AUMDRIi(D Br DURYs L MILLER. P C 110. 51503 5U12D 10 will., PROPER carousal 10la 111E 11ESPONCAI.0 UGt I1(011 806 CER IS MI 0171115E UNDER RIE 1(.505 E11GIEERHG PRICIK1 RC1 o8Z9 L3 #1o3ro21d 1.113 u) n FIJI —10co c-) olo c z 0 0 O NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI STANDARD DRIVEWAY DETAILS 2 OF 3 CITY of CORPUS CHRISTI TEXAS Jr 111 f .r� LNV TBPE FIRM NO F.366 TBPLS FIRM NO 10126600 engineers I architects 1 surveyors 601 NAVIGATION. SUITE 200 PH ,761) 663-1984 CORPUS CHRISTI TX 10400 FAX (361)96}1966 WWW LNVINC.COM 0) 0 co N.) 'ON BOC S.1NYllf1SNG0 U \corpus chnsb\160282 nascc truck inspection staging area \000\Drawings \Plans\CrvJ\20 CITY OF CORPUS CHRISTI STANDARD DRIVEWAY DETAILS 3 OF 3 dwg Wednesday December 21, 2016. 4 58pm T 13 '0,03a INIOr NOISNVdX3 70 1 1 (C) (S) z 1NIor NOLLOn g/ mas I (C) G.B. O (A1) (A2) 0 tir G.B. G.B. (S) 1 (GRADE BREAK) -o 0 V 19 I C (Al) L') z 01 > - W m -c 0 co o A = < - 0 m >c K • > E 6'4 G.B. (A2) (GRADE BREAK) 0 2 (S) A m SLOPE 50:1 TO 100:1 G.B. 3 IN Eo 10:1 SLOPE 10:1 MA%. RANGE AIA% 50:1 T) 100:1 03 133 l 0 N N 2 (C) (S) z 0 G.B. (A) z �o £o A 4 am 0 (du) INIor NO(SNVd%3 .t/E .3 0 G B. ' (GRADE BREAK) r) A .3 -13 C m I (A) loom N T m m I I I N N 1 1 1 1 1 1 �1�II • m C C C £C 1nOm O rm 0 0 0 0 r X 1- I- z r n C N CE ;2:13z-oc.-ozm o -o p Fil rOrl M r • o oM0MvrMr10 o I n M �5�1+ 0 �c A r r0rrr 11 I. 1 O 0 N .� 0 AA C�C250 SOI> fz22' fzmm 8 0 122r03( -52i° y'' K; i m m ff 0 < A j 1 23 , Dpi j 2 • K K 1 m rn z 0 '17-3 P1 m m 10:1 MAX. 2 70 2- SLOPE RANGE 50:1 TO 100:1 N G.B. 10:1 MAX. ° VALUE OF F MAY BE CHANGED BY ENG. b RANGE OF NORMALLY ACCEPTABLE VALUES. U) II TMR I m D 03 N n O M STANDARD DRIVEWAY DIMENSION N CA (8 CA O O 01 N (5.1 O Ln -1 , 0 n -.1-.11111 lT o O n or o (A O 01 U m Ln o (A O 0 W O 0, 4 at o W O cr A O A CD A O IJ O A N (1 0 O .M REVD' , DATE 1111 SPA. APPCNP3.0 011 11 OOCOOCHT 345 P C ior 00e85 L 11111.19.11111.19.9. PC..0 51503 W 12-111-16 ALTTMTtON Or A 555100 U011 P1114001 PP.OPER Ig1RK 1339N 50TO 111E PTSP0115153E 1,15Mtu1 15 AN Nn'HSC 11H0E11 ME If x38: (1rwttRNc %. C. u 09Z913 #103rO21d ALIO NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI STANDARD DRIVEWAY DETAILS 3 OF 3 CITY of CORPUS CHRISTI TEXAS LNV TIPS FIRM NO. F-786 TBPIS FIRM NO. 10126500 engineers 1 architects I surveyors 801 NAVIGATION. SUITE 700 PH. MI) /1834984 CORPUS CHRISTI. TX 78408 FAX (751) 887.1986 WWW. LNVINC.COM 'ON eor S.INVDOSNOO V \Corpus Chrestl\16.0282 NASCC Truck Inspection Sto .ng Arco\000\Druw.ngs\Plana\Civil\21 ADVANCED WARNING SIGNS AT PROJECT LIMITS.dwg 7147,7, �� V3 D0 F1 Z Ca 1— 1— (.n Z -< D C) z 0 SERVICE ROAD SIIINII 1J3f'O>:Id IV SNOIS DNINHVM a3ONVAGV 2 0 m 01 0 0 'ON ONIMV2I0 0800321 N 2 m N 0 M NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA ADVANCED WARNING SIGNS AT PROJECT LIMITS 10. ALL CONSTRUCTION WARNING SIGNS MAY BE GROUND MOUNTED OR ENGINEER -APPROVED PORTABLE MOUNTING DEVICES. HO m J >OI o r G 82 m =2c iQ ETA' Nno a0 A~ir co 1moc� 55 o yyr ZmZ im PI o o mx is oyr 0 Y; A �]1 A mmN OC 2� ;E72 0 1220 IAN Ap O N / V j/1 (€8 < 2 m m m UI . 2z" g( 4P om o gull_ mj1j1j�II mm56� Emr1 r_r1r-r^ 5 Ag cyo�'�i OSN <N T 0F; 1 a; •i ffmmgp Nn 2 > p � m o S1 i o A p> o 1, 1� g i N PI 0O, =S N NOppctc O IV 2 O22'2.06(3 rm 4v ym mm Fi Zp uCi oy 0 > yd $Z 11m��> mpO> n1 .2 $ y=(3yJ z2 gm o ='- mP1z i pm C S EN 090 O �A'10 In rNito i!m:c2; 1�1 ZCQo4__ 1.1 PI E o -zA O m ;., AAKmit >V 0,,mn Olo: NGGDOL z C.120X2 A0X40 y> o<F O :2:201 2j Ay/z Hay1N yimy90c 0 0 Ci �oi1>p< m0 Z O C z C �ZVA Q8P _ zEo- 52 oEm �5 `0 o c �`ocz Op'^ Fo ifsm C c I/� Z yy C a n m m� O -< 04 m 2 zo '�OZ (� n rg 2 yl 0 O; z F0j p m T m +< v m -{iii cA > s1 g =. o Fo 2 N DESCRIPTION CITY of CORPUS CHRISTI TEXAS Department of Engineering Services LNV 3816 FIRM NO. F-366 TBPLS FIRM NO. 10126500 engineers 1 architects I surveyors 601 NAVIGATION. SUITE 300 PH. 1361} 683-1118A CORPUS CHRISTI. TX 78908 FAX (3611883-1986 WWW.LNVINC COM THE SEAL APPEARING ON TINS OOCONENT WAS AUTHORIZED BY 6S L WATER. PL NO 51501 ON 39-16. ALTERATION Of A SEALED DOCWENT WITHOUT PROPER NDIRIT:HUN 10 THE RESPONSIBLE ENGINEER AS ANO arm UNDER 111E IERAS ENGINEERING PRACTICE ACT S31ON 1O111NOO OIId` ELL 'ON ear s,1NVllnsNOO U\corpus chrlsli\160282 nascc truck inspection staging area \000\Drawings \ Plans \Civil\22 TRAFFIC CONTROL PLAN (1-1) dog Wednesday December 21, 2016, 4:58pm DISCLAIMER The use of ttcr slondard is governed by the "Te,as Enginwering Practice Act" Na warranty of ony °md L made by TxDOT for any purpose whatsoever. TOOT assumes no responsibility for the conver— sion oI this standard to other formats or for incorrect results or damages reulfinq from its use C7 O < al vosl m^s G 009 T ► 7) > n RRa;=1T g 0 omla uo A {tlu 0 co3E3'l ooc, 1^=imn m EL 3' w0= 0= a 5 so S S n o ya m,o cg!o.0 r9 3. s93.•9M Oa m �x0 s< 0„3- o mo E. O n^ !c 0^(,I m ^40 7.v .3 - 3�m �Q° o =00 'Pis 9D s v7C0 p o f0TI Shoulder ■■ xim o oo a N Z I D o Z7 U) = Shoulder I— 'nmamn M IIIY ,C''',1'2.(4. . rn 0 i 1=n0o - v X for 50 mph or less Work y� mace X for 50 mph or less 0 3X for over 50 mph 0 8 3X for over 50 mph J n LO•N 0nj =N 0 m XO 0 10 1° O N N m at 0 �to END ROAD WORK A 0n 3'3 wJ SJO SSA j0 G>>—. p O —2!o.2 512 u ch. u >< m n� 0 �mmn N O H x11 I D '0 ou'^ _ 0p 0 v 7C 0 Conventional Roads 1110 R. X for 50 mph or less X 3X for over 50 mph N -I ■■ Shoulder D 0 ■■ 0 a M - 0O ; • • ...-..1.. :.■■ • Shoulder ■■ = I30 I .. . -500' Max 0 C y s„ = O(See Min. Devices at 0' spacing u o= note 2) A o S.o r rnO � y X for 50 mphor less 1/3 L B Work Space 150" Mtn. a= R cT = o = o � N END ROAD WORK T^ a D M mow v7Cv 3X for over 50 mph mI � N O I hO_ F, omN o • 0 t: = x N o io Nio m i. 110. vow ii oiain8ol ,,,,.7„,,,`n ^,�TR -mf°� oxN N END ROAD WORK a(n '. omu.0n_�i omN m ,3, __:::q3 . g qa.o 3< O5mm3tC z 1 0 o oomQ.o �oN _o a �s,i 0 0.6 2:1 go NJ Conventional Roads 0 3 cam N o •c =cc m ,in X for 50 43% mph or less for over 50 mph M �� = Shoulder ■■ n n r m • • • I fid • • Shoulder O Min. i` i v.1 •�; �fy. 100' Max. )_ P3 C X for 50 mph or less 1/3 L 13 \I Work Space 150' Min. I iCES ;See note spacing) al •-,-,' A 10 ,� ' _. _ 0 1 11 zi 3X for over 50 mph ; i0 N x N 1,4 —A21D pci 0 O >s� ilil GA Right-of-way Line noo°< —iTFi i.�0�v111.1 5555...... 0.1 1110. a rN •': 0 O o 010 41 to7. J 91 N mZt $v �:Pn3o3 oS13aZ o * % m^n N O U 0 0 0 N O N { �sa O For constructso project require in the project Barricades, Sig O»2R _2om I=p$a :RAL NOTES m mventional Road Iper lengths ha =Length of Tap $a. " obtoaAeg4$m gSt go Y=}5.<gusQg g-$ m ric ,ll y 3 9 FL Ell Q G - ,"rna o Fw<c',f 4,am s W1 a _. Uo 5' 'S ,ooooOoocici rtrxas Department of Transport Traffic Operations Division TRAFFIC CONTROL PLAN CONVENTIONAL ROAD SHOULDER WORK TCP(1-1)-12 December 1985 Io' neo la neor lam near 1 n or maintenance contract work, specific ments for shadow vehicles can be found GENERAL NOTES for Item 502, ns and Traffic Handling. is where shown are REQUIRED. Ices illustrated are REQUIRED. except those ngle symbol may be omitted when stated elsewhere out10e maintenance work. when approved by the or other equipment should be parked near the I not parked on the paved shoulder. a TMA should be used anytkne It con be positioned vents of the area of crew exposure without adversely once or quality of the work. If workers ore no ad or work conditions require the traffic control '' pa 3 Barricades or other cho'nellzing devices or the Shadow Vehicle and TMA. 'Ides with TMAs may be positioned off the paved e shown In order to protect wider work spaces. !der work on divided highways. expressways and IORK• • signs may be used in place of CV/20-1D signs la ork shoulder won conventional 33 TYPICAL USAGE s Only vo been rounded off. Tape' W=Width of Offset(FT) S=Posted Speed(MPH) 1t• 12• mt Offset Offset 0nol Work Vehicle I Barricade LEGEND U 3'432 — I co -I N O J 01 CRC 01 M N CJ, O A ICI (li N N 7.13 N N Oi yo * R 3 3 *ill' y i? a N SHORT TERM STA tIONARY (O CO O 4. O O v V Co N O O of 01 of O O O N O (.1 N N? CO O N CI o e 3 m m a a Ona On a Taper Tangent r V V U! O 01 01 N O N N VI O A? U. G W O (n O/ b IIITERMEDIA TE TERM STA TIONARY 0I 6LLj N !LLj1J ILI$ O O CO O (o O 00 V of O O O *1 a „3 Trot tic Flow Portable Changeable Message Sign (PCMS) Truck Mounted Attenuator (TMA) .- nO 1 1 3 1m 101101 O O 0 0 0 O O 0 0 a4N0h 0 O O 0 0 N 00. y 01 N 0. 0 '''0,11. ii o s� ; 4 'Ss ~ 5. 'O 0 m o u 3 n ,nr yo m pn A A Nv +U lit L'' O Flo! NO j0 O N (n r7;r0 Lt OQ 41.43 11ae m drt 7 101 51.0. 01111011. 00 1105 DOCUMENT WAS 0010001100 05 001110 L m11(0. 0C. 110 51503 01112 -113. 0011011011 01 SEATED 00lt10In .n00u1 PROEM 11001010 m1 10 INE 1150 DEfll"?.PTdpT1 024 0 E1100 (1 a xN 01rP000 0100 Rif ILr.6 llnillEERIM PIuc10E 0C1 CITY PROJECT# El 6280j SHEET 22 of 41 RECORD DRAWING NO. PBG 822 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA 055.1 CITY of CORPUS CHRISTI TEXAS ,_. ... t_%ef_:.3 t`C R"1en 1 _ i'sl;if„e11f1c( se, v,c,i2s TBPE FIRM NO tis LNC/ MKS FIRM NO 10126500 engineers I architects I surveyors CORA NAVIGATION,SUITE FAX �716�e6 YAW LNVINC.COLI ,, • tt -��-- ::..‘!..‘..1:::::2;11.111:' N . i j (�/� 1 ^ (n T �i r' r1y;�� W ,; • O ��=}' 8 '. ;_ ��\���1 �� CONSULTANT'S JOB NO. 160282 TRAFFIC CONTROL PLAN (1 —1 ) U \Corpus Chnstl\160282 NASCC Truck Inspection Staging Area \000\Drowings\Plans \Civil\23 STORM WATER POLLUTION PREVENTION PLAN.dwg Friday February 17, 2017, 2 02pm z® NV'ld NOI1N9A3Eid NOIlflllOd li31VM 011:101S 02/17/17 DLAI RENAMED ADDITIVE ALTERNATE REVISION NO O2Z9L3 #133r021d Allo GATE 1}w DESCRIPTION NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA STORM WATER POLLUTION PREVENTION PLAN REVISION NO SPTIARINTIATIP DATE CITY of CORPUS CHRISTI TEXAS Deportment DESCRIPTION LNV TOPE FIRM NO F306 TOPLS FIRM NO 10120500 engineers 1 architects 1 surveyors 001 NAVIGATION SUITE300 PH (361)803-1904 CORPUS CHRISTI. TX 78408 FAx (]81) 603-1961 MAW W LNVINC COM IRE SEAL *NEARING ON 1115 DONMENT MSS AUTHORIZED ER 001105 L. MILLER, P.C. NO. 51503 5EHE0 DOCUMENT wTNaR PROPER NOREICwmgN TO THE RE5PON51611 0106110 15 AN 007555E UNDER INE TERNS ENGINEER. PRACTICE ACT 0) 0 N 03 N 'ON eor S.INV1ln5NW 'ON 801' S.INV11f1SNOO U -\corpus chrlstl\160262 nascc truce. Inspection staging area \000\Drawings\Plans \C1vd\24 CITY OF CORPUS CHRISTI POLLUTION PREVENTION PLAN 1 OF 3 dwg Wednesday December 21, 2016, 4.59pm :S831VM ONIAI303 130 31NVN 360E11 VNf5V"1 0) 3AI1V1303A U.! 01 :V3MV S3' DE 8'f NOIldIM3S30 103f ONd n 0 NOIld110S3a 31IS NARRATIVE — SEQUENCE OF CONSTRUCTION (STORM WATER MANAGEMENT) ACTIVITIES: P1 II II III IIII IIII m-4244t/I In00g U>�<o_ co_<o_0XI I. 01-0230000> min m 0 D m ni ri 0 j —I z �crr* p EO_3 M vmi m Mmrr1 rriZ O W (fl000l)m D m rrm 0 �mOCr� 1�,_01--0Z OC mZ zZK(mn m fr- v oor$1. M1DZZ1,;1 OZZin En pON m(n m y(�/) NO DwDD 26.221 1 z,00 r r 73 c m 1 0 N m m Om O0Z 00 11 Enn5 1c1 zUZ ) ix26 (n N Emil> C m00 1Zi 0 xmm 0z mMz Zm Z M X 1 2m2m 1 z0 XI P3 (n(f)0 rD m 0 N :S30110Veld ivanI3fl 1S O4 m H H c N c m -T7 O c A; En 1*1 r 1 > v mm = Z rg f0Z< N1"-< z(mZ �m CO Z0 Z z 467 Z G7 m1 - N O z 0 0 m 0 S338110S3d 1Vdr11VN 30 Z 0 :S30110d2id NOLLVZI119V±S 110S 0000moz O...0;� Enxi •0020 oFmzzFO mD0=gO2 0 ,wo o•>rnzZr M Enlzm>c O z 0m�C I:0 �m Z T^ f�1-o 1-0 0 N O m m _ ; In )00P102 (AZ m;NmOmM mlo�FM XImzN0I0 0; n O m C CrDrm� 00mM_o I -1 O m D 1 Z -oZZ j;- 711 m 0 w Z m M�c0-1 Cm 12m 17 (nm DOmz cO 73 mgmo Ta z(ZZ O p o D_M, mZCoZZ Dm0 m Z p O Z 0 1n ti x z 0 'NdOM 3S 03 0 0 z ti C A n 3: c 0 m 0 m 0 01 83NNVw V D 1-15 SV'3aE 3DNVN3INIVW 3 1Dna151JOD 3 d1NO3 3H1 A8 0 0 0 ti z x D S ONV SV38E CI<PILES SHALL BE CONSTRUCTED IN POLLUTANT SOURCES FROM AREAS OTHER THAN CONSTRUCTION: C i:77n -01 X O D 0 D c m fm0 I- n P1 (n O.Z1 M 0 = D TO D0 0 1 r N m z D C n dorm v z m 0 M0 M0a1/23 MA Z0A, -<vz 1i0 A -0 D C Z :0NI)13V211 3131H3A 31ISJ40 n A D D D 0- 0 c 03 O co 4-) Z 0 3- 3r13`)VNEW 315E a01DEa1NOD 315E6 8V1INES 11V 15 031.1131107) 38 319V10d 3H. n 0 SM0utnn038 ONE Sal"id BE HANDLED IN ACCORDANCE WITH APPLICABLE FEDERAL. STATE. COUNT CIT AFID TEAS WATER COMMISSION BE CLEARL( POSTED AS WELL AS NAMES OF S3dn03D021d do NE313 SOLVENTS. ASPHALT PRODUCTS.CHEMICAL ADDITIVES a0 'NOIJVZIl18ViS -los a03 NI S13n00ad ANE 'rInWINIYY V iv 3 1a0d3d Y101133dSNl 38 OInOHS 160d3d ADE PER EACH INSPECTION. AND CONTROLS SHALL BE REVISED AS INDICATED BY THIS 38 8 0311d0338d AN INSPECTION AND MAINTENANCE CONTRACTOR EVERY 14 CALENDAR DAYS. AS J D m 0 0 x In 0 5 n ✓ N Ci D A 2 Z >D 0 Lm N�N A 0 0 m to H 0 1111. fru 00r fif tur nu! f 1) :S10eLN00 IN31"1Ia3S ONV NOISCM3 S1O J1N00 1N31AIIa3S aNb' NOIS083 DESCRIPT:4- 08Z9t3 #103r0Nd ,1110 PO 0 _LA co O C) Z0 N ▪ 0 z 0 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI POLLUTION PREVENTION PLAN 1 OF 3 DESCRIPTION CITY of CORPUS CHRISTI TEXAS �(�Ur 1 en EOglilc,,erng15G: LNV TBPE FIRM NO F 366 TBPLS FIRM NO 10126500 engineers 1 architects 1 surveyors 801 NAVIGATION. SUITE 300 PH (361) 863.1984 CORPUS CHRISTI. 00 78408 FAX (381) 6631986 WWW. LNVINC COM 0(000001 0A5 *0100010E0 Br CORPS L. LALLEA. P E. N0. 5150.) ON RESPONSIBLE 12 -250 -IR All[6A0or A SEALED Connor0I 0O PPDXEA NOTIFICADON l0 THE RESPONSIBLE ENGINEER IS AN ONE1ISE 000 0 Pp. V AC IErAS EIIEERING PRACTICE I a) O N co U \corpus christ.\160282 nascc truck Inspection staging area \000R,Drawings \ Plans \CrvJ\25 CITY OF CORPUS CHRISTI POLLUTION PREVENTION PLAN 2 OF 3 dwg Wednesday December 21, 2016, 5 OOpm ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ ❑ m O O Q � 3 c c g QR F 00001=101=10001:1 s • E gl co En to --1 a 0 2 o' 3 0 0 3r �• 9• � 0. -1 2 w m >3 F m s w r O • $ F Q o m w g u F 7, 0 ❑❑❑DOD❑❑❑❑ 6l < i E W m n X 0 O a_ 0 • o - G 9 9 "s y a m Q s o k ✓ gsi 9-8 .8 w , 5 gYg G Qe 00 S 3 UOP D}UawipOS SSl uoi}Onutsuo0—}sod Best Management Practices: a 111 p The Contractor must adhere to all of the terms and conditions associated with the following permit(s): 0 c (N .> G m 3 9; £a r C .Ai 0 G O o � £ S ,Oyo O 0. 00 o 0 l0 0 x n 0 8 0 w n O O 0 0 0' 0 X O r R3. A Si 0 0 N n 3 G n O 0 3 0. a 0 3 0 > 0 0 3 G �ss 9 9 3 n 3� 3 a k z S. n O o° o. 9 G ce s i 3 a. p4 a ° 0 N u n v n u uip A gc n co sg0 gr r� o f 5 n�= ^_ O 9 $ a 5 w 9 O PaynbeN uOAOV °N un!Oy Pannbab 0 v O_ O p 1 0 G U) s£8 3a; 0 g E. o 3 B O 9a2 .97 s c 9• ' o ° n vq 03 $ p S Mq s q 1/42. 3 • fe aE Ss c •' Stormwater Pollution Prevention — Clean Water Act Section 402 a 0 0- - S C o ° o 0. 0 - n °- S O c n o m i 7 m• 0 1-1 3 G ° TO 00 5 -28'2 1g9-0 3 _ o 0 0 30& 0 3 0 O E. o 0 0 O S p 0 3 0 1c o o v a m o n °0 0 8 ;1.64-35 `c o s n m 3 O * ° 3 ° 'm o 3 10° Ol 3 G O 3 G n G 3 m °- 0-00 0 0 O 0 • g o G a o °c Gia =�• G 000 0 1° G ° n o. + u palnbaa uoNay oN uofoy pemnbeN N 0 0. 4 0 r ° O r o o. a O 3 a 0- -D v O v • O nn o °- m g 00 o ° n 0 u 0 0 o. o. ;m o. 0 o 0 0 RI'm o. c (o 0 0 0 0 0 c 0 4 9 0 Palnb.N UOgoV ON umay pannbaa ❑ Preserve native vegetation to the extent practical. u u N •• 9 0 palnb.N uopoV ON aoflay PannbaN ❑ Y.95 30- o o. 0 0 o o 2ge C O 0 0 n ° E C a c O G ? 0 0 • 0 G A £ 0 x0 0 a 5 o 3 ° 3 n o G a 0o' 0 mg 0 8 10 O" ° c 0 3 0o. 0 0 0 , 9 0 0 m x n s� iO 0 saounosaJ Iem71n0 + w I 9 0 palnbe uo11oV °N uopoy PannbaN ❑ (Include applicable regional or site specific enviromentol Issues.) sanssI IDluaumOJMu3 J0410 N S 0 pagnbON u0110V aN UORoY palnbaN ❑ Hazardous Materials or Contamination Issues Specific to this Project: Any other evidence indicating possible hazardous materials or contamination discoverd on site. (IDULOU CD v v o v 0 '00008 �•-a• o n n g 0 ..°-v £ oo • o 0 o c g 0 ID n I°o 0 3 0 o P - 0 o O 0 S_ a - 0 n fa -151.a - g. -59 -pr or300•8 m a 0 0 p o „E.1 C w 0 3(15 0 >2- - 8 - a- 3 <0 0 • o N n 0 0 n O n 0 m O ' c °; U3 nn 8• F m0 Ste. �n 0 o ✓ n3 ° 3 1O o = o c ,Kg -2 O 0 a = -, 0 o a 0 G 0 0. � v a o' re u a rci • ° G G G ▪ a o a 5 O 2 O 33 3 0 FTF`41 0 0 3 : n 0 o 3. - G S N `G = a j 0 0 -1* ; 0 n O O G o N G o C 0 i0 a V £ o n 0 0 0 0 3 0 3 m N 3 o .. o • o n m � a o � 50 a c 3"-0r>i o • S n 0 0 0 G - 0• > o 5 o 0 Io o n n 3 9 3 .0'42 a n • m rR9o£ o. � o £ £ moo.c = O- O O 0 F £ o O F v o 0 10 if rt G O S N 0 O 0. ° °c VI. Hazardous Materials or Contamination Issues 111E 50. 09r141010 011 105 0051.1Ex1 P05 AU11.0G-<Ea 131 00105 L GIIER, P.C. I°. 51503 Ox 1:-29-10 111 *300(11 Or A SEHCD DO(I 10 1 14111011 10010 1oiinc.1 5 10 111E 11E5P01510LE ENOMEER 6 AN 0NE115C own ME EVA$ 11.041010110 PRACM. 09Z9 L3 #103f 0eld A110 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI POLLUTION PREVENTION PLAN 2 OF 3 ag CITY of CORPUS CHRISTI TEXAS rt n'..o LNV TBPE FIRM NO FJSO 7BPL5 FIRM NO. 10126500 engineers 1 architects 801 NAVIGATION. SUITE 300 CORPUS CHRISTI. 70 76408 WON/. LNVINC.00M surveyors - P10 (361) 883.1884 FAX (361)8811086 N 'ON eor S-INVITISNOO U \corpus chnsb\160282_ noscc truck Inspection staging area \000\Drawings\Plans \ Cord \26 CITY OF CORPUS CHRISTI POLLUTION PREVENTION PLAN 3 OF 3 dwg Wednesday December 21, 2016, 5:OOpm 1 A . N 2 88II�8 8 2V> iog�1 I I"QL'o -° X 0204,Pimm p, -rno c c z Pimp, In 0990 _A o m 01 0 6 r_. 220 000 m ooxrzzmpz iC�E_Nmrnmlznm iii -I mm1 O � C')p� 0y v=S'igIn EBF yzt NK 2xz =Ar 0 i09xvyc)r �'" u`3rv� $ °`"m°190 roz O Oiii 1- y��l OP90001 17C �O Nlmn x mxm .�-n-120 m co g-,.... Q2i2 2 2 O rVr1 N v p r 1 V 008-o '., v og -,ov v�T om -mEpr� o 54�m m,r 1' � 2-o ? m . czmrlm-(020 1 ozA x�g >;<-812.m69vpczi8� g -4 -'1 p0O Inrn00EAm�fL ppm =_ Rf6 0mom01ov Om OT 9100 2� �mr Zm2y2 rn n 2 - TL 3:0 0 g0Gts XU) c �19 m� �Z^8m!"I�mn m en -0 om~ Imf1z • m2�1s 01m'1 w z r� co �c;to� ' 8 2 -42 �O oL GO'r�ccbrro rg k'0,171 F,4 yt 0'110 Ill = 1 r� 2 U) 10 zoo .y,D ``LLC,']'.�NmB Z`•" 8 f N t� A XM my 0 8 zz 9, o� ctacm23p-Z N to m 7J a In + In4 N r. a] A O P,y8RVA oil 9 2 v rm 0 E� v� xc in!�' in x1nmo2 ccP.-12 �ox c O mph cr.cl"J 8 'J S 9 m E 2 m z 'r 4 ,,, m r=�;+ ,vxd al zm .omKmx g1 1 A iii �j tR ,1= a7 z 1 Amo m 1^ x 0 AZ6�i > iii x g m o'J o � m v in 0 6 R66. 2 6 1 5 ��' 2Lnr'DL = m 1ov NA m m pSNz co -i A_ � 6�x".�� z ra z .0 2 f� `605 > ^121mfAn O 8 1 x mom m '� En v m> c r;. 1 22 C C c m f VI122)2 r1 ; 9 VI fgI yj 1W {cn 8 BgOFmj7 ; ; m mN o0 5 t nz6^y0 O o - O.m _ 8z {, 03 rn r- oFFT�T 1 C omo v 0 ONc-.N .� ii x Z in z Vim 00 r Z „,e F O 1 m q2 ren nt [ET m„z ,yo -1 o Ezv� o yl ;O m >�mm 8z '800 oo; ;201 ev oo .IAn 0 c o om� 211 6 1y p§mOx v•m (nm L 2 �=x,m m >g obi A -M6 ' to �z Pz�� rA m J O1 N A 4 IS4 r' C� AA 28?Af DD0> p -I v 2 74 >�, -12-fzzO pC0ztr)i�czi z yin to 7 >� g�o Q Y. m O c *Z00 V 2002 >K_,Am Cm 20 4 z $g 8m o wczlg, 2 ~ N PSI > gm zc o1Z” ` , -Zi rim 2moon,n�1 �-1L-� 1:1 +_11 r� rn > y ivii yA 2TDCt C > c 0 z t...( 25r1Z 0c0< F Z -1 .1I m Z 2m 00,,n{B�n7 g 1xAo * m o I0 z 0^t No; m0>^T v -1 8 0 o z mli2 Firs O 8 -1 Q rrC y�;Q yi tnn ion71 0 V Ovr>/IOF V)-1>i, O N tn UA� CogyOm VIYmiI.� F 0�m� �oV4ryC� p4 0 in tj 2 Mp K;2>B 42-m 2 c4>zf281 E>in F3 D mF(n o Dz08' 2m 12 Zt8 23 m jSO� In» 1 00 r-�110� N >8gymg �O2Z me pc, 6s -0m> xi9mt3 10'1 �. ~Al�ll �' ?20E �rgo$� s o4 In n7m pm 0p O Pz o-1 AyZA 9 310N ns NM .P z m 4 c z 2~ Ara ~o o XI y 23 8 1111 o 4 i T P ya 0 A �R.il 0g o.cpp*v iEgat e t0 F=N0 0 2 EI O t2 O � m -i In IAm rr.10 V yt0m FZAf co 0 m m x co8 4 m _i 0 = r. / I V./ n I I 0 m to F j Qo 1��11i E=N zoo B' NORMAL 1,9 �\EVrLD F►Bm CS REIM A 4 N 4 x —x DESCRIPTION g >m Etim l7 viesm co 0 • � ti 0 0 1 x •c Z 0 N 36 0 08 Ilio 500 APPENMIC Pp f4R 00050E01 *05 *411201710 Bi DOOR L MUIR. P 00. 5120.1 ON 1: AL1(U.TON Of A SUM/ 00CUIKI11 •101001 PP.OPEA IWO10 THE RESPORSOL 0*11(05 CP CPIECN AN 01110SE UNDER M CrR n10410.0 PRACTICE ACT 09Z9 L3 #1031'08d JW3 N n m v rn Z0 0 P z 0 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA CITY OF CORPUS CHRISTI POLLUTION PREVENTION PLAN 3 OF 3 CITY of CORPUS CHRISTI TEXAS Deportment of Etgto,12 0;tg LNV TOPE FIRM NO F 366 TOPL5 FIRM NO 10126500 engineers 1 architects 1 surveyors 801 NAVIGATION. SUITE 3110 PH (361)863.1661 CORPUS CHRISTI. TX 78408 FAX (361) 083-1566 480455 LNVINC COM ry 6\ 'ON 8Or s,JNtlllflsNoo r DISCLAIAERE The use of this standard 1■ governed] by the 'Texas Engineering Practice Aot'. No warranty of eny kind Is made by TxDOT for any purpose whatsoever. TxDDOOT assume no reeponuibi l Ity for the cower - DATE: a ion of this standard to other formate or for Incorrect results or Canapes resulting fres Its use. FILET , i1 N4Rtg_py n g oa , r o $C pgyAp {£E£ jRj w QQ° gaga oo5$QS 9 ;!=W d 'S e b' wx� •i S Nj "'bel gFLIgo ",N�a,e�rt '61rAO • O "j'8 > .. I + to °. N ,+ Z 34 I CI I r- ;•,- 3> o • s • ` xx , 1 CD ,3 1 w 7 g -E= s oo- m 2+ - x t R 4i I-1 ' f O c- w Z '. 17AM MSN ■ N' . • o Z r— I _ o m-�..1OWgLMu E 7'8a • n D 1 m 7 7 -11.-I j o �a� _4- g o - m 0 7j Sgaoa� •. 3. Iia. , •m 3'd] ' :_ -f I m-<�o0�c Z --_T• Z -7 . o -« -, Sao�- �p Mm� Rt.,' G oA o 0 xix EV. asf`07 C as __ao iI Dg G 'so 077 9 N IE N ai r - l 00 =C 000 m 01 0�- Cr ID 0 0 0 �o + — CD CD-CD0 C _ 7 -p O 07 v 11 33 t/ c zoAtm x an CI 070\0 AGV §ge! l Sa$gn9899gli ;a $ P m qo2E4.11 cagortnart x.�" -F Z SS a- g<Rq"� " -I ; —i o saw° -ii $n $n/�Sr"iri-nRggn N O +E 7 -� Z rts0{_-F rl �j78-0�—$ p1p��3 taalt p.H. ai Cv 9� mN9 7y7O �rtp a mn •SOµ0 J Cjg.m Y, 20 W N y" • oO - O 1 J" O O K I 1 p qw q $ng \ gr yom8ew,-mS 4g. im x - e 9 R N {� 7E "le, w 7-1 '11I3^ w t N _ sill g-gtk l 205 �—S O �fn 1111 -t 30-i-Nma+ N�+-t-NJIT o=.rt"/ �9 NS- on1-_o§i1mo 45 3' �, 'e igia a n •-- mg 9 ' gmmov -43- �¢ p-'9 gno�_��n %ogn_o-_�g 1. fid/ N Qvm ® - 941!241114 qpm Zinop9§d 33 ar 21§141.44.4;-rp;� ■_ r. ..ofgg}- + C g G > - n l R• n O_ X C O l l-! J J I O I s N e l n-- J J 33.. rt �L l 111 QQ g t C.I" t S a� QgQI o°-%�' a+ i "'�r'n �i yQ,�* noL+m ��i o+ [0 g Slms n§3n�;Eno �s$s�oii,aom O - O -qC,4-o-' as Sv w� 7- r w� J - �r + p0 V� 30+ dm N - --gq N< momO-F-e'1mS bON ++R�Ynm i V V -SwF 3aaog$ r d NpV.n gp- 1, an o3 p- '*, n gp"o ItE W O K!- g. 51 3 all C i � N�_+� BJ� g5. Y ET} _iE e m i 2 07; m 0 g �o[ ad]+moo+ / SJ ji O o 1P H. J -! O • 1P: 5 + __Cp + 016.4411:4 H! ">ICj y0 o0a ,^4�Qf4 Dry -5_@0_40,.{-1O �m +~tiS -a 'i0 g m i Olf-Texas Deportment of Transportation Traffic Operations OMston SIGN MOUNTING DETAILS SMALL ROADSIDE SIGNS TRIANGULAR SLIPBASE SYSTEM SMD(SLIP-1)-08 ' 'i.;. July 2002 u Tgcor �aUOOT Iry.rxuar �CO TZW^. 9-0B i[Yf3lIXS Cur. SECT aA u]CW'O +tsr cw.n S.EZT w. S1I jQ /J p--i9d _ -9 ��,0 O` OV O 4I4 _t No GR il"145t 92 —. !IwpppFep�p'oppgnN3�_pn rn ti 9d]. iv �e19%-!: 00 N-wgB.OJ�CA mn 9..�®9 !�C �/ gTr Smart + 339. R wnq Jm_ + p"� �VVrK �m i 8� rmjl9 mmN _ • O t J -'N Ooq_$ 8 tl "I -•••., OM� 9 m Sffi Q ^o®mci So to -1 o 2d �O1 oSim9 4-g +sort=iceg m -r. Op rR Na:. m mom • W o m OLTCJ+ m3J o a E• a 0,-. 3 �Q i o w '92-.; �a 1� 5 2 9 =t -�0 }77}�5Gt m MOO= 0 ..0 $ I -ag $�� 7F L�Loo& x; n$ $s2 sli4 g$ Q' - . Oox/ p I % Q I 111E SELL 140 APPEA410H HO UOLDYCM WAS AUTHMZED By DEII"S L. w4100. PC. H0. 51.41 OH r: 6. *LIIu6 00 iulA SEALED 000ID0Hr w0H0.rr PP.OFER 11011rI(A7IL 10 WE 0E 1 REVISION NO. DATE BY DESCRIPTION 11ESP000 4 1 `0 (00 11400 PRAC UNDER THE CITY PROJECT# E16280 SHEET 27 of 41 RECORD DRAWING NO. PBG 822 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA _ _ FIRM NO F-386 LW OWLS FIRM NO. 10126500 I Barchitects 1 surveyors1 engines SUITE CORPUS CHRISTI. TX 78008 Pli FAX 1061IBB110B6 VO01WLNVINGCOM -, ss :\ A` _ -•s� / �, ' +" oP , w r 13-1984 ,° . .,:5 ' 1 \\,.1. CONSULTANT'S JOB NO. 160282 SIGNMOUNTING DETAILS SMD (SLIP -1) - 08 CITY of CORPUS CHRISTI TEXAS 7rtmen+ ngin?Prr^r'p U:\corpus ch,,s i\160282_ nascc truck mspec6on slagmg area\000\Drawings\Plans\Civil\29 51011 MOUNTING DETAILS 5MD (SLIP -3) - 08.dwg Wednesday December 21, 2016. 5.01pm DATE: FILE: DISCLAIMER: The use of We atandard le Governed by the "Texoe Engineering Practice Act'. No warranty of any Kind le moue by TeDOT for any purpose whatsoever. TxDOT assumes no responsibility for the oonver- elon of this etandord to other formate or for Incorrect results or 0ano000 resulting from Its uee O el at m y n 0 O O p 0 0 44 • 2. rr• I' 9 0 o 0 • S11 RD SON ASSY TY S80(1)XXIU-1EXT) (1X32 -n) xx I l) OBs Al IYSSV NOS au Y1S (d)XX(2)XX)XX Al P41SSY NOS ON P 1Id130 dd3 NOIl3I8d ° ti' MI ! IIS 'I �✓ IIA ---'L'. . L o, AI I:1 tut it 1 jl , ,I/ I 1„I 115 L__JI v le 2 I II/ III I I II/ ,Ir 111 , ;I I;I I;I I; til I;I I;11 ll L - -,r,- - -) r- ter - -; 11 , ' 151 1 I N / 'v—` �I I1RI I�;I I; til I1",i II U' w121Will 19 . yn m _,,a a r 115 -.84462ila§- ir0.9 �lilw-a$ gg Y is wo i-1x°m-ogW ail2.1W-fila a9a RJR m."-.!10§.-P ,C, 3 o n y i �[ 7_ C O. O w 9§ ; al4l -''3o a R 7� i - qq �ti Er/t o i g i p 9 1 x 0 i i V% 11a.a 03 -n mIN i 1 1 1 0 to M3IA 30IS nN O (n)XXIIIxxxXX Al MISSY NOS 08 11S g t ; 3+ 1 x �I I'0;1 I; 'nI • 80- tZ-dIIS) ONS r--- O 0 t 0 e +5 2 H.1 7ID v 0 + m N Warning Regulatory REQUIRED SUPPORT SIGN DESCRIPTION 1 SUPPORT Large Arrow sign (W1-6 6 W1-71 48 -Inch School X -Ing sign (S2-11 48 -inch Advmxm School X•Ing elan (S1 -I1 m 0 m 1 48x48 -Inch signs (diamond or square) m m o a 9 0 36x48, 48x36, and 48x48 -Inch elgle ' x m 2 m > -0 m 9 1. 60 -Inch YIELD sign (RI -2) m N' N $ 9 m a -- x x TY 10BWG(I)XXIT) E x xV o x TY 108WG(IIXXITI o x TY 10BWG(I)XX(T1 TY 10BWG(I)XX(T) TY 108WGI11XX(P-BAl) TY 1O8WG(I)XX(T) TY 10BWG(11XX(P-8N1 e a- x= xx ^yx O 3 9 0 g C 0 --f 0 N p -�3 p 61.5%;ppre lTL W Np000 alm0X G2�N�YO °LYNN§p($C iv ;E.ga =y:gnt+o771i3§9a$2egs7`E1�gg. 1m a m:;=g �Q' h 2-n- 99v°v+m;':: � 9R'� -tc�.T il!iiiiillgiiliigiligilgili 0a°� ill -420 i;� o "!` xll img92� R1g1:g!7 inn10.N§.0:_?,.;:7..g.-.:%577 *e eea4°:st-•3 p- �� 9ayQg�- . W- �°m83o !g:11:::11.:51 9 a91"007f ntie<�a' il nY GOAooe a Y R Srd'9' Qc an 9-' .91'1 ° 9 g S aimane • - pgyg 9 Y9 a R RW n�gng6 c+ g ,c4co �.$ Q rEi_ 1 ag $x S • 0 0 2 -13 a 08 1/1 N 05 T X R1: ,1S1ON 140 1115 SEAL APPENMG 011 11! DOOM!! WAS AUTHORIZED DT 001,45 L 00ER, P.C. 10 51.50 -29, .11.11.or SEALED DOCUUEM *ODOM1 PROPER ,1o11 0CA101 10 INC RESPONSIBLE CN1OECR M. OfTFNSC UNDER MC CLAS CIIfi ITIRAK PRACTICE ICI 09Z9 l3 #103rO8d ALIO XI 0 m 2 q O v N co 0 I� z 0 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA SIGN MOUNTING DETAILS SMD (SLIP -2) - 08 ;i CITY of CORPUS CHRISTI TEXAS Deportment of EogoPE:r;nc =vo LNV TAPE FIRM NO F-366 TBPLS FIRM NO 10128600 engineers 1 architects 1 surveyors 801 NAVIGATION. SUITE 300 PH (3611083.1664 CORPUS CHRISTI TX 78008 FAX (381( 8511086 WWW LNVINC COM 1 'ON eor s,1NY1lnSNoo DATE: FILE, DISCLAIAER, The use of this standard 1a governed by the "Texoe Engineering Practice Aat". No warranty of ony kind to made by TOOT for ony purpose whatsoever. TOOT commas no responalbtlity for the conver- sion of this etandord to other formate or for Inoorreot results or dannpee resulting from Its use. m x —a -f (D -1n to c °oma (D3 -} 1/1 I1 7 0 1co 9 -1-,"01'. — 0 Sia — g 54 )1.. w O 9w v a qb i q i ,21 l$ a Jg -12111 e9 m (XX-n)XX111XXXXX • 0 a m E Q S CO > 111 11111111 1 1 1 T6- 0 to m d Rg CrZ �C ark a XI XI O Warning Regulatory REQUIRED SUPPORT SIGN DESCRIPTION 1 SUPPORT ILar0a Arrow ai0n (111-6 k Wi-71 / x G w 9 G Nw vv O C " CI g 7. o w_ ' ml a _ Lola 1{ pSii y m w_ 36x48, 4606, and 48x46 -inch alOna m ?..c m 9 > K '{w� J at — 60 -Inch YIELD sign (RI -21 mW° 9 9 9 — TY 108MG(IIXX(Tl TY 10BNG(IIXX(Tl TY 10BBG(I)XX(Tl TY 580111XX(T) 4 TY S80(11XX(T1 4 GOr0_0... —4`_4_4 % J % % 11 h!i4gr6.1111.1aiii!Plefitii 60 8 p�J e1 YI41 ry�N C Qw�090NS�O�>V1N m�: ��o�'um9 -m �'g9 a_$Q7c m o1 -- m}(QQv�o-ai-i�`��m$+lu ulg o_ nn �� S S.iii<iil-fri ill—ao gg Nc— �n�1n 1<v_ 1a� u g � +� o+ n i-- -E g to g M o ay � 970 fl c.na- [S-a—ao �o psi ;8 1yiqoa 7.1- 1� agg gM. -4 aq q .g2o ` 9w-ffiom 9d l+rti>>lmw�9n rw9oQwn g�-'3 +o'Q Sv'--� gOft-19. III aQ922i�0�gg�S..�a pp p a. 01 O< m a .3m{� 3—ib: w i 23 �9+gi !,,a.4., 5a2.45—$91oo�'g woo w. • o o mm2. , a jO+—i w+9art 24 5g__ 39g a9� V DI gg �1m� 11 a . 3_al g � .;a „go 5 it° w g• 0 0 ss' 9 ti T N T W 05 T T Z ` l:W;1Orf NO. 1110 SUL AMYAAR10 08 2N. 0410608 005 0U1110 NEED BY DENNIS L wLLER, 04 NO SIS, 01 12 a. ALTERATION A SO4E0 000V1' NIINOOT PROPER i2RAx10 ATION TO INE RESPONSIBLE EJIGNEER i_ AN ORIKE UNDER -HE IELAS ENOUNERNG PRACTICE ACI 0929 (3 #103f O21d .W3 0 (n T (.3 m T o z 0 0 Z 0 NAVAL AIR STATION CORPUS CHRISTI TRUCK INSPECTION STAGING AREA SIGN MOUNTING DETAILS SMD (SLIP -3) - 08 CITY of CORPUS CHRISTI TEXAS or`tm— nt of Efyrneennq Services LNV TRPE FIRM NO 0.366 TBPLS FIRM NO 10126506 engineers 1 architects 1 surveyors 601 NAVIGATION. SUITE 300 PN (3611663.1964 CORPUS CHRISTI.19 78408 FAX (3611683.1066 W W W LNVINC.COM '0N 8Or' S.1NV1l1SN00 038if)038 83131A1 ON * ALIVINIAMS S3IIIINVf O 031VINIIS3 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 { 022913 #103road oo N P1 m 0 0 0 0 0 'ON ONIMV 02 133HS 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ESTIMATED QUANTITIES SUMMARY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. 1361) 236-4611 www.mbitsgroup.com TBPE REG. = F-10258 pRAMON H. MALDONADO, JR 0• 96763 • �r1 C O :' /. 1AQ..`��12728716 01 O co 'ON 80r S,INVJJfSNG3 PARKING LOT LIGHTING z Electrical Service No. SUMMARY OF ELECTRICAL SERVICE DATA 03 -.1 0 al - W W Sheet No. PART E- PARKING LOT LIGHTING IMPROVEMENTS (PER SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) W 1 O ELC SRV TY A 120/240 Service Pole Description ( See ED (5, 6,& 8) ) 01 N 0 01 N 0 01 O z N 618 01 co N !n 107 WATT LED LUMINAIRE (48L700NW-G2-4) CONCRETE POLE 40' TYPE II W/4' ARM BRACKET P1 GROUND BOX TY A (122311) W/APRON ELEC CONDR (NO. 6) INSULATED 0 c ELEC CONDR (NO. 8) INSULATED ELEC CONDR (NO. 8) BARE 1 CONDT (PVC) (SCH 40) ( 2") (BORE) CONDT (PVC) (SCH 40) ( 2") C1 N LS M D. O (D m n EA r TI N *CNQ< r m LF I- TI C r- z m I +(D l 01 LA Service Conductors No. /Size TN N 0 J 0 01 - N J- z VI of o a -• M N > N 0 CD 7K TO n Main Disconnect N 'O O 7 - co • N. 01 N. Dw O 3; N Contactor Amps 0 01 0 z Panelbd./ Loadcenter Amp Rating (min) N.D SPARE SPARE cl 07 D 0 0 -1- -0 n N N N N O,T, -'+1 TO � 11 - TO � 11 \ N • 0 7 N N N N Dmn 0 0 0 0 D 7 (A • D. W Branch Circuit Amps LP 1P LA 0 O a n ALIVINIAMS S3IIIINVf O 031VINIIS3 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 { 022913 #103road oo N P1 m 0 0 0 0 0 'ON ONIMV 02 133HS 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ESTIMATED QUANTITIES SUMMARY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. 1361) 236-4611 www.mbitsgroup.com TBPE REG. = F-10258 pRAMON H. MALDONADO, JR 0• 96763 • �r1 C O :' /. 1AQ..`��12728716 01 O co 'ON 80r S,INVJJfSNG3 mr^mmmmrnmmmmm NO L.0 03 -.1 01 al - W N 1-1 - -. m PART E- PARKING LOT LIGHTING IMPROVEMENTS (PER SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) 1 1 628 01 Ni .n 620 01 N 0 01 N 0 620 618 01 co (n 01Z -D 0m co 0 ALLOWANCES FOR UNANTICIPATED IMPROVEMENTS (MANDATORY) (PART E� 107 WATT LED LUMINAIRE (48L700NW-G2-4) CONCRETE POLE 40' TYPE II W/4' ARM BRACKET ELC SRV TY A 120/240 060 (NS) SS (ET) OT (U) GROUND BOX TY A (122311) W/APRON ELEC CONDR (NO. 6) INSULATED ELEC CONDR (NO. 6) BARE ELEC CONDR (NO. 8) INSULATED ELEC CONDR (NO. 8) BARE 1 CONDT (PVC) (SCH 40) ( 2") (BORE) CONDT (PVC) (SCH 40) ( 2") DESCRIPTION CONDT (ALUM) (2") LS M D. EA m n EA r TI r m LF r m LF I- TI C r- z m I l 01 01 f TN N 0 J 0 3588 1 - N J- 0 C -I -1 ALIVINIAMS S3IIIINVf O 031VINIIS3 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 { 022913 #103road oo N P1 m 0 0 0 0 0 'ON ONIMV 02 133HS 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ESTIMATED QUANTITIES SUMMARY CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. 1361) 236-4611 www.mbitsgroup.com TBPE REG. = F-10258 pRAMON H. MALDONADO, JR 0• 96763 • �r1 C O :' /. 1AQ..`��12728716 01 O co 'ON 80r S,INVJJfSNG3 O m 1 Z X D Dmo DC� 0A0 z•O Z CN O O � m DD N N m Co 0- A_- 00 r0 D Z A 1 Dy z m m0 A � N v1y 2r mr N N 00 m c A CO m -0 0D Z z No WFO --I CO 0z "D my mO 0 A Om Z D1.1 -1 0A A 0 Oz N G C < m• M DA zm O 0 1 D N Dy 0 n O= A 0 r• 1 0 mO - �m A m- Z A O O D z CO 0 D02 AO0Zr" mcZ-HmO A 113o mm N W nK A r O1rm Am O Ay Om mZ O C A v�o2- m • O C 3 mm 00W gm O m 1 0 ( (D r X R1 OT rN 1 O m 0W0D> Z <mmz rr1Zr*m0 r Amm<m 0 m m O A Z 0 Z D O 1 A W r A-1-1 mD L m 2 O.10 N A m m r A m O Z A m N m y 0 m zwrmr C p «_ 2 m fT11mAO 1 00.- mmA Z - A m 0 O m N o - N PI 2 A = '2 C m m = Z 0x< A 00M>0 mNZM C 0'N CO m M z-1 m 1 2mp_10 mT. T''IW D1 A 0 P0=T0m D 3 m p 1 1 O 1 MD�0m cm mO cm rD�• c CAO 2 0 N DA m < 0 m- m 2 > 0O Z m O O m D OD 12 r Z - 0 m 0 N r 0 m `2 1 T o 0 m mm rpm O Nm00< m A A A N m Ormr1_-O 0 0000 CO -1ZO {m 1 Dm 1 mO z 0 -1 m D m -0m O O N 0 •Zr z Z = m NGS f<l� AZ 1`t 0 0 O < O Z7 N m M K c A P1 10=� Om z D 0 A 0 m A m 0 z OG) Nm O T0I o 0 A rn -< 0 0 r m D m Z m 0AA O m A D pC D A A 0 1 m Ti 1 z z 0 _1 Z 1 N O Z D D••lm 1 u)m0 m 0 O `� m m < 0 m O 0 A A 73 * z D c Z = z O O m D F m5 O (C/) 7 C Z 1 m A A o 1 K O r 011'j A G% m 0 n 1 Wr N 0 0 m O m D • 1 O A cz A0 0Z <-1 0 0 m O 00 0 O D z 0U2_ Z v D m n 4 M AO m O * 0m r Z OJm O r 0v* -101 z 0 < <m o m Z P1 m :S1N3113d1f10321 33SVN '17 ENCLOSURE TO BE STAINLESS STEEL WEATHERPROOF ENCLOSURE SUITABLE FOR ENVIRONMENTAL CONDITIONS AT THE co 0 —I zm m =m .Z11 m x N Oar Z (1nOm A Om 0 n Omm TI M m 2 mCr / -1 !r A0 co Dom A 0 mA - z <0m 0 A 0 rn • 0 r � r = 2 m G m m x A m A mr 0 p T1 m m CO Z m r 0 RI O W < D A N O <v m A D F rn 0 D Z Z 7 m 0 A Z o O m m N N 1 O 0 = N *o 1 0 D O N r O < 0 n r m D D rr W CO Z n 0 m mm 0 O - n 0 D C >00 m 0 c =z0 m o x�0 Z• ro 0 m m0 m 0 C 001 m 2 N 00> 0 ZO Z • m 0mA Z • A n 1 m O.0 Om m*0 mmm � X - 0 1> Om O 10� Z m m 1 Z A 0• 00 Z m D r • D00m0 m m A rc 7 m ON DO 0 -_ m DA Z � Om 313 N 0p A Z m 0 Z m 1 Z O m 2 D DZ z -1 N 0D r O1 - c) 0 00 D 0 C_ 0 1 ON 0z O▪ y Z N Z r :S310N ONI1HO11 CO O Z O D v m D mz(0 M O M V)A Z mc O A -I m 0 n m A D 0 0 N O Z D A N-. z NZ > O m m O c c O M m m z 0-1z 1 mFr ▪ m 00 m m O m A 0.Tm)A A co -i m cmv o m - Z mZ _Co 0 Om O m m m D -1O 0 m 0 0 m A=_) N O D O x001 D 0>0 mmm < r m 2m-1 m017 1 m Zl D - r Zr m r TZT mA Z m N C - C r m (/) 73 M (N/) A D 1 A M Zmm O A Z M O N Z * 0 Z < V1 Z m 0 A OZ = N D n Om v m D AOD12 D Z Z m 0 p v m 0M`rz A Z A Z N m A=ern OI m D. 0 N O r 0 0- OD�r Z O O D 000AZm N pp A OOT=0 P1 CO 0ZC 0<D01 • Z N 0 m A 1 p 0 > 0 A0 m A - <7:1m-0M 1 0 N < O 00 A' O 1 A • mm m m D C N Z X1 1 — v O Z Oozc0 • C m ZO CO o I > o r A m 0 O N m N c g:1<Z> • • m�J0 m N r A mm Z A m N _A N z O z Z A u • O N C F 200-1 i m0Z0 Z Z z 0 O 0 > Z Z A mo>0 A `z Z 0 O N Z A D p A < P1 A =0m N -I m 0 O 0-4 O c>D) Z D 0„, 2038 = x - -r 0 D co A 1 1 m Z 1 m > A * Z m 0A ✓ N>Z7 Z 0N O 0 = Z mN0 m z :S310N linin 1V213N3O 'Z m D m 2 O A Am Omm n 0 C 2O ��0 mz ONS O D N Z O 0 p 0 (Z/) O Z m O c* Ovi* 1r zAr zC0 -0< m ycm Om A Z m 1 N N 0 2 mo *D0 z m Z A -0v) N n o A Om =00 p1m 120 0 1 m N O P1 AO > A O A 0mw Z O Z m m 00 M> QT C o A 0 -1Z 020 D 0 A z -1 A Z D O Z < -<w> cr)m ZAv C) 0 < m X N Z O K D1 Zm D Z < A N m N 0Cr C A 0 Z1 p1D Z D 0 OFF-SITE LOCATIONS FOR STORAGE OF ALL EQUIPMENT AND MATERIALS REQUIRED x0 m m 0 002 0015 Coz Am N rrnrl c 1 z0 00m mm 00 oDm Z Z Z O O c0z 0 m O m m Z 1 v A 0 00 0m 1 m m DZ Z N 00 C W rA - D1 m 0 A 1 0 m O 0 D r :S3lON NO113f12i1SNO3 ' l REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 { O8Z9 l3 #133f 021d NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING GENERAL NOTES CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. 1361) 236-4611 www.mbilsgroup.com TBPE REG. 11 F-10258 V pRAMON H. MALDONADO, JR4 0• 96763 • ter% C O :' /. 110,„„`.„-...-.1772728i1e rn O co 'ON 80r S,INtl1lfSNO3 MATCH LINE 1 -1 C SUMMARY OF CONDUIT AND CONDUCTORS r CO V 01 1P A W N—. O Z 2" ALUM. CONDUIT 654' 2" PVC CD Ni. 0 X n 0O N N N N N N N N #8 AWG (INS) CONDUCTORS CO 654' #8 AWG (BARE) r CO V CO Co CO V CO V Z N V A 0) N 1.0 (0 N O -I x 0 0 O 0 I I IAn x )I" I I x I I A - • 11 11 r XI • X/ :0 W 70 • O „ K I- x.. K. m n z n 0 <3 x 0 D O 0 X7 — O Z--.-1 z Z 0 C —1 O 0 C - 3 0 C C Z O n mrz 0 —1O m m -♦ Z .0-,D 07 * n -I N O D X m (n W x —1 m xi m O -1 -1 K m 1- m -0 m-0 z 'U o O c xl 1- K 3 O mm co z m x x -1 c -< xi -0 m m Nna 2i013f10NO3/1Il0NO3 D REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 0829L3 #103fONd oo N 'ON ONIMV80 N 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING PLAN LAYOUT SHEET 1 OF 2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. (361) 236-4611 www.mbilsgroup.com TBPE REG. = F-10258 i ��P �..� xqS+. *:; �� , * 1, �RAMON H. MALDONADO, JR4 0• 96763 .*ter% C O /. Xt�".��=12728.18 'ON 80r S,INVJJfSN03 MATCH LINE 1 O-1 r 0 _____ CO 03 .J O) N ___ A CA N -• 0 O Z SUMMARY OF CONDUIT AND CONDUCTORS A N 2" ALUM. CONDUIT O -.I N A < C) N co A N 2" (BORE) N coN 0 N N N N A A A A A A N N #8 AWG (INS) CONDUCOTRS 763' #8 AWG (BARE) (4 0 CO 0,1 A co 0) 40i -.J O -.CO r Z 2 03 N A C m A A 0 r<-0 0 1 • Z n zmI- C� r tt(- D � =0A O.. cn Z Pr m v 0 Z O O 0 N n D m 0 0 2 NDa 8013f1GN03/IIf ONO3 (3809) lInaNO3 O 2 0 z c -1 a 77 0 NOadV/M X09 GNDOJO -i A m n 0 A NU) Om -n Z A O oDm c) A c C n -I 00)4- Z.- TN 0• .-.mom 0 0 C D m 0074. V)T Z V) X O -I -I - O D D r ti A --6 < Z Z N 0 z OA0 A v - .. C m z- Z mr 0) -o CA A A O • O O- CA 0 n n nA m m v0 m m r m 0 m z 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0829L3 #103fOad oo N m0 m o l� 'ON ONIMVaG NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING PLAN LAYOUT SHEET 2 OF 2 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. (36 1) 236-4611 www.mbilsgroup.com TBPE REG. = F-10258 i�P• ' x.d•T ?RAMON H. MALDONADO, JR 0• 96763 • e - r% C O :' /. 1AQ..„�=12728.18 rn O co 'ON 80r S,INtl1lfSNO3 m C) m z • N # # CO co a 0* 0 0 CO D Z 7 M N Z N 0 cm - N N # # GOOD DD 5) 5) CD CD z--. N z r n # m m c r coOOK c 7- 3 77)73• K 0 n 0)770 (» -I -Iz 0n (nm co o z x rn D = =c 0m Dom 73 CO>.-. C <0 Pi = _-I .-.N --.-I -I _ nM m0 #D -r D IV 1 , #CO 00 nn 5) CI 0 CO - D z 7 M 0 .. Pi (n (3 0 0 Z Z mz n PHILIPS u GPLS-48L700NW-G2-4-UNV-DMG-GY3 MANUFACTURER & CATALOG NO. N 0 N.) 0 0 rrt r N O m 0 c z m 0 107W LED POLE MOUNTED FIXTURE N0I1dIdOS3G 31f143H3S 3afl1X l 11-10I1 3dA1 idOddflS 33 I A?J3S D 0 C7 N 0 - Z or cc z 0 z 0 c ,V -1 m co D -1 r zC CD • 3dns010N3 N Pi 73 M < t7 • m CDCD CD CD ## # ol co - Dz N m IM D Z P1 m ON 00(1)002 CDaa -- 70mP1)) Z Z Kmm:KOmr Piro mcrm z-<mOzz (n O m -1 N 0 • 0 -I(n Z 73 (n c0 -I c3C Z -iP C m *-0 �0 _-D D- . 0 oz I- O 0 m N � r n (n = m < 0 me zz O -0 m• X (n- m �M Z - -- CD (7 m 0 n 0 z z m c� REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION -5 082913 #103road 0 oo N m 0 O 0 0 'ON ONIMV 172 133HS 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING WIRING DIAGRAM & SERVICE DETAILS CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. 1361) 236-4611 www.mbitsgroup.com TBPE REG. = F-10258 'SE `• \F��1 pRAMON H. MALDONADO, JR4 ??,+q. 96763 •*(% �-- F1a /. 1�\„`.`��12728718 'ON 80r S,INVJJf1SNOO -J 0 co a W N 7.D (" 1 01 co a W N 0 O D +-•C-•C 0 O-•11 000Drt, L 3(0.++C -01) 00..0-0 mu(O Z z-3* 000- 70++D 0K o-• -0a1-0c0+D 0-1 + 7 330)C30 -C7 7 0 0 C 7 C 0--773 1 7 04.<1-C.100,7-1 D p 0 -• 0 7 0 0 0 3 CD 0 (D 7 1 + -• a 0 -• 0 3 r (n 3 17 S l -• 7 70 (D (D3- C 70 337+7 +N 1(D- 00 -0 m7071(DO _7 0+(D 3330 0-000 ON a (00+n a0(00 ON (D < 0- 0 (D 7 3 0 < -��0(D0 (D O 0 D< --1-30<0. 0< m C 0+ (D 3 3 a a+ C -• + < (D 0 -•-• + (D (D 0. co 0 < 10 7 -• 0 0 + 0 0 -• + -• 7 C[ 0 7+ 0 0 C -6 0 10 -• (D (D 0.+ -• C n -• -• A 1-, C 0 7 (0C0 0000-• - 0 -1-C-177007-0- (- £ n 0 0 C -• 0+ 3 -• n + -• -• 0 -• -• 17 3 0 0 I n 0. 3 a -• o a -I 0 O -• 1 0 0 -• - (n ( 7 O a --•0343030-600 00 0 -•10 3070 C 0(0 (D++(D 30 D -•7- -10 0 +O+J-•0 0 00 +++- +0- 70 F - O+ID 00 701 -•DN 330 0 10 1- 7 0 C 3 7 1 10 7 - 0 - O K M' F C 0 0 0 D + O - D O O 0 • + + 7 0 7 0+ a -• 0- 3 0 011 00 D N 7 7 N £ O - 00+ (O 0 7+0 +00 r -7 C 11-•D 10+1+ (D 7 O+--•Q-•+O -•7 0+ < 700,700 Q Q O 03-•370 0 "03F3 0 0 1-0000- 1+ O + -0 -• N• 1 0 a 0 O 7 3 (D - -• m 0 0 (D 0 (D + 0 (D + -• 30. 07000 00+ -++a00 O 110-•0 O - 17 7-•C -•7 C+11 O D (010 0 00 3 71 -•O £ -•O O D 0 X -•- X X 1 7 O x Q 0 7 1 7< 0 0 00.0000 + 7 0 0 v C 10£ 0 + 17 C 00C(000 1)00 0 7 + C 000 43 (D (Da <-• -•000 -00,0 F a0 3<-i,+C++7 C -•000 01+7 (-•c ', -0 0+ -D -O V( 7 -0 (DC - +0-•+ 00-• 003(30, (D (D0 -• 7 -•-7-•0 - -• 0 C 700 a 0+000 0 0 -•+C 3+1-003 00 x3 1 F 7 00 • D -0 0O 7i >< >< O # D 77+0 O -• 170.0 N+0.O -�+ ]X00 a<-- +7 3- 33 +OK Om000- a 7+ 0 N-•10301 OD C WDK£ 01 C a N * ++0010 -N O(DX1 70- (n -(D-< -• 7 (D -•£a- 0C 3 ----3Q 0 a O+ 3+ 7 0- 3 to 0 0 3 0 0 0 -• J 0 0- c 0 - (D - -• + C 3 1- 7 Cr a D 10 3 ( 0 + + -1' (D a a 0 Z 1 C o 7 -• 0,730.-0 -•30 M-14,7 + -• - 0 a <- 0 +K 7 17 LA 3 0+ 0 (D 0 + (D + 0 0 0 04,04000-104-7 3- O 3 -•NK a N+ N++3 7 +0+10 7 3 <---1.<170.7-C --O 7 7 -O 0+7 7-• D- 0 Q0+110+ -•C 0- +7 ++0 N •OO 13 10C 70 O f(DD 0 -D 000(0 a 7 -71-(p x0 (00 0700 7 (D +11 1 (0x4--•00 K 7 0 7 0 4 1 0 -• 0 1 0 a 0 0 -.0C3 3 ++ 7 C 0 0 7 -0 - -• -• + 0 + 0 7 10 0 0 7 -•0 0 a 0 0 - 0 0 10Q N 10+ 0 7- 0 70 +3 00 oo QD 0 co 0 3-•3 7 0 N L<-•00 -+ -1 (n m 71-• 0 0 Z -.0 010 + 01700 00 0 -0 7000 C -•< 0 -,0 = _ _ ` (1 +++7 -0 -a0 0-00-• QX+3 100 7 0-0 m+ -.,- 00 Z000 -•O0 107 17X OZO3C +30 ++ K7-•0 7-0 - +300+-•w0 00 10 7-0 170- 0.N K+ o -•+m0.00- 3 a - co 1 m+ -•3 -,0 3 0 7+ 0 3 x X x x X O Q+ 03 0 0-0_400303 O -� -• '-.0(3 C 0 •• 0 0 0 0 -• 3 7 C o 0 O O 0 C 00 0.0,010 0 - 1070<+ -777 071 7100 o3+ 0-133 C037 -•+0 + 1O 170003-•0 m1-,+ 7-• 3 0.004 + O N 0 0 10 10 Co co - O 0 0 0 + 3 3 - 7 -• 0 1 10. Cr -• 0 0 3 a -• D 3< O o 0+ 7 -• < -• -" - 10 -• + 0-• C -a0 30 +0 3 7 = _ _ = 0 c O7 an 0++00.01300 -01-0 0 70 3'<0.010 -7 1- -00000+1 M0 • 3 300< - 0-a 70107+7' n 0300 C ( 7---00X 0 -•1 0003 100 -D <a +00-•0-+r07-- +` + 07300- O L< 0 3 7 0 7 0 X X X X 000 0 0 -- -., -4-0_30330 F 3 - 1 0 -• 7 0++ C 0 3 3 1 0- N- - + 0 0 N 0 +0 3•<O X 0 30007- a a a a X O -•31-D +O 0-0[(O 000 00-• 011+ +103-• 37 N• + 70 ( - a-• 3 -•<+-• 0 (-0 -+0 L. a 71 Na0-- 01 (D0 -• O(DC- 0.077 007 • 100 -•0 7 DNn+70-•Z0 C a 0-•7N+3 000 -00-•0 < u1 N C 00 • X 0++3 0+0 0 00 a D+3 N7 +71000 700• +3 ID 70007-0 + O -•m o n o - 0+ 0 7 O- 0 0 0 0+ 4, M -• N+ 1 0 -• C -a C N 0 10 0. • 10 0 3+ -� 0+ 0 0 a 10 n 10 C O D O a C 7 0 - + 7 0 - � Q- + ti, _ -• 0* 3 -• 0 0 0 1 1 0 7 3 0.317 1 0 0 0 0- -• m + 0 0 -• 0(0-• 0 7 a C COO +- - < -- 4, + 7 + 7 0 a 417 0- -• O -+ 0 - 10 -• 0 0 3 0- O -03+ 001 O• 10 0 3 7 1] 0 0.N 0 0 7 0 2 0+ 0'< 0 0 7 0 3< 0 1 0 F< 0 c n z K 7 0 00 XC0+- 0 0 C 4,00 -. u1 00 0 (0 3C a C 10a3 (17-•000 DN 00-•0 r -000C 07 03300- 10 7 • MO 3 W W O O N + -h+1 X 3 �D 0.7 03 + 01 0 0.1330 1` 310-•• - +7 -7 0 0 000 7.. 0.1 10 l++O -•00 70 17 00 1,+0.-07 10 +a -r7 0 3 -•10 0 3 0 F10 0 -•C 0 3 Q +• - ; - O -• 0 £ 1 -, 0 0 c 0< 0 K 3 0 7 0 r 3 •-• 0 10 0 0 0 -• 0 0 0 3 3 0 1 < 0 0 3' J (01-- O -, m 3 0 C- 0 0. 7- 7 7 7£ O -•X X X X X 3 1 CO 0 3 1 O 0 O +- 1 1 1 0. 1+ 7 0 0 n+ 10 -• X 1 0 7 7 7 0 -+ 000 X 0 0 0 0 7 •" 10 N 0 0 -• 0- _ _ _ -• (3 a 0 + 0 N O C K 0 -• 0 -• pa 3073.17 a 0 7 0. -- 10+ 0 0 10 7 0. 0 03-•70 0 73+000 co c 0 0 N CO 0+,010 a N+01017030 0 .c 0 0,O - 10--•7 C 00 100- (0 -+00 00 a 0000 +DO 10-•71 0 ' -0 ON 307 -n- 3 -710"0 11 - 0-•<-• - 0.D 070 m101 -C++ +` 70,0 + l O 7 0 0 -• O 0 x x = = = n X 0 7 0 -• 0 0- 0 0 0 0.a 0 0 0 0 ...<003 + Q 10 1 + -• -• 0 0. +L< 7 7 0 £ 00+00 +c1a 0 701+ x x X ~ 10 -a+C 0 • -10 7+1u1- 0 1 0 3 -"17 310 + 31717-110 0 --0 i0 +N -] - 700 --•077 a s O 0 -C 0 3 7 -•OO-• 4-007 O a0+ +700 0000 a 7-1, 0 + 0 X7110- 4,7 70-10 EN 000 K - (3O . a a a -•00 a 0 -£ < =1 0 33 3 3 0 -0 3+• ,0 100 +-•0--), N 00- -•0 N -•0 +++ [ <3000 =7 0 N -•00 00 1 030-•0-10 OC - 7 0 3 0 Q 3 3 1 0 - -- 0 0' 0 0 0 0_ +<< 03 + 3 0 0 O O m 7l< Cr - - 0 1 0 0 0. 3 - 7 _ N 3 0 + 0 7 0 0+ 0 3 7 0+ 30C1 0 3 3 3 0 7 - 0 O+ 0 010 O n o aa 3 0 0- 3 7 (n C 10 7- 0 D C 3 0 3 -• v 0 a 0 7 0 - 0 0 C l a 0 + 3 0 7+ 7 0 0+ 0. 1- -• - 0. 0 0 0• 13 -• 00 0 0 3 0,NO3- a l 0- 7 -• - 10 0 7 0 C 3 7 + 13 74<0.0.0-•-•00.M 00 <0 m0 +- c -•a0 - - _ _O O N m 0 -+'100 C 00100 C 0 - 7 <00 7 00100 7 0 0 0 7 N 001 00 0�0+30 OC 1Ono m 0 100 C -0< K 0.-• -00 0+ 0 D 10+ 0 -•3 <a ,00- -• 7 x K �J10�- 13 10 �, 70 _ ' ' ° ° n )+01x 7 + -•O 7+O -•31£ 1000 c+ 0m --0 00-"0-• a 0 a0 0 0.-•a 0-• 3+C O x70 N - 0 n1 -In .0 0--0 7 -•al 0 -•013 N+ 0+0 <0 N +Z - -•0 + N -•3 • 7 0 +10 X X X X X 010>100) 0 ..+0 - + 7-•-• 0 10 F 0 �, - 13 0 1 +0 10 -• 0 -I -•m0 +- N 0 10 0 0 0 C -34-h 3 • -, 0 1- N O- 0.o O D • 0 0+ C ,0 + -• - -• 10 10 1 0 0 3 1 0 o n • - 3 0 a 3 + 0 3 - 0 0 -• -• W - 0 0- 3 0 TIN - (/( 1 ti, 10 + 0 - 0 l Q+ 10 0 7 -• 7 a -• 0 0 < 0 ]- 0 o 0 0 7 0 0 0 0 - 10 7 • O O N m e 0 O f 0 -• z- -• -• 1 -• + 7 0 0 7 a 0 0 0 0 0 (O 0 3 0 a -• + ` 7 3 3 • c+30- 700 C70n' x = ' ' = y 770+ 0 0 .o0-"ati O.10 QC3 +1000 + 3-0 00- a 0a £(010 7 7 + -• (C 7310X-1 3 -•30+ 0-•C 01 10 7 O" K F 10 7 Z+ -•100--• O+ 700 ,0 ,X X X X O -•070. 7 - -•0000X v0 (lama ,<o-• +-"+010mx- +10D0.0 +� O+O O.Oa = a a a a +l CO N 3100E+00o 01�, -•010 30<+ Cr 007-0 X07 7 00 ( 7--+7 -10 30 -•3 + 300 _.0 700- ZrDOo 0 0 + c+ -•0C = _ _ - (n +3 3 0a-• 0 • •--1 0103 +1O+Z 7+0- -•C< Z>0 --1+ <<-•<-1,C 0 OC -•+0 z-•30-• - 3 (003 0 c 0 0 Om 00 7+0 �+ 0-•03m 0- O 00000 100 71+SC m -•l7 0 373 - 0 m0+ 30 0. + 0 0 -3 O31-. 0- +3a7 -• 0 0000 010X 0 - 0 -00+ 00 .N --0 00+' m+ 07 0` 3 Q+177-�O+- 100 - 7 ax 0 • 3 + 3 -+ +74-10.0 10-•1 • 37 J770.�, 3+4, D -•10 O-• -•O c0C 0 00 4,7a0+O 0+,-• 00m 13100 -• 13 -17O+Q-•730.34 0-•017 100 Xti,N71 TI133 7 X - - O 001 +- •O C 3 0- 1 -0 +710 -1 n-• 0 0+ 0 -• - 0 m+ 7+ 7 0- 0 0 0 7 m 3 (p'< N" 0 1- 0 0 0 + 7 1 0 m 0 -', 0 0 0 0 0 l 0 0 £ Q -• X D- 0. 3 -• 0. 0 +D C 10 1 010 (n D 0 0+ 0 - 1 1 7 7 O < OO -C 70. O1-• 7 -0-•-0000 0 OC ( 10C - N 10 0Q C 0 001• 0a0 O Q C -• 0 1 £- 1 0. co ti, -• N 0 0000.73 O 3 �, l -• 0 1 -• N O O 0 -• l Z 7 0.-1. 0 +O +a•-' + (000 -• 710 0 0-]+-•a+ -01 0 33E3 - D m0 - Z - 0 Xao + 0, < 4-010 7 OO NO T+ 0 +O O 10 717 ]0 3 -•3-•a<71-•00 300 7 co O o 7 --•10.- u1N 3 0- 017 a- + N 3>a( -1033 0 0 0 0 7+ 0 + 3 a 3. 0 0 0 c 1 0. 3- 7 7 - O 7 0 10< n r+ 0. D 0 1 +0.7 7 nCN00 ]10� 17 - 1+ O. 010 ++01 -•17 (0.N - + -•C00 0 C -•+O 00 17 0 7 0 3 C1710] 07 030017 a K 00 7 - '+O -'+ --10 C(O10 0000 3- O-0.0.1010 7+ Q O D + - J N D 4, O -• 0 7 1+ O 1 0- . N (p 10 +- 0 0 C 0 3 0 0 0£ - -� O C 1 -• ( 0 0. 0 0 3- 0 0 0 -. 0- < 0'< -• 1x7 O -•710+000- 00 C- K+F 0+ 0 3+m3 O7 + 7 0 3 0 0< 0 0 • 7 7 3-O- 0 0.7 -•+- .0 0 a-• 3+ 00 0. 7 N 3 • �-a -•x-• a-•0 07 3 C 10 0 0 0 7 10 0 7 - (O + • 0 SHOlOn0NO3 £ for outdoor use on PVC conduit ssalun 'swa+sls S8013n0NO3 S2i0l3nGNO3 L a W N 0 l0 co -1 01 t1- a W N m O s! sa01AJas Ioo!_4oala O co /3030 -0 0++u( M11 D 7 la 0 a +0 7m 00.00 U m•--3 3 `a 00 ac 00 001/I 403.100+- C) +3 C -1,40+000+0 E -0030++0-0 0 (n o C -• 0 0 7 0 1- + 0 1 1 7 3 -• -• 0 C 3 O C -, C 1 0-F007 7 0 7 3 30 343 030010X770 0 7 7 0 0 0 7 7 X -• 0 7 0 7 < 0 0- 7 7 7 1+- 3 0 0 0 0 0 D 0 Co 0+ 0 3 7 0 3 7+ 7 0 0 0 3+ C 3-- N + 0 1 0< -•D + a 0 0 Z (DOM C C a 0 O N 7 0 7 0 03-1-7 0 10 -h O 7 0 0 0 a+ - 3 0 0 C C 0+ + 7 0 0 C 0, 0 0 -• < F 3 0 3 070 < 0 0 7 m 0 0 ((03.0(0 < (n 0 3 3 0 0 a a 3 0 0 0 -< +- N C o m 0 - -•3.00 O+ +` 1 (Q)3 -• �, 0 l 1 0 0 10 0 -• 0 0 0 0 + 7 3+ N 1 -• 0 -• 1 0 0+ 0 0 0 2 D C m C 0 1-£ 17 17 O -- -N70 -•• 70 • - 1 a C - -7 O0 -•- 10 a -• O-•17 X030 +,+ .-7 7+10 033+a 013 0000+D-•307 -0 - <+a 00-•0.3 + 137 70 0-•-- -0 007 +10- 0 --00- =+0 N-•0 10 70+0010 1-0 ++717 <+10+0 Q+01700- 0 03 700 0-•a 100 0 a3D 1010 0 30 --a-0 L<0 00 '-•3- 0+010-+C <.<-• -•0m+n -•017 00-L<3 100 0 0070 7 - - 1030 00 07C0 00(0.0 0 =03 0 D+0+ 0+ • .0- 1M 30-000 n - 7 000 7 031C £• Cr 00717 0 a 0+ N 0 0 a 0 N 3 -<03 DC -I-3 7 - o C- 1 S" 7 -+ 10 O a K-+ 7 0 0 0 33C000-0,0-• 0 0 3 0 -• < 3 0 -fi7 0710 O OC 0 -•0717 10 a - - -•a 0.000 a .L<3 7 -•10 10 -0 1--30 DN+C 0 -C a '""' 0 - - 00-0+0 x10 ( 17300 3100. CO -N1-b +-" + +O+O 70 303C + -+ am0-10 0 01 K0 300 CX -•K0 7 O N0 • ' 107 - 700 0< 0307 0330+ 0+• ++ 1 3 3 0 101010- 3 -1 D OX" N 10-•£ 7 0+7 -•177+ X1010-• Z 110 a+ -C- Oa 10.-•J 0.0 0 -a+-7 3 0 0o0 - +a(3a CO + 1+0C - NO 00 0a-• - +0a 100 +OX •7 -•x0 DOC 707 0` N 00 -•+- +100 -0 +C N- 3 0 SC 1-• 7 -1, 71017 00+0 O 0000 4-100 70 O - C 10 ] x,701700 0 + l0 -•N aa00 N 0+10 0 10 1 J • 0 0 - 0 O 0 0 0 7 a C 3 0 0 <17-4- 0 .< 0 7 0 0 3 10 0 - -• x 0 0 -• 0 0 0 -1- m 0 Cr, 1 0 + (0000 (0>1303 70 1 + 3 0 10 0 O 7 - + C ,0 -• O 0 0 X 7 10 10 0- N 0 0 0 0. O + 7 - 0+ -•a 4 10 3 0 0 -1 7+ 0 < 0 0 4, 1 0 0. 1 C+ O -(, K 0 0 F 7 -••-•OC -0 �,+ x07 7- 0-N+ 7O• 1+T+C -•D-0 70. 0 1000.+D 0.0X- = OD -•7+00 0-•0 010+ K-•0 0+ C+ a 0 0 0 C 1a-• ID - 001 --0 7 3-•F7 10C 030 X J-•-•1 -•D- O 0 -•0 0,00 3 7-,+7< 07 0'00 - -i- 170- + 10+ 3 C 0 3 + 1 10 0 -• C 0 0 L< + 7 +- 0 7 0 -• 0+ 0+ 0 0 -• 00.0 3 -1-30000 0 O 7 10 3 a + -•13 -• -• 0 7 0+ N -• -- 3 0+ 10 0 0 a 7 -• 1 + 7 3 + 11 1 C 3 0 0 1 0 3- 7 + 0- 3 17+ 3 C 0 0+ -•(O -• 3 3 1 0 3- 3 3 D C -• 10+ a a -• co 0 7 0 3 < -• 3 + 3 C 10 3 < 0710 0 K< 10 1 -• -• 0 + 7 7.-£ -• 0 3 - a -• 0 3 0 0 0 10 0 X a 0 7 -0 <-•3 3C+ 0 -•0.07 -1- 3 0 10x0 3a n-• 10 - 00 0 17 n 10+3 - 0 17 0 -•7 -00 00 C +0 0 7. 00-•-•D C 00 <O 0.+ +O 03C CO � a-100 +C+ 0 0 X301 0 307+ 0-73 3 m- O0 -1010 7C 1 -•+0 ++000 -•07 0.J +0110 x 10-•O- 1+ < -1, Ln- 0-•0 010 N +a0 0 0- 0 0-017 117 XJo. -0+ 7 017 +++ 07-71 1--33 + -•3- K 733(000. 0 000 D+ x1 0 0-•3+ 00 + + l0<0 00- 7 700 D 00 30 0 m C 3 0 • 000+000W2+IO 010a 77 1 .<+4, 10 3 • 0 7 Tal C 7 07+ £ 0l + OO 710 1O £ -,+ OO 0 OD 70+ -• +C 777 • 00 7 +10.--00,00 0)-•l -• C a(OC O 00. 1C 17 -•(1,30 O < +O +7 11 C 00 0 m00(O+ 00 ND 10 00 -03 ' 010 3-,3+0 3 0 0 C o O 3+ V(7 - 0 O 3 7 C 10 x 10 0 7 0.+ 1 D 0 • 1+ 0 O+ 0 0 + 3.0-4- 070-•-•C4,-.7 10 0 10 XI C- m m 0 -°IO 7 7 0-++- 0 3 7 10 a 3 0+ - -• D -• 0 • -• N 4 (1 0 0 C 0 7 7 O 0 17 7 3,17 + 1 3 7 -• 3 - 0 0 17 5. 0 7 CO 0 < 0+ +13 a -f<0 0 (0 0 +•,010 3+ c -a+ 0 0- --x30.7 710 3 (n 0 -((3a-• 1010++-• 1 -0.3 700()7 0- 0700C 10 0 0 0 a a 0 + 7 1 0 10 -•0 O 0-1 3'< O O O O a +- a 1 O O C 7+ 0 0 0+ 0 0 0+ <0 -0E0(00 1-+C0-0-• 13073 -•C +O 0 00 • 0 + 10x0 O -•+ 17 307013 (070 0-• +0x -•10011 1- 030 13 -070 < -+ -•<a0 000 7X - 0 7 00 010,010 D <10 3 ( --00 3 D l 0 -• +0 - 07+7 3 30-0 10a .+ 03 0 77105 ON0 C 10++ 010 - 4 D m 3 7 0....<170 1750 1 1100 0 +7 0 010 3 3 1+1 CID0+ 710 • Dam c 0K C 0 -.3310 0 --103 10 0Ca710 3 • o a+ 3 0 1+ +a 0.7- 10 --OC -6 70000 0 N 0 30-•C 0a030 --0K 0705;+ 3-0 0 O -C 01 O -• 100 O - O X 0 - 3 7 0 O C O O+ +43 -•C 017 C 7 00 +N 100£ £ 00+011 313 N+0 Ov0.-• OK0 10 --•CO -7 700 ]K -,O +O-•10 1-•0-• <- 7 +D -D O - O a0 -•C1 +O 00+ 000+ 0 a 1• 7 7 7 0 0 0 01 + 1 C - 0 0 0 7 0 7 3 0 3+ 0 + N 0 0 L< -• 0- 4000'007-3 a -•3 • F+ 1 10 F - -• -• O- x 1 10 O7 -•7100-0 Oa -•7 07770 a -•0.K n 1717 3 3+ 3 D N K 0 3 C 17' + 0 10 0 + 0 0 + 0 0 0 T 0 C 0• 70 ++ 07 E 700-• 00 0 0 3 X 1- 10 -°700 7 001 170 W00 1070 0- 3 0+7 C +270+ -•7 O £ +-•- -•0 1+ 00 0 C) 10 N-3 +3 C til +C 0a(1,30 +1 0 < 11 0010 37--h+ 10 0 0 +70 -7 +10 71 00 1 Col 0)X 0+ +0-(O O0 170 ++-10 0< 3 303 01 3 -10< •04-X0-• 0 0.7 -01 (011305 0031-•0NC 0700C 0 3 0 0 7 10- 77 - =000 01 -IC +1 ++o C 317 70.01 M a X17 M I-00• - 300.-•0 -17 x 0 10 0.+ 7 0 0 x+ O 0 Cr 0 3 010 0 •-. 10 0. 0- O 7 1 O+ 1 17 7 10 • N- N 10 0 C 10 0 10 71 +3 0 0 = 10 0 10 + N 0. 0 3 7 - + 0 0 C 0-• 0 10 17 0 0+ (00 0 0 --, 0 10 1 0 0 7 3 -0 (07 3+ 0- 3 0 C 0 C 0 0 3 • 0 0 -• Cr 7117 0 + 0 x 0 C 3 a a 0 7 3 0 0+ 0 -C ++ 0 0 0 7 1 7 0 - 3 0 1 0 0 0 4-+ 0 0 0+ O+ - O 0. 7 -• + 0 C O D 0 O- x C C 0 0 17 - 7 -°170 10 a 700.7 7 7 33 ( 0017 3 x,010 a 10 0 N m+ ti,+0 ' -•0 -•<- < l x70007+ J0 10.-0 070 n + - Q +O O a x00 317-• 3 a-•+7 F a-• 71 l 40+0310 7 o1O N 01+00. 00 3- 0-•01 N - 00 O C073 C 0 10 010 -O 0 + 170 (0 10 OC 0117 C+C 310 30 -O0'< -•+C += 13000 0 10 1 0 0 +10 -•7 O 10 0(010 -•C -•C - 01 3 a-03'< 0 MOO -•0 -001 0 1 1 010 0 -•1 OC •- . +-•O 70 10 +a-++ 4-1 1 0 10- -a D 70 +0 Cao -'+0 a 0 O -0 3 7 0 -+ O-•10 3 C 3 N 0 0 - •C ++N 11 +-•O 00 7 (0 -•O 7 00 -', C D -.+ 7 710 000 30 Q w-, - O" D .O a 1010 C 4, 3<0100+0 10 0 00--00 X 00 7 4-[ 0 m 10 07070. - 3 0 0 -- 10 + 3 C 0 + -• 0 0 3 a 0 0 -• 0 -, 3 C 10 a 10 1+ 7 x 17 0++ 0 10+ 1 0. `-' X 10 1 - 0 7 i s 0 0 3+ 1 7,0 3 10 3 -1- 0 D+ 0 < . 7 N -• Cr 10 0 0 - 1 7 0 • -1-0.310--)O 7 + x (DC 0 0 10 10 10 (I', 0 £ < 3 + -• 7 0 3 N 17+ 110 -• 0+ 7 7 0 4, N -4 0 3 0 < 0 1 • 0 0 00+ 3 C 4, 0 0 0. 0++ 0 a 7 0 3 X 0 -, -• 0 117 S+ +-,- 00 O C 07 30 0 C 0 --10 3 0((0.110 0 10 70 0 - �-+ C 0C 3 - 3C 0C 7-2 -,+0 00+ 000 7100 7• 717 1 0 7110 - 311 0 -0 0 3+ 7 3--+17 3 0 3 O+MD 30+- N -• +10 -O�,O 1 7 0310+1110 -• O -• 0 0 0 10 10 O O n o 7 0 �, D 1 0 3- - D 1 Q 0 -', + 7 -- 0 0 V(0 10 7 -• 10 7 + 0 10 N 11 O l O a 0 0 3 7 N- 7 007 0 0 10 3 C 0 10 7 0 1 Cr 0 1 0 0- - 0 C 0 0 -• 1O 0 0 1 C 0+ 10+ 0 -•0 0 0 7 0 00,00.m) 0 C 10 10 0 0 17 0 0<+0.N 03 +-• 3 -•7010 + 000 +7- 7007- Q- 70 10 lN0 r +-•7-1, + 0• - 0 0+-• as -3.70(7 0. O 0 -', 0. 0 7 n 3 1 0 -• 0 x 0 0 O a Cr, 0 + O+ 0 a- 0 0 -F 0 - m 3 -• -0 + 0 1 - - 0 1 0 3 0 0+ 0 17- O • 7+ 0. O 7 c L< m13 10 1 10 1 0 10 0 -1, C • O 1 7 C C 707 7 0. 10 0 .- 0 7 -• 10 0 0 C N O 10 0 0 0 10 < l l l -• 0-£ -•O 1 00 00 7 • 0 0 3 - 03 3 N 1<1O -•O 000 n n+1001070 7 0.7 710 0.10 •F -•7 0.00 -•J N N ++0 10 0+0 0 - • 00 3 -H -la 7 00+- -•100 0 000 700 < - a+ 0 a-00.4 0.0-• o -•7 0+£ 0+ 0.0 a7+ • cK 0 0C 0 u10 - 7- 0 10 3 70 00 +O <C C +0 ti,C --C 0 -• + -•00-•~6100 n o -• - c l 7 1 N £ 0 N G1 7 + 0 3 -• 7 D .0-• 10303 0 0.0.3 l a+ 03- - - O -• 1 O- o -• + 0 0 0 1 7 n 1 7 -• 3 c+7 0 0 • 10 - 0 (O 7 1+-• OD17+ 10 0` 07+ 1000 3 C a 7007+N 710 1+• ++ 010 30 00 3070 0-•l N 501 a 007 -0O x 0 1 7 0- 100 0 O -•C 1-003 - 0. o 0 7 0 7 0 , 3-•.C- 00+ O 7 + 7 0 O m 0 0 C0.0 - 7 1 0 -• a + 10 -, C+ O+ -• m �, + O N 3 0+ 0 -• 0 1 10 O 0 C 0- 10 3 7 - 7 7 + N O 003 10 + 3C -+, 3 + - -•07 0 00177 O 7 7 10 7 + Z 0x,101-10 -1, ( +310 70.00 +_33 •x13 -x10 -• + 0 + 1 -, 10 3 -• a 0 0 DD -,a O --(Da, 0 + 1 • X a K (-Ina 7 a 7 C M -• + 0' 7 0 C 0+ 0 3 -• 1 •< c 1 07- -0+ F O 0 a + -•O- 10'O'< 7 0 7 7 10 0 C 0 0 000-7 0 00< 0a-+0 -c30 0 17 70 + 3-',- • 7 a u1 .0 010 ID -i07X 0 -•(0 3< 0 O+ 10LT10o__+ 00 -•�D C 10 l 310C 0+- 010 7 0-O 10 N -•1 1010 -• O 00 C 7m -•C 0 C O-• 17 +70 010 7+O+0.N +- -1p 0.o C- OK 0 7000 - 0 110 O O a 7 a N 0 7 + 7 0. 0 0 O- 1 17 0 7 0 0 + + 0 1 0 10 a a 1 1 10 7 -•10 x 7 - 000.-73 7+0 O C 100. 10 QK10 K -010 + 100 1 £ O 7 F+ +-•10 03+ti,M10 00 130 01 0a-• Q�,-1, -00 - 10 -• w 0 00 C 10 0£ -• £ 3 0 -• 7 0 4 -• 0 0 7 1 0+-+ 0 3(0 7 C 0 0 0. 7 0 + 0 • -• O 717 0 0 7 + O- 0 0 0 0 0 0 0 7 0 0 0+ 7- -• 7 0 110 0 0 7 0 1' -• O 0 1 0 3 0+ 3 0 0 3 0 £ N+ S 0.+ +3 0 0317 a 010 7£0 0700< 0 130307 10-•-13 3 C - 3807 < Cx7 SN 1-•+ 0 70 70 7-•D-• 0 3 3 C 0 l -•7 3 O0 • -+0 07- 0 -•O£ 07 -N (0 70. O-• 7 a070 +0 • -•10 ti,10 007 COl 0 O+O l 3+a 007 D =100 10 +10 1 7 7177 0130X70.- C 10 nQC +707- J A000 ON -•+ -JO + 07C O COC (CO,- 10 O X OO O O+10 + FD10 10 0 O -•+000 71• 1 1 C 0.J Fx< 0 O -N 7 < 0 7-• 0++ 1 O +0 O 177 O £ 9, . -•+ O J 017+OX +1 700 3 -•n .0 0 N ++ 10 3 l N a -• N+ + 1 -1, 0 7 -•aa 7 -•0 +7+3 010 00 ON 000103a (1010 -•77 -•3 7 0Da a 10-• a 00 0+CO < 03 £ O7 C 1000 70 -0 X003-64017 0,-• 7 30--10 0C -•D 7 0 7- 0 1700. + 0 • 10 0 70 + 1-• n<O 0 -0.0 C 1- 0 a 0< 0+19 -0 01 0C10 0 010+-• 0 + '< 0,= N 0 C --+ 00 00 1-1+-03 1 00.4, 0-K 0 330 10 -0 3 0 0 3 -•n 30 1+++7CD<* 0 11.x°-• 7'p C 7 0 - n+ 10 O a +10 N- n 0 7-•1010 00 0 7 3 a ++-• 3 00 3 co -1 000- +1010 1007 O- a 3 00 3 7-1 a 7" 7 110 -1,0< Co 0 0 010 0 0 + 3 -°O N 3 130< - N- ti(IV < 0 - n a 0 Viol Jagoi.o0 0 10 3 T. m n �- O m z n D Q0 Z m O -I > M 1--1 (./) I - s Department of Transportation C7 m z m .Z7 1 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION { 0829L3 #103fONd -u 0 00 N 38 m 1) 0 30 0 'ON ONIMV S� 133HS 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ELECTRICAL DETAILS CONDUITS & NOTES ED(1) • 14 CITY of CORPUS CHRISTI TEXAS Deportment of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. (361) 236-4611 www.mbilsgroup.com TBPE REG. = F-10258 •7.\';'.....-'�.,� x.,P fa FitRAMON H. MALDONADO, JR.0 0• 96763 • e-1-% C O :' /. 'AIN.,,,,........... -.1772/28/16 0) O N co 'ON 80r S,INVJlnSNOO $DATES SFILES ELECTRIC CONDUIT TO BRIDGE DECK ATTACHMENT 0, 1 I V13a ,119W3SSV d30NVH DD■ IIDDDDDDDDDDD I■IDDDDDODDDDDDDDDDODDD4 0 -- a-- Ca + ID ID 700 1)) 0 10 <1 0 0 D +0 O + 7 0(03 - l N + 3 - •-< D + 3 0 0 7 + - -0 (D £ 3 ama Ca 0- 0 N 1 ., N 0 7 ,< +0 3 N + 0 1 — 0, 0 0 - 0 0 + n+ 00 CD 3 0 O. 1 1 7 LY. < 0 N + 0 W ,Z uou+ ssal X m m X m m X X 0 0 N 0 N 0 O CONDUIT MOUNTING CHANNEL m Dm n0 - 3 3 - 0 0, D 000 70 0 0 c 3 3 3 3 + C - 3 + !IDDDDDDDDDDDDDDDDDDd 0 (D << 0 (D 0 X N 0, X 7 1 7 (D Z N (D Z lC -• 1 C + N -F R°- N 0.- m N n 01 N -0 C).0 D 0 — c C - +_- + 1 + 3 ID O r 0 0 r 7 0 7 0 00 N F N T l l M � N bilgililililiUliI • 1 i i i -•0o-c +<Dnv +00.31- £00-3c c -0.c 103—Lncc 3+70 7 3 0 1 70007 (D 3 0 0 0, 3-•07 T o n co N N + 00 70-0- (D 3 3tH 00030 00 - 0-070(D 1+0 CD CDT.O £ Oc+ 1p --•c 1+7(D 73 1 < 077-0 Oa 1 0,--31,0 0--01,0 0-•00, 0+m-•--+ a 0 O 7 0. 3 (n ++ 0,O - 00,03 0 40, 700070 C C 0 (D++ 7340- 00 00 .TO N-• (D 1 07+7 - 7 1 0 C 0 1+ 7-1-0-1-7 N 3 C 0 • 7 m OD NN- 0 (D+0 OcnOC O 0-000 0.004+ (D< 1c 0.D 1 7 7 7 -1->-f13 - 0 3 1 1 N 7 a 0 •-•O (D C 0 0, 0 0. 0. 0 C (D -• (D 0 - 3 (D N 0 a (D - C) 0 0-•3 +(D0- 10.013 0a OO(D 7 Oc C)F0 - b l a 0 7 0 (D N 3 - 0 0-•(1, 3 3 X£ 7 0 1 (D O + (D +0 • 0 01 (D7 £0 030-• +mal co a 0 1, 7 1 a 3+ N (D -• 3 1 0 0 0 + -• Ul -I- -1 1 03 0- 1 a(D0 N 3-•+c (D+70 70"01 33- 1 1 — 000 +0+7-., -1 0, (D7. 00 0 -0 7 cD - 0 +00, 0 1 7 0 CDC -•0 7- 0 3 1 - 0 7_. - 0 - _ _- (p O O • 0, 0 0 .. 77 -1 0- 3 -• (D 3 1 ID 7-• 0+ -• 0 3 3 1 0+ (D 7 0 C7 (D 7 1 (D a3+01,1,3 100,7 - 7C 1 O(D CD CC(D3N OO 0-0O 0 70 (D Nal (D00 1 0 + -• 3 N- 1- < (D (D £ N (D -• o (D X 7< m 1 0 (D 3 + D- 1 0 (D<0.7 M3330. 000 N+7 (D (DC O) 0(DC a0 <0 0 7 a 000 -• 3— 0 + 0 3 (n - -• O 0 -• 1 0 3 7 0 3 3 (n .< 7 30--0 0 (10(10 0C 33 +10+-• 0,10 NC (D O 0 0 0 1 (n 3 '< 0 0, (D 0- (D + -• 0 K Cr 3 3+ 3 + a c r D 7+ 1 +++ (D 3 0 0 7 0 0 0 7 -• 03+0 C0• (D +(007 -3+- 3++ -•00(00 - (D N N£ Cr 7 -(D • (D (D N 77 +1 3 0 - 70, -•3 •-•0 (D+- 3 a(D+ 00 (D N- 0 - 0+++ 3 • 3 1 7 0 0 + X 0 3+ 7 3 + 70 0 0, m(D+- - 010 -• 0 m C 00+(D -• a co 3 .-1 +- 3 -• 0 0 0 3 7 0 3 7 3 1 (D X 0(1,3> 0 300 1000 3 013- 01110 O.0 1D 3010-• 70-0 -•130, 0003 l cD- (D 030 • ++- 0. 1 - 0 7 0 + 0 -• N N 7 1 -• 1 0 7 7 7 (D (D + (D 0 -• O 7 3 0 0, 3 (D + 0+ 0, N +000 (D(D 77 3 +O(D D>O.-•-• 0 -•0, 3 1 l a m a + 0, 0 7+ 1 -• C 0 0 70 0 10 (D 0 c+ 7+£ + O •• 0 0 3 3 (D N 0 7 7 + 0 l 1 -• (D (D (D (D + -• -•0 + 0 1, 0 +--00 l(Dc 7 (D a 7a N0 -0 - a 0 (D 71 -• 0 0 0 -10 - 0 0 0 -• l 0 3 (D -• 3000 0 +0 3 (D 1 - 00 700 + + -•1, 3 l0-•0 0000 (DC 7 3<007 Z(D-< 3 +0 300 71 X 0.O 0 -0.O 0 1 100 o c +a30 0 00 0 (D+ 0--(D 1 3 N 1 0 01 1(810 3a L, N •3 0 (D N +• a +(D 3 - C 0 7C) 0 7 • T3 3 -I,0 0 00 N <<-•0, O)+00+ +03 (D0,0 C 0>3 O-•7- 7(D 00<C 7 00.-• 0(1,C - 1-10 0.300 0 0+(D 70 l 3 3 n 1 N 3 0 1 0 «-+ 3 0+ 0 C 0+ 00C 0000 -•• 0 (D 070. -,0,0• - - 03 7a 1 0, 7£ 00,0£ 1 (D7 0 -0 0 0- 7 -410 -• 3 0,- (D 0 (D 1 0 a- 1 - 100 1 + 3 -•7N + a -a < .--0, 70 (D O (-1, 0,0310 30 7 0,010 Nn-• 000,m 01-1 • - 0 0 (D+£(D 0.(7< 0--•<0 0. 0 (D 3 0 + + X (D (D 0, (D 3 -10 0 D 0,w+ 7-•-, O(DM7 DNn• Mm 0 7-0 - (D 0, 3 3 0, - (D O- 0 01 O 1 0 0 C 1 0WN CC(D 0+(D 3• D 7 3 0N+00 7 - 13 X 7 -0 0 0.3 00 + (D+< 0 D- (D -• 00,a3 -•7130 CD 7 (D n - •(D - 10 N 0 l 7 0 0 0 0 7 0, 0 0 0 a - 100 0,-h+ 00 7 3170 011 3 N 0 C -, -• - 0 0 1 O 0, + 03 3 +1D 3 0- 1 1 0 -•<-• 0 (D a0 -1,0110 3 70 1 1 + X o- + •< D D (D N rt 0 9 0 3 ID ID 0 9 0 m D N Sl8Oddf1S 1IlaNO3 1V3113313 D m D 44 G 3 0 O EXPANSION ANCHOR NOTES FOR BRIDGE DECK ATTACHMENT 4r -1N JaIdno0 pap0aJ141 2 5 2 (D O (D x 0, x 7 Z (D Z C 1 C + 20 -F - O - + _. + 3' O r 7 0 7 0 CD T 1 iIV130 3dfliOndiS 300Id9 01 ,l2J1N3 llfONOD 1VDld,ll Joao abp;ag 1IV130 ONIONVH 1IfCN0D 0 1 (D m 1 -31 Max �r) —0 0 7 3C. 7 0 70 O 7 70. 7 C 1 + + 0 3 N O 0 3 O 3,0= 0 0 0 0 7 + CC (D • 00 a O 7 + 0-•D N N 0 N + as D -0. 0 + -n ...7, 1,N 01 NC) N 000010. ' 0 100 l3 n+a ry + 0 - c 0 '30 .00-0033 on O 3 J 1 0 0 0 (n - + (D Z 0 _- f ;< (D CC O 1-...7,c 0 0 N 0 00 C 3.7 a +7 '+0 0, N j0 No0,N 0 CD 7(D l a 1 N =p - N -F O 1 m o O m o D 0 3 _ 0 <p 1 (D N N m 0 C 3-u10 O 2' 11 C) C) 11110 0 (n VI O 1 -• 7 0 O 0 0 1 ++ - 7 0 7 3 3- 0 1 0 1--1 < 0 0. 3 0 0. a< 7-•C N 0 O D o 7 C C C O o 7+ Z -• 0 1, - + i + -• (D -1 (D - M 01(ND -( O. A 0 O. C 020 +a0 (D - . 7 C 1 10 0 =_.-7 0 (D -I- 0 O ("0 + 0 n 0 7 (D 7 — a C - 110 ONI 0 1 (D n 0 3 ca 7 C -++ 7 0 1)3 00 O (D (D O Y2 Min. 1 1 LA 1IMMINI1 min. No+m 0°70 ` 7 O — 33 _ • N O x X • 3 3 7 7 cn 0, 0 7 N (1 + O 1 7 0 0 0 1 C- - ;0 m REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION O8Z9L3 #1o3rOdd oo N 'ON ONIMV 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ELECTRICAL DETAILS CONDUIT SUPPORTS ED(2) • 14 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 Ni. 1361) 236-4611 www.rntiitsgroup.corn TBPE REG. = F-10258 ?RAMON H. MALDONADO, JR 0• 96763 •••ter% C O :' .. -,11,Q....„..,......--1"2/ 28/ 18 0) O co N 'ON 80r S,INviinSNOO - 0 a - 00000'4--0- -00 CO -•77 0 3 f O'0 7 7 7 3 0 3 -• 0 0 (n 0 3 0 -• 7 I1,00 a,1(070 N3 (D ND 30(0 03-•0 0(D4a+ 433 3 C - a 7 3 7-•3370-100 -•(00 00 -0 0 - 0 3 0 a 0 a C 0- 304 3+ 00 034 350- £(D0+- 04 - +(D -I-0 (I, 3(0(0+00-1-0 0+ `<7 - 0 7 • 7< -70 ti,7(0 (D 00 743 0 0 (D 0007 0 1 0D 30 7-• 3r0 0.03 (D 7-•3 D0 3 (0(03 - F030<3 0 O X 3 0 3 D 1 (0CC 1 -•°+ 0ID 30.0070£ 0X9°+ <<0 N•+ 3a3 0 C (D4(D 0 -•-F(0 (DO 00 a-•0 03--+'0037 ca3 °00 o(, 0--0 MC30 3410 3 0 0(0 3 0 a 0 • Co 7-10(000 01 D(D 00 7C 3 (00 1• 7C 3 300 -0 (03 0a a -F-• 3033 C7 0 7-C 003'0-°7(D 3 4 00 + (D 0 00 77 0 0137 -•O (00 304 0 0 (0F 0 0 0+ (DCO 33 0 0 0+ 0 (0 + 3 0 0 + 0 1- 3 0 a + 01 < 7 7 3• 0-F(0-•017 -F C - (0001 - C (0 7310 0-•0 30 0 (0 0,3` 7'0 7 1 co a, 3 D 3 (1)4 + 0 a co 1 (0'0 4 0 0 a- co + 0 (00 7 (00 7(00X7 (D 77 3+ + (D <£ 0 1 0 0 0 0 0 0 0 7 1 0 3 -0--0033£0 -•00 a o 0-00 O a 4 4 -•a 0 0 N 0 3 (0£ 0+ 7 < 0(D(D-•30K 3 (030• 0 a+(0 + 7300 a ac + a0 (07 0 30104+(DC 0 0 7 -•1 (0+ 7 0 1 -.0 0 0 -0 0+ + (D F 7 K +0007'0+ 40 a -•0 (0 (D 0 0 3 (00 0 0 0 7 C 0 a - 0 0 7 -000 07 07 0 30 -7-• (0D 4 4 7 0 3 (0C + 0 3 a 3 0 1 0 Co 0 0+ a• 3 - 0 0 0 0 - 0 0 7 0 C a + 0 (D 0 C (00 30(1010.-• 00(D 0 0 (D 4- 0-033 1(00 401 D 00. 000 • CD 0(D< 0 (D 0 07+ 00 0170 -•C 7 70 +01 7 - 00 41-•703 00 (D 0 0 0 0 -• co + O () a + 0 (0 +<< -• (-) 3 (D 400--£ • (0 0 - - 00 ao 03700 1 -017 (0 3 0130 D • 00<< 0 -X0 0 +a 7 a7 7£ £- 0- 00- 4 7 (DCa (D-•00 0-+ 3(0(D ) (D 7 a0 n+7K+0-(0 (0(0 - (D +�• 03-- 0 3 0 3 as 0 0 a 0 a 0 0 O '< 0 7 F • 0 0 (00 0 7 0 - + 0-F(0 07 -F3 D -• 307 -• 7 0 3 7 0 3 0 7 3 0( 0 (D 4 (03 3 01+ 0 0 (0(0 4 l 0£ 4 (00- 0007C £ 0+ '°p 30 a+3 000400-03 70 (0 (D • 70 100,• 0(D 0 1 34 0737(0 03 (o" +3 33 7(D a0 0-4- D 0 0 • 0 -•0 OE C 0 7 C< C C ) + 0+ 0 4 0 -1-17 0 7(0 7 3 X(0 X 40(0'0(07 (0- £ -h 07 070 7(D7 (D - O 0-• £01-007 + 00 1 -• O `°o 34 +'< (00 30 (0 < - 3 07'< 034 N N 7 3 3 a£ O 3 0 0 (D + <+ 3°3(0009 0 n0 (D +- C 1 C C O m << m0 + 4 7 N - 0 7 (0 NOI ld0 30 I 1dS 00 O N J (5) (T a W N D lP a W N - n 7 7 + .O (703 V) 7f 0000 l - Z 071 +- 0 (n7--00 (7 0D-(01] 0 +am 0-+-•7-Fm £c ~100'7 +- -4 C-•000-.0 000 07 3003 0-0 4 73 0 0030C p 0-(0 l7 D O 7C-1 0073073 710 0307 77 m 33-103m7 +XO �.+ °aa(I) 074 +O m+ 7 -a00D Z 03000<< Z (0710 -0N(00l(0O I1 Dm - n+< (0+ N+(070n<< 03£ N+ 000(0 C+(0 7< 70. O -•O l-• (n -•m+7-• ('l 0) Z3N 0(0< 7N00 0- 070-• ZO ( 10000---• 30� ON 7000 03 N(I) O- + -300 -1 ti, 7aa 77 m00 1+000'00 -• £(D0a m- 0 -030 Cl. (0 r 33 044 -•O a- 0D<<0+7 77 -•0 (D .-+ n 4 3 703 -ID 0(0 -•M-(D n- 3] --7+ - •(D C -F D 000 07 - 00 D 3 l m 0 77 7 D •+ 0D+0+-• 0+ 3 7 (D D +00 07 O 00 (D 7 7+ (D0 - -- 0 - 00(D` 0 n (D000 r O 70 30-• 000 D (0 0 -• 0 0+ (D+(00 7 0 - C 7 0 0 7 3 0- 7 O C 0-F C - (00. 0 3 p M 0 -• 0 0- 0 10 7 a •• 0 (D 7 (D -< 3 -• a 0 0 0 3 + - co no 3 0 0 70(0OX 0+00a a (0300-(03 0 (0-0 +3 0 7 F - a 4 7 '<££ 1 7 0 D 3 C (0 (D 0" 7 -• - 0 0 '--' 0 4- 0K a <£ 3 7 (D 7 -•D 0) 3+ 7 3- 7 0 -• -• £ 0 0 3 0 3 0 - O 9• 3 0 -• Z O F £• '- O C (D -• 0 0 0 0 0 0 N 0 0 K 007 0++-• -h+0 -3 a r0 +0(00-• Z + 003 TI 30 77 -• 00-h70 a1 -4+C -7 '-+ 0` 0-•007 7-• -•77(0 (DC 0 I 7 7-•300 -•nK 00 0 (0(D 4C) -07(D+ • (0 a 0 7 3 (00 ZJ• (03-00 70 0370 o+rt 00 0 0 oac 7� 7]030 A L7 77 7010+p 0 011-•a ) .. 0+007+ ,l 3 3 7 3 a (n 0 =K Z (7 (D a 0 4 0(000 C -•0 +3 a 3 (07` (00(0a- C 3 40 7+ 0 c 9 M -ti 0(00 F 0- 00 0070 137 0 c (0 a 7ti,(0 0 7 3- -•003 D O +n 70 3 3000 )0) t+n 00 C 90 -•7 70 4 73 0-3- -• 30 0 7 (00-F00 O 3+000 C --D 0 <`< - 710 CD- 07 a a 7 0 0 3 (0(0 300 • -1- 0 0 77 C O 0(0- O Z 00 Z3(DN -F-• £ a0n+ 0a (0+0 (0 1 a0+a 070 -• a C (D 03 (n - -40 Z p 30 mm 7370 -• 4c 7C 0- 40 00 -•00 70 < + 0 D -- 00 C /0 (001 0 (10 4-•m 0 m + 0(0--0 00 000+ 7 r 0 33--h (000 0 7 030 - a 3 a 0 '' D7 • 000470 7 3a0-• 7+ <00100 71 0a-0 077 (0 - 01(00 -7 -•0 00 Z - m -O a 337 •<0 3(D 7 -•-FO K m C -- 7 0. O 0 3 1.0300 3 0 4 K 3 O 0 7 0 0-- F ti, 0 0 0 7 -• 7 N 1 n ' -•° -i, l 0 - (0300 000 Na 0l 0l O-• O DC 30 -(0 3K 0 m 00 (0C C+ -• 0 7 4 O 3 + (00 (0 Co 01 7 -• (0(0 (00 + 0 + 0 - 4 4 -• 7 0 0+ O-• 3- 03 10 + 0 7 3+0 -0 010 -3 ETT 0, ID 1C 1+-07 + C a` + 100 303+30 -•1 0 0 0.0 - 1 (0 0-•4O-0 - --0 ( 00 301-F-• 0 00 +3 C0+74 - 0 M133-1- -F03 - 0 -• l 0 (0 (0 3 0 fTl - 30-0C3 1 0 D -• O a 3 0 0(0 0 0 a 7 7 a 7 7• a 0 3 10 -•30 1 01 am -•1 -• 40 << 0103 - (0- -•+ 0 000 (0 0 + 0 (0 3-• +000- (3 7 7-•-•+00 (00£ 4 -m 003(031 70 0<-• (0(0(0 (D 3 0 3- 7C O (I) -4 0 (0(0000 O + 0D m 0- -•(0(0C) 0 (I, 3-•40 (07+ 0 0 (0 0'10 - -•3300 03 0 70- D " 971 4(0 N-•On00 0 tit a° - (01 C 0 -h4(O Dam 3+ << 000 <-• D 4 l -•0 (00 -•a O mm 0 030 0 0 0 41 77 0-• a7 O + ++1• (0(n - 7 +C O+ --•+701 (07 O (c3 0 - 7 0 1 F(1,+m+ -30 0 p -•(0 7 + - (0000 3 7 Com 3000. O(0 0 0 7 0 30 0 1 -- (D'0 7 3 10 D+ a fTl 3 x o- 3 *0 (0 (D 0 1 0+ 0 -• (0 ' a 7 0 + - (0 O (0 '0 -- Co017(0 (0 +(0 07 10 a (0 0- 0 = 0 D- +O�- 73 m a 3 C 0 4 (0 - 3- - 3 (0(00 (0 (n - 0 0 Cr FE Dam 7 o f 0 7 m -F n 03 (0 0 001 7 (0 1000 1 --• 0 K -F 00 -•7 am 10 +m' 9 - C)0 (0 C O 3-•01 +30 0 0 0. 0003 anti,'04 -• C+-(0(03 (0 O' 3 0 +£-- 7+ 0370 00.0 0 3 • 300 -•0--- 33 0 (0 0 0 0 -•0l a(0 m+07 -•D 00 10 0+ 7 3 0 7 + a• 7 0+00 (0 90 0 -•<- - -C)0 0 D c) -•O 073 0- 0++(0 0,-ID0 (0 0 000 0 M 3- 3 0Co03(00 0 (0m(0n 0C 003 --(0 X- 4000 (00 1 1 - 0 0 0+ 0- 0 C 3(0 1 0 0 7 0 7 n - (0-• • 30(033 -0+ 0 0 (0 740(0 9,0. 0 m- +ti,3+4C + -3., 00 • 0°04 013 -f-4 70 +- a 070 000 -F 7 400-•1 0 0 9 3 -4 -•3 00 7 -•0 (D-• 0 O• O 07 + 000r-1 0 0• 4-0(D ti, 130-0 l(0 70+(000 3 V) -F a) C) 3 1 D Cr (0 -• 1 0 -• co 4 0 -• 0 4 0 1- 0 0 0 7 0 + 3 (00 • 0 1 03 +0 00 C - (0 O 30+10 3-•10 31 £ £ C --0 1 0'-<--1 3+ 1 (0 0 D 0 30 c -•m '0 + O -° 0003 9000 0-• 0 m m m (0 703-1 - 3 --c 0. 30 (0703 1 - 3 C 3K7(0- 0 701+0'< + 101(00 7- 043NO3 FE l 4 0 1 a (0M 0 + 4 Cr a 4 3 0 a 0 7 -•O 3-• 0 (0 0 M 0 4 3 n l (Om a a- 0 090-• a0 + 7 co 7 a 3 -•0` 0 3- 0 0401 3 c £ 0C <-- 0 -•£ r 0 c-39 3 - 7 + m 3 - 1 a <m 0(0 0 3 30 3 0 D -•0 (0 0 0 -•-h7 0 0 3 10 7 -• -• 0 0 7 a 3 0 m 01 0 10 7 -• (n -- 1 0 0 3(0 300 0 + 3 -• 7 + 0 0 4 (0(0-0 <(n+0 -7 a 0-•a (00 1 C m £a00-• 00cO< 00 a0(0'0 3 1 K0 00 - 4 (0C 7+ 0- 03-•m 30 0 1 01 a7 0003-• 33 00.0030 O 01 (00 30 000+00 1- as 3 7 3(03- (o3 -0 '0 0 0(00 0- 010 -00 00010 1 10 C a7 9 -7 0 0 0 a D 0 a co (D 03 1 m 0 --•0 4 --44(0 -01 0 K (0 + 30 9a -•0-007 a 0+ 0 1(0QQ 1 0 333--0 (0 700 1-• 0(0D 1(00 0(0-F- 70 0-• 7a -•K(0+ (00 3 - -•0 a3- 0a(07• 34 7a3'< X F 7 0(0 a3 001- C S i n 4 D- 1 -F 0 m 0+ (0- - 0 0 0 (0 4` - (00 1+ 0 4 3 0 0 3 0 0 ti, -T 3 • (0 + O -F '0 -0 (0O 0-• + 7 701-•0 3 0307 1 100 10 (0 0001 0 + 0a 0 7 a (0-00-• 30311 0C -•++000 - 0 7 1-0070 (0-£ 0 U4m 3 3 0 a - a - 3 1a O (03 3 - 337 J +4 CD 4 (0£ m(0 7 C 7 - O (0 - 0 --< 0 + a 0 K 7 0 (0-• 0• D 0-1 0 0 3 4 1 ), 0 a -• (00 7 -• < O -• £ 0 7 (0C U, 0 D m 0 l + 4 + _.0F< 7a -•0 0 7 000 (03-•3a -•< (030 3 (0 - 07 O 0-• (0 3 a O -• -- 0 0.0 (0 b m 0 4 4 0 • 3 (0 (D 3 C a3 - + Cm 71 C049 0 0 3 0 0 0 l co 7 7• 7 • - a (0(0 (0 Ut a W N •� a W 010(0(0 30 O (n D+ -• 0 3 3 3 7 -1 -(DM -001-- m-•3'000 (1 (0309(00 *--1-0-* DID F 4 (0-O -'---0(0(00(0000(00 0 7 3 -• O -• ID (0O 7 J O O -• O ID ID J o (00101 3 7 0 0 0 0 0 C o r a'0 N -• a£ 7 a 7 -- -• 7 (D 1 ID O O K X 1 7 0 7 0 0 1 0001 7N IDOOID(07K 7+9107 7X00 0(0(013(0 Z 04 7-/1) +/DOOI0 00 -1 -CD -10 00-00 -•30.3(0o CC -F, CID 3-4 0 a--I43-(D OMC < -•00-00 !n O(D-(D-• 73 031 307 << 070+m0+am00< 33- 4 -• -0 331 -•0 +(0J(D 3-00L 0 -•1-•(0+- +03+(0 (04 (0-•-• 407 CDOOIDC 7C - 00(03 90 04+30000+(03(00 7 a (000707 a-•0-• - O -•+a-• • 1OID0a 4 347 0 0-00 19 03 0770.4++3-°7000 £ N /D+ 34- -•04<00 -h1 -h+ 0 70('0 01 (D-•+ e -F -•(D 00 + 4a l (0(D-•-•0 01-1 - 070 1-•0 0 I< 0 0-/DI0+ D-•00'< F 00< 00 0 70 7700 +000 c 3 <0 7007-• ID - -1, (11 0 4 0 -0 7 (7 700 -/D (D0'00 0 m r -•(D 0 -•70-70010 70-4 -•X0 1- ID(07-•3074-F30(00 3X4 47-F0(00 1 K` 4+a 100++ 0n 3 7am00000+<< 01037 ID 3 O.3(D0 7 X- (D 0 (0• 0 (D 7 00 34` 770 0 -(DC (0 • UIDIDID 3- a --0 30 a-• 1 (0 00C 0 --NO 000, 000 11 a4ti, O +010000 O -- (01 0 -•0 K +3 300 -•£ 10 0(0 • C+ •+ (0+ 0 0'0 3 0403 7 C• 3 *0097- 01-(000 DO -0 30-0- 0 • -l-0-+300)3 0 07 00 0--•7X---C Xao 0- - --0+010 Z m 1 33 (030-•03 a+03-• 40 -• 0-• •< >< ti, -+ - 700 3-• 3-•00 3 C -r3 +-•-•+04 <0ti,+3'ID 3 1100 Crt, 0(0a 0-4£+00 - 2 70 -0 (0- 470000• 0-•` 0 - 0M0-• 30000` 07--0(D1 4000 31 0 a 0 3 -F-a« 70 30---07 £ 079 D 0 l0 79 m3 (0 < 4 a o 3 (0+310 P1 70- 0(0 00C O CD + ++0 7001 --7• 3-(o (0 0+00 ID(O <7-•37 M'0• 001D O <C 00(0 77--£-ti,+(0 3 -•C 00-• 0 (0 170-F0 +-4 V) +0 4 0 (D (0 (0 30.0+-00 1 - 7+(D 3 03 0 -• = 00(D -•O 0 00(0+00 700+'0 OD+O (0• -0 C rD- -• (0--•O -•- 70 XC+0--000 03 7 000+0 9 •<a-1-- 773 +-- 3300 00-•3'° 0130-3 1-31 -h. 74 0 0-F<707 0141 -F(01-77 O 0 -00 700001 +3• ID 0 -1,a -ID 3-• - 01 K -•-h co ++37-• (D D-'-- -F0 W 7 -(D 0 0-• 3 (0F 9070 0 C +1 34,..<0003030 0 0 £ 0 0-• 0(oC O(DID(D070-K0 0 -0 (0+1 + N 0-•3+-o 1303(00 0 (7 7 a0 01(0+303 a- -•00 0 - +701 -0 30 - (D -- 3 (D•0+ -h (D (D+0 /D -•00700 70 ++0 (001 C - (D+ 3 -•0 4 00 700 +- (01-•0++++0-+-0 37• + 400(003 a09(011 - CO+ 703 00D-000+-400-•+ 4- M 0D <0 -•m a -•J -70 1 -•-F 0 • (D+0030 0- 3+0 -1,0 (D 130 D +• (D 1l -•K 0 7 =(0 (D - 0 a 3000 3'< -1,0(0-• -£ 3 00-•+a-• -•30(°0(0 0+ (00 (0 0 000 ti, £ 3 (0na 7 - 3 7. 3a0 00--0+0 0-•-•3 -F 1• C- 43+900 + 0(1)0 0-•030 1f+ KK0-• 0 C0 OD 10 -• - 07 +--0--ID 3 0+30 0 -•0 -•/D (D m --D-7 7-•101 0 3+0 -710• 1+0 MJ0 + 7a 3 0+c (D+0 a3 -+a C 7-•X • 3 --F 303 -•(D 0 300(D 3 70 0(I)-• C 0730 a0 (00 £0 0 0+07 (0a(0 0 7 3-• 0-0 0 0+•000£ a 7 00+(D7 30D.X3C 0403 C£ 7C 000 7-•(0000 0000 0303 0+ 0+ • (0 3 - 0 -•9 D 107-1-0 -- 9301)03* moo 3- 0.°+ 70 377(0N 400+-•330 (0033 03°NN O0' 0K 0o+ CT 1(10 +0003 0,a-1000.0---00 m + 0007 0<-0033'00 O 000+3 0-0 D 3+(000 0 70 (D a C ID O -• C 3 (0 014 0-•1 C - • +ID+O-• 101'0 -1 - £Da- 7 0(00 0-°/1)O(D (0('003(0 a13-•-300030Z0-(0O 300 03 a 00 --ab C0(0 /D- co a033- -090 • 003 (D0003 0+3000. m+ =1 37 (00 (0x3+03107---+(0(0 0-•-03 Oaa• 7 -•(D- D 0774 33000 4-•03-00(7773 (0 C 0 0 a 1 (0(0 m 0 M3000,7 4 0 +0 3 a 0 0 (01 0 -• 0 0 7(0 -• -i, c 0 a 0• -• 7 0 D 40 0 (D0-0 0 0+7-•0 7(D• + 0-•0 D0 (D0+0fl) 7100-• O(DO0/D 0K 0(01 3 003-- 1-•+ -•D a4+7+ 0C-•(000 (D• 7 ID4+-00 O7(0(0 -•00_•3 0 _-0- 7-•+-• -0-0003 -•O 3- 10--F0-3• 33 7 3 -•10 4- 0<m00 3C 07 m £ 3 (D 307070 a - C 0310a00-• 30-00 0. 7 1- 0 tit £01(DK 0(D -•0 4-•000 a-•000 F01ID000m 0-0 D D 7 I0 ID 70700+--4 -0 m(0X0 -•3 7(D <7/D-01 +1003 + 14 0 7++717040 400 -ID 017717 (D0-•0310 99-•7 400 0 (D07 -•(D 0 (0-•(D 0 7I1) 01 +0 0(0-0+0 7 (00 0- O ID -- ID 00E700'00 0 0.<3 7- 0 -• + 7• a (D -• 3 -• + 1 - C 0 7 0 0. 0 3 7 -•0 0 3 0 O XO 00 030+<0-• 3-C 0X (0(DC/D 73(0 0 0,a0 19 Cr 0 000 3a 3 C 0D00 -h0 1 0(03 (0O -FX-•C-•0-• --0(0 30 -03(01 N 0 03-00 CM°a(D 70'00 O ,..< -rano. 1004 < -• <0000i£ 0070 0- 0 4004 00-•3 C 01m<<3 3N+-- 00 (001003. -• -°NO 001 <+ID -•ID 77-•(0+(D' 7 -7 (00+0 ti, O ---o33 -•(D a a 130 -00 0000 (00 0 3 -+ 3 -01 IDC 3 ++(D+ /D£ a -h0 34 --• 3-- /D +1-0C -• -000 -h-l-3c 71(174 0 -•09 0 0+007 170 '0 +30 0-U a 0 7 0 0 0+-• 3-a 3 001.(o000 a =(D 00'< 7 0-•0• (D0(D 00+0 D• 00 O)+m-•(D -•(D K+ -• 0+4 0OM(00-13(0-•+9 C m 7+ (DO 330 £ 0 7<0<- 0 +3 N0 31 -030 V,0 a-00 a -C 00 a0(0033 -C-£ 0 00 0.0 CD 010007('0 (0 -DID -3 7a 0 -h0 C0+ 7 00400 00000 D --F1 an+ -0I/ -- + 3(D +0 3+-•-001-•ID (D -• c • +7 D 0 -(0 3+-•71 - • 004 0 £ - 0110 0D(D r04 00 0 3++0(D0 0+00 0 300 7000 (030-•` ++0 (D 7+0 -•007 £03"+7 +0 01 07001 3 0 4 (000 0--ti6+ CI a) (D 0 - 070 -•(0 330 00011 04-134F -• 1 D 0 7a 100 7+(D7 0+070 03 0 0 -3- 7+70.4 -01 • 03 +000 -070a --7-0)0--0 l -•ID 1- 4-F4(0-•+0070 CD CD 0C 07 00'<a 0(D -•O0 - 0 770 a+ (D ++(D JNJ0(D 01 3a -•7 0(0971 £ 0(0 (030 7(D 9 4 -73• 1 0 09- 07+010 +010770(00 OD < 30 010-+7737--0-•0'• 0. 3C 00000 a-•7 3 007 0 0(00 00 31 -0• -F-0 0D -ti) 7 IDD -7+ a --37+C • 00 -•00+0 000 C-- +1030 (D0100 0-0000 -1- 7 1 300 4 D ID 0 7X0710 -0 31-00D 1-+03 - <OC + 10 (0OK -C 3£ 1nIDn+ +-1 +0 1(0+ 0-6-F7 < (07 • 0+ O+-1 00000 00-•31 0 + 3 • 1 -0K -•00 03 (D C (007+ID 7 -H-•7 (0+0 +30D0 -h - 0 - 3+a 1 0 040+a (00ID7 +--03(0 + 0n 0 '0 70100+(D+C af100 0 (00a 0 0 --7 71'0 3" 7 7 a07007 -•00D03 70 - -O '0-7 00(090 - -01 * 3' -°1 1-•300 0 (0 ID 0(D+(0+ 3 C 0 7'0 0+ (00(0 3 040(00(0 3- 30'< 30 +--0 F • +370 (00• 0 77000 0000(7D o+Q 40(7000+O (00 • (D00 CD110 O30 (D+ 3 + 000 c 30 + 0-1 £ 1 1 '0 3 +1(0 30+0 (0 a X+0-°0 £ 0 7 3 0 7 X X 0 - -X0X 7 0-3 3000(0 IDC 07 (D0a31K 0 • 70-F£3< 0 O+-- 000 003- 07-0 (D -•0 C 1C - 000-•3C (D(D00 07 03(0(00-• -00 X7- +7 a - +O+" 703 -•303(0 C 3 3 0 3• 4 1 <07(00 a -70 -•0-• 74003 -•< + -• 0 Sac a0 304£ 0-•4-•4 =(D ID a 3 0 0 (,)- 3 0 0 (D 0 3 -•0 3 -• O O + 4 3 -• 3 -1- O -• -• 0 3 0 3 1 0 4 D 1 0 0 3(K+ 0a l 0 70+ 43 a1 1 1031-010£ X-- 0- 3a 3 /D 0- 70 0 - 700-00('0(019 1 - '< /D 7 a 0 - 0 3+- - 0 0- 3 0 9 0000-•0£0 < a0- +1(0 0-F--+(0- 0 Tao (D N O N - m 0 + 0 00 <10 (<1D 7 rIOZ-iea000 3 ox: TxDOT lca: TxDOT low: TxDOT Ica: TxDOT m 0 S2IO1Jf ONO3 1V3I2J13313 0 P1 D 0 3 m opo 0 -F -1 0 7 4 7 0 E 7 C 0 0 0 0 0"0 4 3 0 7+03 0 3 0 + (0 0 (0 (0 70 -+D 0 1 4 0 - ((0n 7300• £+ 47-•0 ti 0m 01 40 1 (0• 7 - 3+-- + 0 < (0 1 � o 3 m o m -F 7 0 V) -hX000(0 - +D 4 3 -F(0(0 a - +c 3 • 3c 0 0 a 0 0 0 m O m 4 7 0 N -h X 0 0 0 (0 - 40430 + m m a - 40 7 • 9c 0 01 a m 0 U 1 - 4 (0 a 7 D 0 4 0 4 =0 O D l £ O m O 0 0 n 3 D 0-F O+ -F-F 7£ 7 =O OD 1£ (0O CD - (0 (0 0 0 (0 3 Cr, -I- D' 0 +4 0. 7£ 3 0 <7 (0o(0-- IIIII''' 1141V +0 D° 7 ° -I- (D CD 3 (D(03 ID+ 0 Z 0 (D N 0( N 7 a +D -10 70 --- C 00 a0--33 -+ O N+ 3 0 1 43 03(0-(0 0 0 0+ -• (0 + 0 0 a0a°01+1{m ,« (0 0 O X 4 F -0 + O - 7 a• +IOQ +!Ids 0= 0 7 0 (0 -• + 7 X 0 N (0 1 0 0 • 0 N < 1 D 009070-•- C 0 0 a 0 3 3 =Q+mm+301 +3 103(0-m 00M -1--M-1-00 < m 0 0 x -I- -h £ 3 -ha ° 0-+ 3 m 7 a• - V1 C 7 (0 Cr 7 0 (0 -• 3 X +0 o a 0 '0 7+ (0 0011 3 D n (0 0 0 - 0 + 0 l REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0 { 08Z9L3 #1o3roNd o oo N 7) m 1) 0 30 0 0 'ON ONIMV NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ELECTRICAL DETAILS CONDUCTORS ED(3) • 14 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. (361) 236-4611 www.mbi1sgroup.com TBPE REG. 0 F-10258 ............ \F\ °F1l pRAMON H. MALDONADO, JR q. 96763• e -r% �-- F10. • /. '111,‘„, ��12728718 03 O N co 'ON 80r S,INVJJf1SNOO 3A00 X08 aNflO dO M3IA NV1d C & D n n GROUND BOX COVER DIMENSIONS W -< 1(° P1 M 01 W N OUTSIDE DIMENSIONS (INCHES) (Width x Length X Depth) DIMENSIONS (INCHES) o ESI = N a X W O a N w -I (-4, L N d -4 W d N w a r rr u, K a m Z N N 17 LA 7 0 m ED ID 30 EDU a7 o -•—o 3 7 0 0 n ID CT < - 7 - 7 - 01+7- 0IN10 0 0 • 10 0 1,713 O EDOO 10-- D+(D 7 f (D N £ -4, 0 +° 7 L \V -D 1 61 0 9 9 3 0 9 0 m 0 C) 0 Z • 0 -W312:113373 CO 0 0 • X m M (n s Department of Transportation PT p n W > -< M GROUND BOX DIMENSIONS 12 X 23 X 17 16 X 29 X 22 01 12 X 23 X 22 N OUTSIDE DIMENSIONS (INCHES) (Width x Length X Depth) X X N N (0 W X X a W N 0 +C)1 -•13 3 0 +C 0 7 7 7 7- 0 7 7 7 J EDON +0 0- a C + ED0 7 Q+-, 0 ,0 3 0 7 fD + (D 0 + 0 0 0 0 - 3 o c 31 710 7 0 - + a 0a m 33 FC ID 10 O N C 0. a En l E7 fD 7 -10 M D 30-0 C0 1, -1, CTO • - X 0 a N N O -I- XX 0NCD 3-I- 0 0C (D - •£ED -• 3 77 3 7 0 3 7(n£10 a + 10-a 10 + 7 + fD (n - En O N E7 7 7 N • (n 7 -7 EA O+ 0 a+ 0 007 -' O N ED 0 0 '< 3 X 7 0 1 <-U 0 fD +a C n 0 0 x c - 7Q+ m 7� a C + 3 N + 0 v70m - 3 O£ 0 -• x7+C 0 (D+ • 10 70 7 3 7 7 EDD 0 7 N 7D 7 C £ 0' Q- ED to +7 ID 0 7 CT 7 co -£ a + 10 CD En- � O NO 3 n 0 a - O (D- U 0 3a -h 0 - ) £ 0 + v + Z1 r0 M 0 0 + + K O O -?< -•7 C) + 7 • 7 0 /D 0 10 7 + D +-0 co 7- 1 7 O 010 On 3 - C N + +-•3 7 7 0 a + O ID • -. 7 - J 7 0 C Cr 3 O rn 7 ED 'O ED 10 + + 03 17 O. CD£ 3 7 0 0 O. 0 0 -• 0 ED +0 7 + 3 -', aED00n 03 Q0 °0C 7 o ma + 7 0 ', 7C O 3 C7 + 0 10 N 77OOX (D 7 N 1n < -, • -- 0 n •6 X08 aNfl021J H0J NO2ddV O lfl CO ' O) Ell a W M3I A NV1d m - 0 Z D -•0 •• -1,<01D •• C7+10 +10 O+0 -1 0 •• Cr 7 Co C O n 0 --070 0+M C /DO.0-F, CD07 O7 0070 ID O7 ON C 7+0 ,0ED+30 ED - 7 C - ED 10 ED 0 a 7 3 7 En X N CT a 0 10 O ED a 3 3+ 0 - -• + -• 0 0 0 7 ID 3 3 3 3 D a+ (DV In (D 0+ 7 (n 3 0 + 7+ '< , 7 D 7 £ C + 0. D 0 0 C 0 (n -• 7 O ED + En < - -(D 7 '< (D 3 +0 70 -+ C 7 7 -•-• l7 a 710 ,0 WED (D +, ED a ED ED 10 ED o —ED 0 +— o -•+0 7 0 ED0+ '<07 0007X 70+ 110 C1-3 7 En - 0770 + N+0 - - 0 0, X 1+ -• 0 3'< 7 0 + 0 + 7 ED (D C (D - 77,0 0--0 En a D 00 ED0+- N- '< +3 • 7 .7- I0+7 70010+ EDOED 7C +EDK '< 0- 7 CTN0 0 n11] 70 -•+77- • 'O O7 (n aln 0 +0 710 10 +0 C C7 -•a 0 3 D CO a - •ED +0 0 10 0 - 0 X 1,E7 ED 1010 7 707 -•7-•CIU 7 + -700 ED 70 ED ' 00 En 770 ED+a 71033 00 07 • O O 07 0 0 7X 00 < 10 10010 D 7 0 0 3 - C a 1L7 a10C(D 10 Q 10 -•7 7 +0 0 ED 17 7 C 0 1 +0 (D 0 7- 17+0 +70 70 -•0 7 7+ID 0 0 0-• 7 C 0 7D N+a ED 7 X 7 0 010 0 0 (D - (D 7 7 0 - -• + 3 C (D l D (D 0 0 E ED (DC 7 7 +10 0 037 - 30 + a7 0 - 0,CY7 to 3O.0a ED 7 10 00.30. 10 7 007 00 -I,m £ aC 0 -0 7D 0 JC 0 0 (D CT D0 'O -4,X -•3 £ 0 03CP ECC O7 C 0N- 0 OJ 0177 70' 0 010-• 74+a0 3 00 -03-F 7 Ca CT x00- --1 -•+ 700CX N0 3(n 70 -I- 01 a 0 0 (DX77 0 -07 C777 X 70 a0 0- C 7(D X 0 707+ O (D 7 0' + -• N C7 7 0 D'< - O ED D C 0 X N 3 EDN O7 (DO 7+ 00 3 + 7- 0 £DX - +7< 1, (D 7 (D 0 ti l a X 0 7 0 3 Co 0 En - 7 7+ 0 0 -1, -• 7 En + C £ 7 + a-• 00EDN 0 N EDONO 0O.0 30 -•(D £ 7 7-- 7 <0O.0 3 3 71D (n 003 -• O - 7 + -• (D 0 In £ (n ID - 7 0 7 l En 0 ' ID ED 3< (D 7 Cr + -• O ED 0 0 7 0` N + C) 0 0 a 070 (DN + 0' ++ + 00 0 0 13 +-170 £ a 0 • 3 7 0 + 71D7 ED 7 -, -• -I, 0 -• 7. 0 7 7 -• < ED a 0 7 + 0 7 0 0 0 - W O 3 - 3 7- 7 N a a -•7N +-• + 00 -0 70 E< NED a ED003 100EDC - ED 1 0 7 W 7 7 7 -• C + co 10 - 0 - a- 3 -" + -• - -00 -10 0 ID 07 • 770 7 -+ 1 C 0 +3 W -I- 7 -I- 7+ 1,0 0a +a 0O+ O + -1,0-,l aCD 0 0 0 -• ++ 0 ID + (0 + EDO CD C 0--•O • • +7 00 • 7+ OCT ID 3 73 777-• +70 7N <3 7 a 0 C O7 a 0a 07 10-•3 10En 0 -I (D ED D - 0 C 0 X 1n + o CT 010 1 • -I, .0 7 £ 7(D0En -•3 0. (D + a M£ '<07 0 • --n -• 0 1 3 -F ED 7 O 7 O -•O + O ED N C 0 0 N0+ 100 ID 7C7 0 -ID X +7 a7 a+ 77)0- 7 7 0- (D + N 0 C- --1- 7 0 ED 0 ED 0 7 0 - £ + -• 7 0 OF 3 3 0 3 0 0 0 -• 3 0 Cn 710 (D 0 7 077 003 007+ 700 0a +03 + ,03 m< 3+0 07000 F+00 O D - (n N O NO 7 70" 7 C 00OD X (D 00 £ 00 Oma -•3 • - DC ID 07 +0 '< 010c -• 7 £ -• ID 0 7 ID ID -• + O O ID a -• 7 + ..10 10 -- - D 30. a0 ID +-• 0 7 0 <O.0 Q 310 7+ - + 7 - < + 7 0 O En 0 7 3 £ co /D co l N co 00 00 QED 7ED C N 7 0 ED O 7 l+ +000 CT 7701 EDU - £ C 03 0 E 7-., 000D ID0"0 '<3'• C D 0-•O O 1n3 £ O -•N- - 0+7 0 0 + a N - 3 + + + -• (D 7 0 7 (D - + (D - 1 7 + 7 + -• Cr -• 7 (D D 7 O - 1 (D ED -, + - ED 0 00 0070 am 7 ED 0 7 K• 7 • 0 0 a 10 07 107 (D 3 + 700 (n 7D 7070 a+- D< a ED 3 0 7 0 0 7 0 Cr O (D -+ 7 3 - 0 £ 3 10 0 0O. 0 N 7 O -• 0 0 CO. 0 0 •, ID -• 0 7 0+ 0+ 7 7+ C 7 -• + 7+ 7 7 7 030 0000 -N 0 3En+ N J0 £ U++ O.0 £D ED ` C ED 3 + ED O - 0 l O 0 7 0" 7 0 0+7 En 70 0 - a 0l 7 +3 1 +(Dm 0 - 0 ID O C £ 0 ++0- N 0- 70 ID 3 X 3 0- D -+ -•O+< 7 0` - + -K 000 37 O +-•70 --• 10 7 70 — 7 -10C 0D 10 7 0 0 7 0 ED 7 N 10 0.010 - ED En 10 . 10 7 3 --1 0 0 7 0 0 C X+ - 017 7 (D 0 0 0 -4 < 0 3 --0 + 0 0 0 --D 0 /D • 0 - 0 ED +0 C70 ED ED 0+00 +- 7 +0- a 0 7 710+ 0ED-0 - 77 +(D 3 - 0 7- ED 007 D (D7 K CO 0 (D 3 ED + - 0 C 0 a 0 10 + co 0 co + co 0 7 CO £ 0 N 0+ 7 (D 0 7 1) 10 • En ED 0 + 0a-• 0 a �a 0 D - -• O 0 -- 0 c C7 co 0+ 0 N 7 - l 0 N 7 J (D D 0 -b (D 7 ID O ID 0 7 a a + + + 7 + 7 coN t ri I 11 + 1 I O v I I SOOH1311 NOI10f181SNOD '9 C7 0 O 0 C a i D O. c, --1,1Q 0 0 3 0+ 0 0 0 +a +• 7C 0 C• a7 CO3a 0 + x-10 (D 10 -• a 7 07 0 _ 0O 7 0 7 3 a M CI -0 —3 O. c -F fp x) Z -F (D 0 N 7 O O 7 U n - 730 (D 0 0 370 ID 1 + D ED m ncn 77 EDo a 7 011letkat vitt 41..11 t ,At W .1OAOO xoq puno.a6 a.1nsu3 AI09.1.100 s1 +ED 0a D D -n +0 10 7 7 U W 70 m —0 -F,C U 0 0 - + O ID X CT 0 0 7 X 0 C a 1< 0 D = I N n a N 0 3 0 0 mK -- - 0 O. --0a maa ED + ED N O ED 0(D a3 + 7 - I 0 D 7 -• < . (D 0 - - 0 D C) - 0 - ED 7 £ K O 0 -•3 - -0n 0 +ED 7 • 3 7 7 LA 0 0 C 007 0 0 D C •' CO ED 0 D(Dn XX00 7 (D 7 7 (D N co + co co 0 • 3 + r = (D N 3 0 0 + 10 .. + 3 0 7 + a -0 ID 3 K mm M 7 0 0 (3, m 10 + N " l 0 O' a 0 7 0 • 3 3 O N 0 - N + C7 0 O D N co X (D 0 0) co 00 (D ED 1n -- C 0 13 M 7 0 0 -1 In 03 - F O 10 30) +_ 30 Orn + £ 7 x 3 LEE £ .-. 0 O' 3 KN V) a in accordance with DMS 11070. 0 + - F CD -•3 N CD O^ 7 0 0 c O. 3 X (D O .r -1 - C) x l 0 = 0 0 - 13 3 C 0 a 7 0 O a 7 £ 0, CO (n Ea<— X0 N - - N N - - + - (D - ID 7 3 a o — o a3 07 0 7 S1VI2I31VW S3XO9 GNflOiD REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION 0) { 022913 #103road oo N 13 m C1 0 W 0 0 'ON ONIMV 9c' 133HS 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ELECTRICAL DETAILS GROUND BOXES ED(4) • 14 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. 1361) 236-4611 www.mbitsgroup.com TBPE REG. = F-10258 ,itRAMON H. MALDONADO, JR4 0• • 96763 • e -r% .0 -- F• 1a1. 11,71,,,.,,c0:.12/28/16 07 O N co 'ON 80r S,INVJJf1SNOO U1 d 1.4 N O 1.0 CO - 01 U1 1, 3010'90 30.-(03 (0W-•03C0.(03m Om 370+7-r0C - 104000000 3+0 -•D -3(D3.-•--30-0 010 -•3m-CCD-0 7-I 3£30030 -•10000 77 -7J 7 71 --00 13 70 O7 OIDOID DD/D'1300 77 D0O l 7703- NN D -•O0.-•31 +7 777 ODD -107 O -•-•17-•O +00 7 00 (D (D 1DN O -10 0101 30 <131 (D 7 M1ID 003 73 0 0070- 0440070.0 OCD 000 0-0010 74-1-0040 7 C7I7 -3-•107 (D +7-a3<- 90 0c0.3 n10 n< C -•4-n0._.< 7 <- -•+1777(D < -•7 -•-- SID -<C 777 171 7-•40 0-•74 4 D0 --•00 01 3-•C-- 4 -•0 707707-• ID -•C ID 370 0+ F-• 7 0.00 000-•0.m 910 a 00.714 07 • 09 0 _. N 70+300- 70 070777 -F0 4) 0.0-•(D-•0. 0. 4)-0 a- 0ID 77+-•0)70. -10 (000 000 7 0++03 C - -•100 C10 1 - 7 oolo3c- 710+00 J3 -•73 ++ 3 003-•10 7100 4)o -•m 100 300 o cm tto 1011-•m 47 070+-• 1(0X0.0 • 009 0' I 0 +0.0+4 0 - DOC- 00 10. 70 373-O'<C+ 0- +77 707 N- Iia - -•0 0,0 ID 7 ID ID< 4 (D-.10 103 0- 710 N ID-- 110C 304)1 <1 7F 10+ 00 4)7 10103 0< 01010 043 K-0 0 CO -4 7 0 0 a-4-• 7x11 Com - 9- 0.0. 00+070 10• (1-• 1 1 00 103 -• 0 - m 7000.0(0 9C3 -0-.m 0.03 4+ 43 -.10 a (D <00 -.7030 ID 3 D 37000 Q+001 10 (0 04-- 30.0 -0- 01 00 a -.3 • 01110 9+ 03+ CC 70 74) -•- -•C7-0.4)00 03 3 m£ 03--• C -110 N0-• 7-•170 - 70110-.0-• +-• 003 71 + 7 7-•01 a1E -•0010- 00---D --0-•a0. 07+ -•0 007-•0D30O. 00 40-•0a 3D 00 3 0.9 0D-3 (DN 0 -• 03 sm110 0-7 47- - 473--10 3 0-I- 4701 4)0 7-044 (n -F 7701 7N3 0.00 - •-IC00+3010 100 734 +-•010 <-•0-•074 (07 -10 0 • 3 (0_. 0-+7311-. -•7 0 -0771-00 -• -•0 00003 -77 370 0101 -a 40 7 000 13 10 +17407 00 7 CO +710 070 00 04 -F 7 00-•110 73-77 C ID 00 --m CID+0-- -ID 0 0+ -CD -I-I- 0 c<co 7n 310300 000 7 O • 7030 000 0-• 1--309N3 7 1.07300-1--.4 10.000 3 0-1100•0.3 3-• 0 0 - ID 003 • (DOME-I- OU/0-.0 DOmC+003-•7 00 -10 - 0 C -74- 4D 0 7 9 n 4 037740 -•331 -7 70 a 00 +3 X 10010-C 9007 -•7 - 4.0 a 3 0.0 ' -0-'0 7 10 0 -.0 -•10 400100 F 007, 10 - .707 < 10 0 10- -- X 1 10 4 00 x ---F. 1 0 7 3 -•0030 797041 -•309073'9, 70 0 0+310.3074) 73000 0 71010 -. -.7300. 0.x10 0 0310 91 0 090010 31-3-• O- -•4) D -On -40-•3103 D7 a01<0• -•Cn0- 0 -•000 ID 700 W1OX- 032- 09 (0a7 10 000 <1173m 103 34 00911 1000-•10-7371 00 - C + 710 4+ 4)1370 01013 +-.0+0733 103 7 00 N0+ -•-•00103 04 a+73 1 1 10 0 0 3 0< • 7 +-0.711,70 X 7 7 9, 70 0 MCD 7 -7.707-4- 0 0 7 0 0 < X-00 0007 710 770 -• 0-•3101 0IDI0.4O++ -• 0. 0330.0--10+-• 00370 Goa 010+0 70039 a-•(04 C-• ID - 3 1.0+1 377104-• C 0733 00077 0 - 7C 0 30 E 0.7-•03770 a -•- _.0 D < C 70 0 0.CDC 4)101 0-', Oa att1110.10 7 030D 040.0 17443 7-00'010.+-•3 0 + 0.77 <CD- 0-00.403-• +-•733 704 • 017-• 10-• 030 N 31 +00. 3 CC4 0 +0 1 3 0- 7 70 10 -•-•10 K 017 10_.+ 700 0. CD 4374 + <0 0.10 -•0-• -1 +0 3 07-.37 90 00 7 3a 0 9 -3 (D 10 0-- 3 0 011000 7 03 10 0 0 10 K00-.0 a 70.0 at013 F 0 30-07 110 4410 04)437 0 _.040-•-4 7 334)34)003 0173310-- 0 C--• +0901-•0- ID 0 0N0--- 3--11 00- 0 003 0307-F70700 0 0 a -•0.0 70 £ 000+7 70 +0 417+ 37-C CD 70N (1) -11 04)0 103 - a7+ -•0 4C- 70 7+ - -+000C 737- 7 0Crb 003+ 7+C71+1.3 00-•0 0310' 7 (D 0 0 77 37 0- 3107+33 3- -• 10 0 070.1741 0 4 3+ o+ 10 0 0 -1.0,1-1-0-F7 0 3 7 1 7 3-0 13-30 X 3 0 10 0 1 007 0 3 0+ 40 700 770 0 43 7 1 7_.3 -70•-•90 -•43-•11 43- 7-10.0 03- a-• 7 -.0 30-•0173 1710 +1 70 310.-(D7 03707 • O 730 37000 - 0007 070 100 -•+7 C+D•0 30074-N 40 7 40 (03-•1 1-•4 14 000.0 3.7-1 -•1p+109 10011 7 47 10 r4)00 0 70 70004 3 -•13 0 7 10 3070 C + + (D -•00 3 7100 7 a 73 0 01 (0. 7130 33 0 003- m 770 -• 70 10 _0 -•4 -0 30.03-0100 7 4 740 70+0< -•1034-3 3£+30 l_.7-0 9<0740 Co + 0-• 3 Ka/ 047 +4a00 ID1 - 1100 C3 (D 0)30 0 07 077--• 7 -•• - 030-- 53 ID 4,_10--'-•O -.0 0 + <10030a 7 -•300 -0033 010-.0.D. 03 -•4 la a ID 401-3C 37 - .0 0-,000-0+3- - --337 0 0.0 +0+400+0 73 0 0+000 00+ Z37 1O 00 ID 7N-•0+ 033 -• + -•0 500070 a-- - 0 -•73 370 -. 3 4J -77- 0'00100 70 704D0 (0 1n m• 0 - -17 03 W+ 0 -•70 0x' 1410. • 4(00- CO 0 7 4 C 010+ 7 0000_.- ID 10 10 7 370 0 0 4 N 000 M 0 • 110- 0 430 4) 00 3 J.+ 03 0+ + 731-03 70 3970000 0 04 004+016)001 7 • 70 300-0 0 C X -• 070-- -1--.0 1 0.0191-.000 - 0 X T470. -- --0 7C-•00 90000 0 3-- C30 0 7a 7000 ++0044 10 400 3 .-• - 7-0 7-00 0 +00K 0C +r 710014_0 07-7 7 0-4)-•00 a+ F 03 10 0 m+ (0 -•3031 33 3 41 _.7030 •1003 3 +307• --00 04000 7 --0-00 7C113D -FC 10 0 +1 +010 -+33 010 0 _.01 773 70 0-.0 4 3 0 4 6: +-.0 -. 000 0.0 10+ -•00.00a - 100 00'C ll 0-• 909 0 30+0 107 9 I0 a- +10 47 0. 7-0.3 <r• -0 300 4-•010C 0000 100077 7+ 0 7 03 33 7+00 -•7 0 0. 0 77 7 0 3 40000.7 a (D 3 0 0 0 0 0 M.-. 0 -' 0 1 -• 4)+ 3 7+ C -•01.00 - 0 011 0 -FM 4 0 0 0 4- 0.,<0 7 00 7 33< 1000 0o03700-+03 + 0 0 Kr0 -3 0 <+ 00 73+ -•a0 00 70 0 1 70 -• 0 917< 00 -. -•1091 -_3-•34 7 7 0 mu -400m -• -•0 m+7_.0 I7< 0 7070 10-01 - -•10 -- 3m 0 -101 0 - 0--•30 71,9 0_ 7100103(0 -• 7+W K0.0 77+X700 0--(00 3 300101< + 7-• 0101--7 300+- a 0 3710 30-0 3 0 - 04 - 0•- - 10 0010-03 043300 0 007 0.+07113 0-I 0 ON 0 07 10 3<0 /D +100 07-•3 4 +091007+ (0 -440 070 100 +D 10 7 7 /-1,303 7 a 70-1101 03 -9 01 090 07 O7 -10 7037 0_. 10 00900 3-.0.30031- 11+7(0 10 90 0a 00304 0 0 3 11141 -•0-90 ID --03 - a< 7o--000+933 O 3X10+0000- 30700-•10 070-- 1 0070730 l -•0 00000 13 774) 3 0 00 _ - 000 077-0 4) 3 100 7 030 710 3300 l 00.+ 3 74314-•• 7- 397-10 31110 70 3330- -•000 3 943-•-•401 7-•1-•0.++0£ 00 O3 o 0+7-•0 C3 1 0 -•7 3 10- 13 - 3 0<107 +3910 7313 40 -0+00-•N (0 • 737-.7 3 107+- +3< +70.0 +037007-•0 -• <1 --•(\/0+7-•0 3+1030 (0_. 0_.X0-•• 00001 3 010 307+a 7 1-070,-• IDCDC 7+ -•+3000037 Ur -m -•+03 70 0.43 101• C 474 1, 7- -D 1 70010700 <09 -•10_.0 - -•17 -74. 77000 0 -•n 01-4110£ + 43-•3 - 0 7 30 7'0 91,- -•1 -0.0 < ID• + D -----07N 33 1<0+ 0 -•30 (0.403< 3 7C 3 11 -• 0 as 0+ 0 -10 0 40 7 00-10770377 - CO 100- 33 07 -.(1/0,0-• + + 47-0/C-•0 -• - 3-• 0 04 .• 00973 00+1 0_.40 4)7 710310 0 0 >001330-1- 30010 - -•000 17-30 3 00- 9 3 -140 7 0 l 0000£ 7 < 00-•I 7-3+ 3 0 00 X03 C0-•0033 -7 - • ID -•0+00 -•CD 0 +3 D 77 0+030-• 107 <7 0100-• 7 730--<0--7 0 4)907-•073 ID -•00.07-X -•0.410 000000N 7 00 041040 770377 00 -.0 4) . 3a (D 1,• 4-7-•373 03-•310 3 74 0100 4 70 a 710-10 7 0 17 -•7 77 0307010 JC 70.7 7ID1 0-00--10 0-1-a70ID0 7 0 • 0 3+• 01D 103+ 00 -00 m 0 3+ 03000 + l C-•01010 ID p< 39 4101 O 1-101070.+ - 0107 49 0 1 O9 0 1010. C -. 3 700 030+100 0140C -Ip -•- 0-010 O O C 7 3 a 3 74 O ••-J 40107+ 973 -• 11010 0 0 7-• 3010+0 00 010 7 710 -• 0 _00 3 0110 -0+Dr 4) 10+ O0 w3 7 0 D30+DO 00-0 (D DO -•0-•D 07 7+-0 0 70 0a -.0.7+ 0_.(03 -•1.3100-010 O 10..7 70 0(00- 00,4) -030 -•07-034 7 40 404)74 7704` 0_.0 _.<• _ 77 __•ban 7 007 -•-1• 74C 0030 300- +770003- 0 --• + = C a• 07 0 703 3rD 3 010 + +100 0970 C+ 3 070 (DO -077 7 +0C77c70 7 0a c 3 -•3 -• 0030 10170 1,1030 0 + 10 10 10 70310 0/7 7 01330 + 10 • -300/0 7070 0- 3-•0 a 310 7• 100 300 103 - 0.0 3+ -•9I 10 00 3 + a--+ -4--4 - 7F + -•l-•0 0-•100 407 F 0 4 - 00---49 +D-•- -•+0.3 7_/00'7077+ O 001 (D N3 007 J 0001 377+ • 0` 0 + -• +10 +7001D- +0 30 3 3-0 a 170+10 400300 0 0 3 -.07 0-10 (D 10 0< <-• 3 7 -17 - 07 310+01-• 3(010 30 713 r C 4 - 103 -• 70--• 4-.O 3 710 01 c 100 0 0.• (1),2,:, 90++ 0 3 + 0 4 40 4 4) 0 703 0 +-0.4- 3 ID - +-7l +OtP -• 1 7 77 0 + ID 310 3 7+ -• 0 0 0000 -•00 - 30 3 3 3 7 0 0 0700 -• 7 7 10 4 a 0 c 0 0 -101 000-i00 (n 11 11 N (/1 X 100-000 10 -10-10 v0 vlm 11-01010100) - 177< 10-•10X00++-•41 0 0003 0107-•7-ID33703 3 0 3 7 3 7< 0 3 0 10 0(D 7 7 7 (0 0 -40 -- 0 7 -• 1P 010 Cm +-0-•00' 7 +C 4 7+ 0 0 3 017,< 4 9 0 3 9 7 In 00 0 (/) D003 0 + C 00 7 ba43 310 047ID 377+ 1 1 7 7 1. - 0 0 (D 0 (n < < 1 (D- 7 4 7 1 100 110 IDC 1 7 0 0 4) -I-1D G . (D (D 11 0 (D (D l 0 m 0 10 (D 0 0 0 0 m a a 44. Z r 1 D V1 0 10 .. - 1 0 0 m r(Po 7 Z CP 1 0-• O 0 V1 N 0 010 ' 0 DN00 0 11 0-•0 -+0 0 O 7 7 rZr-6:.- 0 CO -C s: Zs:13 -0.0 -• 0 0 0 0 7 _ 3 -• < 7 3 0 10 0 - -• 10 1033000 _ -.300 4 -1-4 100 3- 3 3 0 0 3 0 4 3 tD oil ID 0 0 00 1 0 0 3 0 0 x 0 N 1 N 3 0 3 0 C+0 0 0-• 10A 074 +33 FE 0 3+ 0 -0 E -•£ 7 3-- +-- -7 0- +0 +D C10 0/C - 7777 10 0+° tac0 0 47 + a 7 -• 10 - -0 -O 1 -•a-•-1 \ 4\7040.< -•Z O 4)m (D 0 7 O - a 0 °vm0 m rt 0030 < 7 +0 0 0 O 0 0 7 ID 0 0 + \ 0 4 -ID m 0 0 -a n O 0 777 0 0 D C 7 C m i ID 0 4) 0 0 4 310 ID O L/10 7 0(010 m C - 111 r C/1 10 10 1) r + + 1 01 4) m ID0 A / A e6D}IOA ed,Ci o i }DweLlOS 7. 0 0 v 9 3 9 ox: TxDOT lca: TxDOT low: TxDOT Ica: TxDOT m 0 1V3I613313 s Department of Transportation N l 7 -1-0 3 � m O m 0 - 3 0 - (0• 0 71117 0 -1 CC CO 0 + (0 -I- C 0 3 � 0 xx 0 + -•13 7 3 0 p X 00 3 7 0 3 C 7 w -4 1 • 0 (D 4 X XXX XXX/XXX X X X X X EXPLANATION OF ELECTRICAL SERVICE DESCRIPTIVE CODE * * l < 3 m 3 3 -X n 7 3 0 C-• 03 - -4) 49 11 7 - C -• 3 N (D 00 37 7 4 < 0-• 01 • 0 10 3 7 m < Ino 0- C 7 m 1 a 11 3C 0o 0 + O 0 O 0 7 0 0 0.-• 07 C N 7 0 3 0 + 4 1 1 £ +C (0 0 + (0+ N 7 0 - 3 3 0 3 + 0 3 - +-- O D m< - + � 0 7 7 310 +10 - 73 ZN 0 03 4(D 4 - O 0 3 00 71 14 O < - 0 7 00 mo 30 1-3 010 0 0 m 0 (0 4 7 l a (0 1 -• C 7 < 0 0 E 0 - 4 7 3 00 0 00 33 m-• 4(0 • - 7-I- - • 3 + J 1 0 O 3 3 3 + 0 (D • 7 10 0 0 0 0 P1- 0 0' 7 0 0 0 7 0 7+ - 4 7 ' X C (0- 4 00 0 0 N J 7 C 2 £ -- 0 4 0 a 0 0 0 a 77 <<0 41 -.0 0007 0 + 4 7 3 O N 9 -1-0 - a 0 7 0 3 Cr 0 0 0 7 a s 00 3 w 0000 7 <<++ 4. N - 0 3 - 0 7 a /D - - 7 0 - 7 CD 0 10 • 4 7 10 000031*+ -1016: +01 7 - 0 77 :0 3 0 0 C - 0m0 -•N 3+7 - -70000 0 -I- - F -C +-10 7 0 1 0 -0.0 1,-7 CO -0 O N N 7 a m 0 0 0 00.(10 m10+0000 0 0 400 0 0 0 0 7 1 00.000)0C- < 0.100W0C-< -h 7 - • a 10 3 n 0x00) 7 -•70 7 0 7 (Dana 7 0 N 0 1 -+ c3 00 7 0 - MD - -I- -I- 7 7 7 -• mC 0 2nd & Main NB Access SB 183 Elec. Service ID *ELECTRICAL SERVICE DATA 111 co w o ry co Z N 3 0- 0 O m 0 7 7 ELC SRV TY T 120/240 000(NS)GS(N)SP(0) ELC SRV TY D 120/240 060(NS)SS(E)TS(0) ELC SRV TY A 240/480 100(SS)AL(E)SF(U) Electrical Service Description IC .i...7 N .,,"C,7,. * (1(./1 N 0 < w N. 4 Co w \ 4 01 w N. 0 N Service Conductors No./Size Z \ Z \ D - 0 0(0 CA C/1 >3 0 + N D 0 4 7.1 Z > N 0) 0 00l/dZ Main Ckt. Bkr. Pole/Amps Z \ D w 0 0 0 Two -Pole Contractor Amps OL 100 D Ponelbd/ Loadcenter Amp Rating Flashing Beacon 1 Flashing Beacon 2 CCTV Sig. Controller Luminaires Underpass Lighting NB Lighting SB Branch Circuit ID \ N N N O O \ N O N-• \ \ N W O O 13 \ 0 0 N N IN. \ a.0 0 0 0 Branch Ckt. Bkr. Pole/Amps -Is(N (0 w -.NN IP VIM n m D 77 0 0 3 (00 0 • 7 - 0 n w N co r 0 < 0 D w N • 0 1 04-013 = _ =010 0000 VDD -0 01 0-3+mmm(D 1 310-•1011 30 +- 0---00 0 +10000 9< 0 C+ 7 (D ID 0 0< -•0 0< 0<< -•3700007 -• 10 7 C -•0-•-• 3 0. -.00 H -A- 4+ 0. C 00 -.0 -• 0 0. +N CD 7 171133 0+1430-.0 (D 0.O s:0. -•-•-•(D 100 b0 O 40 00030 0-700-•37 10- 0 -.41//000-1-- 3-473000 7009 ---00 -1-0 001D F (D 313 -0 3+-•0 0 OF 4 -•0000 4 10-•77-•-4)3 40 700-•33ID K7 00 C3Z 0 11 ID 7-.7110-• 3+1(0m+4 -- a -• < < < + 0 0 7 + ; 7 (D 0' D 0-•-•-•30 0-°390 D37 O -0100001- 0 O -- - 3 0-0+3103-• 0 07- ZO O 3ID0.-•00000 '•-10 00- 0 + 0 00 0 10 00 0 3++ 0 00 • .0713-1-1 l 0070-0-• 71 10 C/1 C113< 040' 370 <- -•7. 0099-• +--• 0030 -•0 00 310330 011 04007 0- 0 0(0 03 3--0311-0 30 -r1401,•-•(0 0000-•0. C -•00" 4) 100 0001 O 130<- _ =-•-• 14-0O• -3 00 C+-• 0D -•+7- 3 3 9 a.. 00 401 0 100 -- 0 1 17. -..CD 0 0 + 0 17 3 0 7+ 3 O < -K I/113--0 0 - 0 m 0 1 CO 3 -• -- 0 3 --.(11 00 04,0 7 1 0 -• 4 O 0 0 r- _ -70 0 0 0 < 7 0 0 -•3 (0--10- 1 110-•100- 4)- N+000 =0 0000 170703 0 ID.0 0 0 ( 0 3 0 0 00)+ 0.0 -- -•0D w0 0'-•+0040-- 3 4+0 = 3 +10-•-•0000 7 0. 070 0-* m-- F 0+7-00 + 0- 3 7 47 01003300+ 10 00 0.-•- Z3 31 N33 04003 7134 ma 3 009101+70 4)• 00-•0 ° 0<N.17 -• m C 177'. 0 *-- 3 D 0 -0,0 W 0 0 m 0 7 0 7 0 0 0+ O-• 133 =0--0 -•3100773 Da Om 0- 3+ 0 1 3007 03 <3+- 00 7 703 00.0 - • 7 -"+1<3010-+-• 0001Z0 + a 0 0 3 7 7 0 +31 0E0- O 0103+-I<-•0 7070+I+0 007<-•0- 33370---- 0 on >00 10- 0 3 .730070 7 70- 03(0 3 0 0 7" 70 3 10 0-• -0 104 407 0-9 3 7+0 1 130 0 4-•00. a 0- (/1111-• 097-•1-01 3 0 31<0<- -1-7 0 0- O CDC 07170-•0 710-•4003£ 1 7 7< 3 0 10 1 7 7 0 0 0 -- 4 <aa-• CIO CP 0 10774+ O -°/D 0-1 04 CP 3 D077 0103- 0 +90034-• - 10 0 = .3 074-0004 O • 47(10 034)0 3< 1001--3 + 1000 K VlI •-•-•+'• 10 O 90 101, a 001 (0 0 - 13113-4--"�(0 0' 00..70 0 0 J-007 E 07 CC - 0 C- 0 01+3000003 03-+1-11-- 0 ID CO LA -. 0 7.0 0 ---0 0 a (.1t 4 70 00 00 0 0-.I4-40 n -10 -•0 - 4 Y < 7 0 110 -CD -•0 +ID 3 70- 07 0+0 n0 d w N V) • -•0-0 7012 0001 -0f'1 7 s:7 077 K771 7 7) Ino 40.0 IPO a9 0 < + < < 4 10 < ._- 3--• DO -.-.04) CD -.O. °-•m 0070 m P1 130 77 W - V100 + 0 0-1< 3 0 - 1 0 000 .03 00 3 0 D.C. 00 -• - N 0 + -.73 0-03 7-0 703 _Na ID CD 7 10O 000 00- _+a+ 4 - -•010 030 10 I < 0 3 •- 010 - CO cn 000 10+0 (000 - 0 000.- 0 10 33D 010) MO.-.• 4)K 0 7 0 0 1/1 10)+ 0.01010 1717 - 0 .0 7 77 --• -0 0 0010 -'3 -1+- <<3 0- 0. 70 0 003 co 010 aa- o0 -1,0+0 3 3 0 DI • 1 7 En oa0 00)0 -0 <0 0 7 0)0 OCD _N no 3 >00 CO 1000 a-• - n 337-• 1/100 70 -1/1 0(D 0+0 -• in 00 -00 Oma- 3 C 0- 0 co 00 0 0 0 NCD -70 C m 7 * 7 0 0 7 CD a 0 00 3 7 0 0 7 4) •< 7 -0 7 0 0 0 00 10-7 010 WC (00 0 3 .• (..1 --C1 0 719 4 0 (D0 110 00 030 00 0 000 111- -1 770 ID 01 0.+7 019 00 10 CD ...CD 70.- 0 • 0 0 O (03 10 0 70. 0> 0 0 O. £ 7 3 • a 7 0 4 (0 7 threaded hub for all conduit entries into the •aunsoloua }o do} N 000 0 - = a0'<3 310 -WO 0 O Om 710 01 01 0 00 -• O• 3 77-'0 ,7 10 - 40a (n 0314 10 3 -.00 r 7 7 7 a 0- + -40 77 7▪ • 7 () +000 3- 0�,0 -1 0044 a- 0 C 3 0 717 3_ 101, CD 7 CD () -11-10 + -•0 - +0 - 1 CD 1 (0 3 + - 0 10 C7 00,C C• on Z ++-.3 0 3 07 77 3703 01 • 03 30 10 O 3C-1 -+ £- 3 3 r I-1 10 0 10 a 74)00. +700 77 70077 110 C < Om 03-1-0 0 0 17 4 0 3 4+ () 00 3 7 0000 7 10 O 3 -0 7 710 0 0 +0 TJ 07.E OCD -.CD. C") C 4 r +1 3 7 7 _ +7+• 1 4- 7 00.+ -I (D£35_ 0D-.0 70 0. 7 10 0 7.-.0 -11 .7 O < 00 0 77-3 V - 33 7o O9m0 00(07 0.a O 0+a 7+ 00 -•4- 03 (D4+C +370 11 - -•O 0 OC 07 11 -- - 0 4 +O DC =+1 O 0 3071 ID 7 0 • (0 0 C + 7 10 4 (0 3 OK -1 109 7 •0. -•030 7700 +3 - C 7 100-•3 -•n + OCD 7-001 O• 0- 10 a C 0 0 -4- - F0 a 40a 3(D-• • 0 03 7 471 014 < m -D { 32{f1SO1JN3 A19W3SSV 133NNO3SI4 NIVW HlNV2I9 '8 S2{DiV32{9 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION { 022913 #103rOdd oo N 'ON ONIMV 62 133HS 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ELECTRICAL DETAILS SERVICES NOTES & DATA ED(5) • 14 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. (361) 236-4611 www.mbitsgroup.com TBPE REG. It F-10258 'SE°F`\F-`1l • ?RAMON H. MALDONADO, JR q. 96763 �r1 C O :' '111,‘„-..---77,„2/28/18 0) O IV co fV 'ON 80f S,INviinSNOO CP a I I N -• Equipment grounding conductor -always required Neutral Conductor Control Wiring 0 WIRING LEGEND wer Wiring CP a W N -• O LO Cc -4 61 N .D W N - SCHEMATIC LEGEND Ground Bus Load Center !Separate Circuit Breoker Panelboard Branch Circuit Breoker (See Electricol Service Data) Neutral Bus Power Distribution Terminal Blocks Lighting Contactor Photo Electric Control (enclosure - mounted shown) Control Station ("H -O -A" Switch) Auxiliary Enclosure Main Disconnect Breaker (See Electrical Service Data) Circuit Breoker, 15 Amp (Control Circuit) Service Assembly Enclosure Meter (when required -verify with electric utility provider) (Safety Switch (when required) a 0 ox: TxDOT lca: TxDOT low: TxDOT Ica: TxDOT P1 0 D z 0 z 0 m m C-) P1 3bnso13N3 1vJIH13313 m N s Department of Transportation 3 JIM 3321H1 V 3dl\l 0IIVW3HOS 0IIVW3H0S m n SNOW OVZ/OZ L 32�IM 33dH1 WOlSfJ - 0 3dl\l 0IIVW3HOS IM o - 7 a 7 CD CO 0 7 0 OO Z c - co 4 w o '—c) 7 4-z 7 m O - 7 CD O O C - F 7 11 OCD 0-- CD O 7 ▪ - - 0 N -0 7 0 D n < a 0 0+ c w 7 0 r n 3 a,4 7 -•OD nO 0 O 0 l , - 0(D +- C 7 +0 c) 0 0 7 0 D K < 0 O 0 + o(DC(D + , O 0 , CD ) 0 0 a C 0 7 -•K ▪ 7 - N 0 F•3o� -0 -1 O -•D CD (D 7 7 CD0(3 7OO CD N 7 0 - +-(D -1, m a • co - 7 N 0 0 7 -1 0 \ 7 D N -• (3 0 0 -• 0 0 , - C 0 O N O O 1 2 1 m m 1 m ++0 7 70 013 CD 0 7 Q + 0 C - N 7 0n + 7 C 0 a 1 1 • 0 0 _J 0 0 C .0C 4030 7- C 3-c a CDN CDCD N7 £ 7 -F CD a+ID N O • N a' (D a + a £ia£0000 07-•07+m N CD 7 N CD - 7 7 N - 0 D E 7 0 0< - 7 N 0 7 £ - CDO -07(D + 7 0 + F +00 000-• 0 0 +000 7 ID CD 1CD+10 4-n z 1— O m; CD 0 0 7 -1 0 III 0 -- CD 0 - m40 .1--c) 4—z . 3d,ll 0IIVW3H0S CD- C N 0 0 n '< 7 N 0) - 7 0 0 < 0 +* I � 0 0 ■ m+--00� X 0 7 -1,0 7 + N C 7 0 + N - CD 7 (D + 3 0+ + 0 - CD7000.m CD 7 -(DC N 0 £ 00)0 0 0 +0 =+ 707a-0 70£077 7+7 +.00 CD0-•0+7 01+77 0 CD N £0£000M NO •0-110CD 0+ O. 70 r 0 7C C -• - 7+N+N 0 • 0n 70a0 OC CD l l -• a - 0 +N (D O am 0 -0 + • X D 7 OT -• + N 7r -7 N £ N -•- 7C7(D0 + CD -fD 77 7 7 0 IO CD (D + N -1- J J 0 4 N+-00 E X07 x,07 -•D N + D C 7 O + N -N,fD F O C + 7 + + 0 • - 7(D -•,O 7 N 7 0 0 0 N (D 7 - (D C F 0 0 £ 0 01 0 OO -•0 =+ + 7 + 7 707'0-O 7 0£ 0 7 7 7+7+,00 (D0-0+7 0 7 + 7 7 0CD N Z (II 0 CD O 0 C +711 00.CD 0- C) �— Z 4 4 0-1 F O F 0 0 037 CD0-0 -+,0 (D 07+7 -a +a 7a r0 7 C C -• l -• CD0707 7 7 +(D -I- CD 0 N 70O.0 0C CD 7 7 - a - N a(DO0N-I -I- XD 7 61-• N -• = O + 7 r 7 N £ N -•- 7C 7CDO + (D-cD 77 7 7 0 0 N N + N + 7 0 7 1 0 \ r i O 0 REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION { 50 0 0 01 41 P1 Co 0 - u m 2 0) m o m D 0 z o 0) Z 0 NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ELECTRICAL DETAILS SERVICE ENCLOSURES & NOTES ED(6) • 14 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. (361) 236-4611 www.mb11,group.com TBPE REG. = F-10258 'SE °F`\F\1l 1 ?RAMON H. MALDONADO, JR 0• 96763 • e - r% _Ai.... it • C., llama, „�=12728/ 18 rn O N co 'ON 80r S,INviinSN00 DATE: FILE: DISCLAIMER: The use of this standard is governed by the "Texas Engineering Practice Act". No warranty of any kind is made by TxDOT for any purpose whatsoever. TxDOT assumes no responsibility for the conversion of this standard to other formats or for incorrect results or damages resulting from its use. M3IA 1NOH3 P1 C7 =0 -6.(41 P1 *D -o#°- 7 co (/) O 0 (0 7 7 0 H31IMS A133VS 3 N O— CO 3000-1 o 70 N) X 0 0 - • n< (0 (0 0 0 0 4. 0) +0 1 0 a 7 # C = N 01 0 co 3 - aa 0 7 0 - 030+0 + 0 7 O 0 # M 7 X 70)0 1 a -00 04 +D -• 04 •3 D 1 0 o of HJIIMS Al3VS 1f10HIIM (0 04 3af1S01ON3 (DmOZ(D 4,r) 3 .000E17073 00 (0 -• C 7 0 -• 3 + V-100'03 40 0/300100 D (0-a 33- - 31.<0033 + a a h+ -.-f 3 3• + 040 71 3 0 O C 1 3 1 + + C m 04 0 -1 - - 0 0 C) (0n 7 (00 0 7 00 1<T•+ 0 10(D0 (0 ti +1 a � 1010 £ 0 0 -, 40) 3 7• +(0 K C 0 (D + •1 0 0 - 0 1 -i, N +3(00 1, ,<a -•C a #-,00 N O 0 1 -- 0 0 0 - +D -•O • -•73X 01 1 (O C 33I A2:13S CINflOd0d3ONfl H31IMS 1 60" (typ.) O W• 31 dOHONV 03NOOH 18" Min m u, 7 (0 0 7 - < 0 _- 0 0 + C (0 + 1 CO D (0 Anchor Bolt Length (See Note 3) W a Top I Thread a Q 0 g ow TxDOT TxDOT low: TxDOT Ica: TxDOT m 0 0 m U) N -n 12JOddf1S 33I Ad3S -W312:113313 m D O 3 O all( 5111 1a)ddflS 30I Ad3S M3IA dOl z (../) m z 1O m (D to O tO Co -1 Co Ut W N - C (0 V1 D D £ 3 0 D 0 -i0 (0C (0 0+ -h O 04 0 t7 C C 011 - CO 0 W 0 0 0 CO 13 £ a 0 .- 0 0 70 - 7 1< 1 -• 0 7 -1, 0 7-30-00707C-1 3 0 OC 0 3 3 O 1 CD -1 -00-1-07 0 (n0 (D0 (D 770 -1- 0 00010770 700-• O (0 71 07 as B. 10 +3(0(D 0 JO (0D < -• 3 -• a< O N M C O(0 (D 0 0 7 3 a< D - 0 0 7 + a 7+< << 7 0 0 0 V1 < £ (D a 0 3 C -• D 4 -• 3 £ 7 + C C -• O - 0 0 co _ O 0, _- _. (D - _• 3 a 3 7 0 a 0 + a- (o -• 1 -•(0 + 0 a 1 +- -- 0 a 0 3 _. 7 a co- a N 1 C - a (D 7 +0 3+(D (00 -1- - 130+774(0+O 10 +J 3 (n 7 4(D (D(0 -•N 30-(0 7 0 0 + - a- (0300-4,0 0 (D 0 0,3 C o, m 3 (D +° 00 3 -• 7 0 0£ 03 -•0<a 003C0(D0C 70' a 00 0 (D 0 010 aD 00(n 000 04 (0-•(D 704 a 7 1 73(0 .H • 1 -F (D 3 00 -.- 3 70 (n0 07 70 7N - 00 -•0 a30 a7 0104 (0r) 3a 74 -o+C 0 0- 1 + m 4 1+ (D 1(0 00 +(D 3-- 7C-1-00+ O (0010 0 + 0 03 17 (0 --0C 0 =(0 0 0+ • 0 1 (0(0 + 0 7 0+ 3 C -), - 3 (0 0 04 0 (D -• 3+ - (,, a -• 0 03.0-0,..-1-0-•m- - 1 -(0'0 0 b + 0700-•a0--001 < 00 17 7 (0 -0(0 7 + -•O OO (0N 0 --J 7 0 C -•+0C --•0 O 7 -•N O(0 <— 010 O M 11 7-1 010 7 07 0307+C 1-<0+ 70 7+ 0 (D" 70+ 0 O0 (000 (0 0 * -• O 0 C • +0 -• 7 (D (0 (D 0 1 10 0 - 0 - 1 0 + 1 0 < -• 0 + - O O+ (303 -h m00-• 0 7(0 m (0 7(0 - 7 - 00- 7 4- - ° (0 301(0 +7 (,3 -Q 1 (0 3+tn1 M0 (0-•0- (0+ +- 00 7-•<C - NO Tan (DO (0 0 O O O £ 7 - 1 +- N 3 +(0 07 0 ?(07 < + 0000 0+ + + 0 7 3 - 7 (01 N+ 0 0 0(0(0n 0 (0 00-1 7 0 1 a(0 D(0 1+ 0 7 70 1+-' (D-•(DOC(D037 as o -0 - 31 3 7 0 01 00-00-0 01 (D(D 0 7 37+3 ++ - - 00 00 (D C 0(00- -7 (0O` (D C '< (0 1 700 - 0(0 00++(07177(0 01 (D-• OCT 4-I'00)< (D(D 41 - VIN n < no n -1- (077+(0-•0m(0 < 1a +o n 010 Q 0700 (0+ O1 + C 7 - (07 0 777 7 -0 1 (0(0(0 a - + (0-0 < O - + < J -• a 1 O O 1 7 -• N O n+ O D C 3 (D 1< (0 4 0 (0 O O 1 0 -• 3 1 4 -c, 3 0 -• -• 3 (D +- 3<(0 (0 (0 7 C N O 1 0 0 n 0 -• + (D - 0 - - 3 • C 0 (D 0) 0 0(0 (0O N 0 -• 0-- O (0 - 00(0 -• (n3003 3 +-n 7 (0+ 1 7(0(0 0(0 -•0770 ma Oa O+£ 7 O+0 (070 x,707 n 0 1+ (0< a 01 7+(D 7(D 4, 3 4 1 D 0 4 1(07 4 7- 7 (D 7 4ti, O -0- 00 OX -.0 3< 00 (007 00-h (00 0V (0 7(03(0 00(01007 + 7- 4-D0C`f" �,-• 400- • 0 -•0 004 (00,' n +3a(03(0031<C 30 -• 0- (D 4 -2 104 00 071 =3 3 1 1 -• 0 7 -•C + 1 C (0O -•(O 7 3 0 3 0 a 7 0 D 1(0 0 (D (0 0 0 7 1 17-0)101 1=03 (0 3 (D 000_. 3 --00-1-K (0 0 0 7 O+ 0 (0O (0- O C (0D 7(0 0 0 0 C(0 4 3 a C 7 3 O£ -• 3 0 1 0 1(0 3a 000 0 04 (077 0a 41 3- 07 0 D 4• 3-• 301=1=1=1= • 1 a 3• 0 7 a(0+0 0 a+m (030-0 n- 1(0 7 0 04(0 0 4 (030+3D < co, a 3 n (00'-<+(0 0+4,1(000 m 00 0 070• X 03 • 7 +D O(0 -•tea 0. 04 1 -1 • -•O 7 1 3 1 (00 1 0 7 (0• 0 0 +7 7(0- (0 -•(0-•0-•-f +COa (n (0- 31 7+04_ £0 - -01 (0 O< 0 39 O 0 7003+N 3+a-4--0'' 1 O 3 N O OO'n00 -i-• -m 0 (•n 0 3 0+ 7- n -• 0 3 -• + -• (0 C 0 a 0 - <_ 7(0 '1 - D (0 3 •0 0 N 'n (0 a 0 C•0 + 0 (0 3+] 7 a- ((5VD -E5 (0 0 0 7m 0. +(0 - 4 D (0 D+ O (0 0(0 4• (D - - (0• J - 0(0 7 0 (0O 7 C (0 -• 7 (D - 1) (0 0 3 - 0 + £ + C X (0 O 1 -• D 1 -i- 1 1 3 O 7N<0 N- 0- 000X 7 + -• 10 - (n D(0 -i- -I- 7 1 000 1 Q(0 -•7(D 01(0 (0 -• f D(07 a 0+ 3£ 31 0• O '+ 0 - O a (0+ 0 0+ � . O (0 7 7 1 0 - O(0 1(0 In N 3 7 + 00 (0 11 N+7 t,,1 7 - 00 _ (0O O - 7-1 11 + 0 Sao (0 0-4- O00<+1(0 -•O 001 "7-•7 01 +O- +X �. 1 (0 O-•0 C 1+3-•(0O 7C - D 0 (0O3 -I- 7 7 0 C 77(0 0 70(D0(D(D0(0n0• z 7 O 304 070 0 O 00 O 0 (1) 03 0 (0O X 7(0 (0- (0J n 0 - 0 + O+ -• - O- m 3 + 0 0 - 7+0-0 0+ (0 7L) -'100 03 7- a C 7 C•-•7 7 a(0 7 O0 M0 -O+ 0 0 3 -• a O 1 a D C(0 4 C) C 7 4 0 7 7 0 0 0 + 0 + 00 0- 0 C- 0 -• 0 (0 (0 C 3 (0 7 -•a 0 1+ O O 7 0 m 0_ J (0 7 (0o 0 + Q 04 7 0 0 0 004+ O. 0+ -•0• C 3 a C 7 (0 n• 1(0 -•1 00 30 C + -(0 C 3:113 7001-• (1) 0+ 0 X - -• 3 a 7 3 0 - 1 3 D 7 0 0(0 n a a (07 ,Q 0 N 0 0- -• �, 7 7£ C+ 1 0(0 - a7nc O-•04 - + (00 < <_ +-• +(0_•-•3 m m + + m -0 -•073(00-0 0 m (0 (0+ (07om -1- -p a+ 0 £ 1 £• 0 (0 0 7 1 4 0.0 < 7 0 0 7 O (0 - 00 4 O 3.0 Dti, O 0 O+ (04 0 0 0 (0- - - a 1 3 3 (0N + 1 3 (-Di 0 3 0 + 070 £ 0-•0004-0040 0 0, 0a 3 (03 0 0 -3 < - D 7 a 0 -• C 7 3+ (0(0 3£ -., a 1 (0(0 -• W a < a fD 0 + a �8 7 747CC0, 400(0(0+ (0 3 +a 7_•-X a0 0Qf0)0 7 0£ -• 7(0-• - (D 7 C 0- 4 01 (0 COO (0 7 7 (-D, 7 C 1 -•i0 + �, (0 Cr 4 0) o 7(0 4 0 0 0 0 CD CD _ O 0 a p 1 + a O -• _ 0(D _ 0_ 0 cD _ V+CD7103 ', D h0 _.p __-0 £ C1 O (0 a O - 1 0 -- 7 1 -• 1- -• C (0 + 7 CD 1 C(0 O + -• a(0 7 0 Q< (0 0 0++ O - + J 1 C+ - 0 0 a m 0 - K 0 0< 0 -. (D0070.-3- n 0(0 0 0 7 0 0 0 7 X j 8 3 0++ 0 0) 0 D OO (a 7 (0 £+0 Cao a�°-1 (.! + 0 00�,eE -•N 0+00 <N + o 0(0 0.00300)01 0 0 0 0 a -'a 7 -h3 < W00 0 - 300 +73-•7+00C(D+ O 3 C O' _ -•4 O(0 7-• + (0 7• - C 00-• -<0 <+31(0 (, 0 0 7v 0 -10. -•�, (0 (0 - 3 7 <-30-•1-•1 a<(0 + £ p 00 -+ N- a 0 4 7 3 (0 0 0 0+ 0 (0 -• (0 -• 3 0 0 7+ X o + M 0 00 -• a 0 -•00 C_. a, 77 7 (0(000 1 77 7 O+ 707 + 3 0 j O 1 0 (CD 07 0 i1 0 3+ m m° O C O 1 N N 3 0 0- (D 7 0-0 a -3(0 - 0 _ 3 7 as+ -3C 3 0(00 - (0N ] (D 0 0 0 7 0 -• 0 0 - (n £- 000.30 -4-0(0 100030) 47 3+000 < 7+ > 0 (0 0 0 O. 1 0 77 11 .31 -1--(0(0001 77 - K 0 4 0 - (0 3- 0 1 0 0 ONV (dS) 310d 133lS 3dAl 3WVa3 1331S N (D (0 0 +N C7 0 0 (0 0 1 7 7 ,• 0 < 7 7 - Z+ -•(D )<- 010 0(O +0(1)+1 -+ (00 O + (00 0C 0 -1 1-7 CD • o00aZ- 0 C 0 n 7 7 -E h • 0 a O. 1 -• 7 00 7 0 + 3 a + -•0+ O - 0 0 7 -O n I _ r 1uU (0 0 0 m —I 22 N 0 - 1 +0 (N a << 1 qD = O0 no 0-1- POyOD. n 0C) 3 0 0 0 (0 0 60" TYP. 041 01 ': 3 F 0 (D (0 _. -6 + (0 40 (0 4 0 4 7 a.< CO -0407-•00-077 £ 0£ -•000 `L 0410030(0301(0140 MOD -30-67a =3303003 3 a 03-•03 (Oa 0. C ar070 +0.+C030+ 3 +C £ C +-C -•+O -• 7C (0-0000 070000 0033-3 (D 0 00C - X ` 4 0 4 0 4 4(0 0 0 7 4 4+ 4 4 0- • - 0 7 0(0 0 1 0) -), C (0100 1 0, ((0 N (D £7 • 00 0 (03 --0C = 0 1 0 7 0 r 0+ a 0 0 O- -7 X (D £ -•0-•• X £ £ a0 -.00+(0+ (7D(03 +N+ m-- -- 3 7 a 0 7 01 0 1 7 01 0 c (0 = 3 £ 0 0 0 0 V= 7 3 a 3 (0 X 0 0 -1- 1 1 7 3m(00(1.- (0 _ + - 4 0 0 (00 (0 7 # 0 01 0 0 an • Q O ( O O T3 0 (0 +- 0 0 +O d K D -• O 0 -•77X 10 •-• 0 01 - 0 ( 0 O # _ 0 101 -i- HO±IMS A133VS 1f10H.IM - - 0 1 0 7 (0 4 • O a -•O + 7 C X # -63 0 N 0 a 01 1 0 0 0 0 + _ + 1 0 7 0 0 7 - () 18' \ 003C -4000n - 3 3 0 0 7 7-704+17 7 71 -310301• C -- -• (0 D 7 0 0 0 0 1 18 O-•0 7 100 7 (D -< 73 '+ O - 0 1 0 7< (0 (0 0 0 Min -0,..E,...103.2.0:1+- n CM 04 (0 1 (00 O 7 (0'< 3 • ((00 m0) C 0 C 0+00. £ 400 -0 00+00 300) 3 30 -1-0337•00 (0013+0 0370-07 0 (I) 01 -•--a003 O +-• +,(00D(0F<0 3 -< --(D 3 0 0 40007 003'00 a + 0 -- -•0)0(c) -•C 70,00 4 17 0-I-103 00 +0.0 •+7-• (0 13 (0 47 7 (0• (0 C(0 '< 700 + 1 0< 3 0 0 3 4 -• 0 1 -,0-•(0' 7(0-•(0--, --•(0 0-2r)0 (0 0+ 3 0 (0- 0 3 3+ + 0 -• -• C 77 (D WC OO(04 070)0-111 (007 •0 a£ + 0 0 (00(0 01 (0 0304 • a O 1 =00 1 0. (0 «£4(000 1 -+ (0(0+3 + -• £ - X 1 0 - -• 0 7 3 + -h > +0(D + D - -7+<(007 7 (0 (0 -• 0 0-• 7 0 N 7 (0+£ -0 03 • '< 3-(D (0 (0 0 d N +0 D (o m 22 n P11 31Od 3O A01108 m i I V130 31V1d 3SV9 K --(1407-•00-077 £0£-•000 0 004£-i (D 0(0070(0307(07(0 003-30-6 7 7 -h(0 =0(00 4 =33030.07 7 a 03-•03 -• - 0"0 00 a C ari00 +a4C a30+ 00+0+ co 3+C £ C+ -C -•+O-• 7C(D-C(00(D 0£K(030 0300000033-3 (DO 0 0 C - - D (0-4, X^ 4040444(0 00 1444440- (D+-•0)7 • 0+ O (0 -• 0 0 7 0 7 0 0 -• 0 7 7 7 • 7 0 = 7 -73-7 010)-), - 07'0070 0 (D 0 (0 N (D £ 3 - 00 0 (D3 •-0C -40 =01(07 0 r0+ a0 C. 0- O+ 00 0 01 - 3 X (0£ -• a -• • X£ F a 30(0-•1- 3(D0 -•3-• (0+ -•00+(0 4 ID 3 +(0+ 3 7 a 0 7 01 0 1 7 Cr, 0 - _ (0 a n as 0 4 73 O (D CO 31V1d dOl 31Od 0) 0 7 -< -co « 1 0 04(0 7 -O O - 7 0 < 0 0 (0 00(D n Z 7v o0 - -. o ' O O N 7 mC 70 0 0 C 0 C 3 710 a 0 5" TYP. REVISION NO. DATE BY DESCRIPTION REVISION NO. DATE BY DESCRIPTION { o8z913 #lo3road NAVAL AIR STATION CORPUS CHRISTI TRUCKING INSPECTION STAGING AREA CORPUS CHRISTI, TX. PARKING LOT LIGHTING ELECTRICAL DETAILS SERVICE SUPPORT TYPES SF & SP ED(7) • 14 CITY of CORPUS CHRISTI TEXAS Department of Engineering Services MALDONADO - BURKETT INTELLIGENT TRANSPORTATION SYSTEMS, LLP 3833 SOUTH STAPLES STREET SUITE N214 CORPUS CHRIST, TEXAS 78411 PH. 13611236-4611 www.mbilsgroup.com TBPE REG. = F-10258 ?RAMON H. MALDONADO, JR 0• • 96763 . ter% --4. •• C.' ‘1,\„`.`��12728716 'ON 80r S,INVJJf1SNOO 00 91 01 ADDENDUM NUMBER 1 Project: NASCC Truck Inspection Staging Area Project Number: E16280 Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Dennis Miller, P.E. - LNV Engineering Addendum No. 1 Specification Section: 00 9101 Issue Date: March 13, 2017 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 as the basis for rejecting the Bid. Make the additions, modificatins or deletions to the Contract Documents described in this Addendum. Approved by: 4'111r- % ialr � -?/(7 / .H. Edmonds, P.E. Addendum Items: Time and location of the Pre -Bid meeting has been revised. Contractors will be allowed to visit the site directly after the pre-bid meeting. ARTICLE 4 - PRE-BID CONFERENCE 4.01 A non -mandatory pre-bid conference for the Project will be held on March 15, 2017 at 1:30 PM at the following location: Ethel Eyerly Senior Center 654 Graham Road Corpus Christi, Texas 78418 END OF ADDENDUM NO. 1 Addendum No. 01 FMAC #E16280 NASCC Truck Inspection Staging Area 009101-1 Rev 03-13-17 ADDENDUM NUMBER 2 Project: NASCC Truck Inspection Staging Area Owner: City of Corpus Christi City Engineer: J.H. Edmonds, P.E. Designer: Dennis Miller, P.E. NV Engineering Project Number: E16280 Addendum No. 2 Specification Section: 00 91 01 Issue Date: March 23, 2017 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 as the basis for rejecting the Bid. Make the additions, modifications or deletions to the Contract Documents described in this Addendum. Approved by: J.H. Edmonds, P.E. Addendum Items: Questions and Clarifications noted from the pre-bid meeting. Questions and Clarifications: A. Questions 1. Question: Do you think that a mixed or blended Time/fly ash soil stabilizer subgrade, such as TRU-BLN®, might be needed on this project? Answer: Bidders should bid the project as designed, and that any suggested changes to the pavement section can be discussed with the contractor, the geotechnical consultant, and the City after award of the construction contract. 2. Question: What type/classification of soil stabilizing blanket is required? Answer: Contractor to determine best soil stabilizing blanket to meet seeding requirements in Section 028020 SEEDING. Contractor can refer to TxDOT approved product list item 169 Soil Retention Blanket. 3. Question: If brace sections/pull posts are required what footage apart will they be? Answer: Refer to Sheet 12 of 41 for brace panel details. B. Clarifications Addendum No. 02 FMAC #E16280 NASCC Truck Inspection Staging Area Rev 03-14-17 a. U.S. Army Corps of Engineers Safety and Health Manual (EM385-1-1) will not apply to this project. Contractors shall follow safety standards adopted by the City of Corpus Christi b. 00 72 00 General Conditions notes the safety of the site is the responsibility of the contractor. The Contractor's safety representative should be a qualified and experienced representative at the site whose duties and responsibilities are the prevention of accidents and maintaining and supervising the Contractor's Safety Program. c. All excess vegetation shall be removed from Navy property and disposed of properly. d. Machinery, such as cranes, may be subject to FAA Obstruction Evaluation. e. Contractor is responsible, at their expense, for coordination and contracting with AT&T and Base Communications Office to relocate underground communication lines, pedestals, manholes, etc. as necessary to accommodate concrete driveway on the North side of drainage ditch. Contact information is provided on the Dig Permit Application provided in Part T of the project specifications. f. Contractor is responsible, at their expense, for coordination and contracting with Nueces Electric Cooperative to adjust electrical manhole as necessary to accommodate concrete driveway on the North side of drainage ditch. Contact information is provided on the Dig Permit Application provided in Part T of the project specifications. All personnel entering the project site will be required to request and pass a security background screening. The screening takes 3 business days to complete and is at no cost to the contractor. Details are provided in Part T of the project specifications. h. Contractor will be responsible for requesting utility locates through Texas 811 and NAS Corpus Christi Public Works Department. i. It is recommended for the contractor to positively identify buried utility lines using hydro excavation, air excavation, or other comparable methods. g. END OF ADDENDUM NO. 2 Addendum No. 02 FMAC #E16280 NASCC Truck Inspection Staging Area Rev 03-14-17 00 30 00 BID ACKNOWLEDGEMENT FORM ARTICLE 1— BID RECIPIENT 1.01 In accordance wit the Dr wings, Specifications, and Contract Documents, this Bid Proposal is submitted by 1 w), , t-1-� . (type or print name of company) on: March 29, 2017 at 2:00 P.M. for NASCC Truck Inspection Staging Area, Project No. E16280. 1.02 Submit Bids, Bid Security and all attachments to the Bid (See Section 7.01 below) to the City's electronic bidding website at www.CivCastUSA.com. If submitting hard copy bids or bid security in the form of a cashier's or certified check, please send to: The City of Corpus Christi, Texas City Secretary's Office 1201 Leopard Street Corpus Christi, Texas 78401 Attention: City Secretary Bid - NASCC Truck Inspection Staging Area, Project No. E16280 All envelopes and packages (including FEDEX envelopes) must clearly identify, on the OUTSIDE of the package, the project name and number and that bid documents are enclosed. ARTICLE 2 — BIDDERS'S ACKNOWLEDGMENTS 2.01 Bidder proposes and agrees, if this Bid is accepted, to enter into an Agreement with Owner on the form included in the Contract Documents, to perform all Work specified or indicated in Contract Documents for the Contract Price indicated in this Bid or as modified by Contract Amendment. Bidder agrees to complete the Work within the Contract Times established in the Agreement or as modified by Contract Amendment and comply with the all other terms and conditions of the Contract Documents. 2.02 Bidder accepts all of the terms and conditions of SECTION 00 21 13 INVITATION AND INSTRUCTIONS TO BIDDERS, including those dealing with required Bonds. The Bid will remain subject to acceptance for 90 days after the opening of Bids. 2.03 Bidder accepts the provisions of the Agreement as to liquidated damages in the event of its failure to complete Work in accordance with the schedule set forth in the Agreement. 2.04 Bidder acknowledges receipt of the following Addenda: Addendum No. l 2 Addendum Date Signature Acknowledging Receipt Bid Acknowledgement Form 00 30 00 - 1 NASCC Truck Inspection Staging Area, #E16280 Rev 01-13-2016 10.03 Bidders who are individuals ("natural persons" as defined by the Texas Business Organizations Code §1.002), but who will not be signing the Bid Form personally, shall include in their bid a notarized power of attorney authorizing the individual designated as their authorized representative to submit the Bid and to sign on behalf of the Bidder. 10.04 Bidders that are entities who are not individuals shall identify in their Bid their charter or Certificate of Authority number issued by the Texas Secretary of State and shall submit with their Bid a copy of a resolution or other documentation approved by the Bidder's governing body authorizing the submission of the Bid and designating the individual(s) authorized to execute documents on behalf of the Bidder. Bidders using an assumed name (an "alias") shall submit a copy of the Certificate of Assumed Name or similar document. 10.05 Bidders that are not residents of the State of Texas must document their legal authority to conduct business in Texas. Nonresident Bidders that have previously registered with the Texas Secretary of State may submit a copy of their Certificate of Authority. Nonresident Bidders that have not previously registered with the Texas Secretary of State shall submit a copy of the Bidder's enabling documents as filed with the state of residency, or as otherwise existing. ARTICLE 11— BID SUBMITTAL 11.01 This Bid is submitted by: Bidder: AI> i cS1j, LZ.. 4— (typed (typed or printed full legal name of Bidder) By: Name: Title: Attest: (individual's signature) 6:14,7,:e-/ G (typed or printed) Fe ''' • 4 : 4 ",',..4571— State of Residency: Federal Tax Id. No. T (typed or printed) (individual's signature) 3 6 V 7/200.6 Address for giving notices: 3 6.36,r74►ls _S7,., 8l,.f 3 GG ? 2�/f Phone: 6ia)S/2- /� Email: / 1 �r-Sc,14• orti'a, %' c4) 'I (Attach evidence of authority to sign if the authorized individual is not the Bidder, but an individual signing on behalf of another individual Bidder, or if the authorized individual is a representative of a corporation, partnership, or joint venture.) Bid Acknowledgement Form NASCC Truck Inspection Staging Area, #E16280 003000-5 Rev 01-13-2016 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BYCI TY PURCHASING DIVISION •i City of Corpus Christi CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST City of Corpus Christi Ordinance 17112, as amended, requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with "NA". See reverse side for Filing Requirements, Certifications and definitions. COMPANY NAME: Mqko t or►d-/kcAnti, C.LC_ P. O. BOX: CCM 13153 STREET ADDRESS: 1436. CITY: C. C.• ZIP: ,.2,0/ - FIRM IS: I. Corporation 2. Partnership 9 4. Association 5. Other 3. Sole Owner 0 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 Gty of Corpus Christi Disclosure of Interest 00 30 05 -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 employeeyin the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349 (d)] CERTIFICATION 1 certify that all information provided is true and correct as of the date of this statement, that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi, Texas as changes occur. Certifying Person: 674.1itel Title: Prej; dad— (type ar P*irn) Signature of Certifying Person: DEFINITIONS Date: Va/i2 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of Interest 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: NASCC Truck Inspection Staging Area E16280 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: 7)/4/t0 L at4%V1 GLC (typed or printed) By: (signature -- attach evidence of authority to sign) Name: x"44,9'e / ;o • Title: tO9 $s; c+1 (typed or printed) Business address: 16 2 6 -s 9/g.sicc --s'g de IS? Phone: .c 7 '2".w a/A /7-61-crie Email: /4.7S /e c.+^ .c.4:•a- ea r•-4. j • 4.— END OF SECTION Non-Collusion Certification NASCC Truck Inspection Staging Area, #E16280 00 30 06 -1 11-25-2013 00 30 01 BID FORM This is a worksheet provided for Bidder convenience only. See instructions sheet for additional information. Bidder is sti!! ren fired to complete CivCast or paper bid forms for bid acceptance. Project Name: NASCC Truck Inspection Staging Area Project Number: E16280 Owner: City of Corpus Christi Bidder: Mako Contracting, LLC OAR: Mobilization Designer: LNV, Inc. Basis of Bid Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Base Bid Part A - General (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Al Mobilization LS 1 $ 10,000.00 $ 10,000.00 A2 Temporary Traffic Controls During Construction LS 1 $ 4,000.00 $ 4,000.00 A3 Remove Existing Chain -Link Fence LF 1600 $ 2.50 $ 4,000.00 A4 7 -ft Chain -Link Security Fence w/ 3 -Strand Barbed Wire LF 1932 $ 19.00 $ 36,708.00 A5 25 -ft Chain -Link Double Swing Gate w/ 3 -Strand Barbed Wir EA 2 $ 2,000.00 $ 4,000.00 A6 Block Sodding SY 20 $ 50.00 $ 1,000.00 A7 Seeding for Erosion Control SY 1100 $ 2.00 $ 2,200.00 A8 Sediment Control (Silt) Fence LF 500 $ 4.50 $ 2,250.00 A9 Curb Inlet Protection EA 1 $ 150.00 $ 150.00 A10 Stabilized Construction Entrance EA 1 $ 4,000.00 $ 4,000.00 All Rock Filter Dam LF 30 $ 50.00 $ 1,500.00 Al2 Soil -Stabilizing Blanket for Channel Banks SY 1100 $ 2.50 $ 2,750.00 A13 Adjust Exist. Electrical Manhole to Finish Grade EA 1 $ 1,500.00 $ 1,500.00 A14 Relocate Exist. Electrical Pedestal & Vault LS 1 $ 10,000.00 $ 10,000.00 SUBTOTAL PART A - GENERAL (Items Al thru A14) $ 84,058.00 Part B - PAVING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) B1 Clearing & Excavation SY 5117 $ 7.50 $ 38,377.50 B2 Remove Existing Concrete Pavement SY 1300 $ 20.00 $ 26,000.00 B3 Prepare Subgrade SY 5117 $ 3.00 $ 15,351.00 B4 7" Jointed Reinforced Concrete Pavement (Class P) SY 5117 $ 57.00 $ 291,669.00 B5 Concrete Driveway SF 1890 $ 8.00 $ 15,120.00 B6 6" Concrete Curb & Gutter LF 20 $ 35.00 $ 700.00 B7 Reflective Pavement Marking Type I (W) (4") (Solid) LF 605 $ 3.00 $ 1,815.00 B8 Informational Sign EA 1 $ 500.00 $ 500.00 B9 Relocate Existing Sign EA 1 $ 250.00 $ 250.00 B10 Allowance for Unanticipated Paving Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART B - PAVING IMPROVEMENTS (Items 81 thru B10) $ 414,782.50 Part C - ADA PEDESTRIAN IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) Bid Form NASCC Truck Inspection Staging Area, 11E16280 Page 1 of 8 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT C1 Concrete Sidewalk SF 50 $ 6.50 $ 325.00 SUBTOTAL PART C - ADA PEDESTRIAN IMPROVEMENTS (Item C1) $ 325.00 Bid Form NASCC Truck Inspection Staging Area, $$E16280 Page 2 of 8 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Part D • STORM WATER DRAINAGE IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) D1 Clear Trees & Brush SY 1400 $ 20.00 $ 28,000.00 D2 Channel Excavation & Grading SY 1400 $ 14.00 $ 19,600.00 D3 Structural Backfill for Culvert Crossing CY 16 $ 40.00 $ 640.00 D4 48" Reinforced Concrete Pipe Culvert LF 80 $ 320.00 $ 25,600.00 D5 Concrete Headwall EA 2 $ 12,000.00 $ 24,000.00 D6 Rock Riprap for Headwall SF 100 $ 50.00 $ 5,000.00 D7 Concrete Slope Protection SF 2700 $ 9.50 $ 25,650.00 D8 Post Inlet EA 3 $ 5,200.00 $ 15,600.00 D9 24" RCP or HDPE Storm Water Pipe LF 150 $ 75.00 $ 11,250.00 D10 Grade Drainage Swale LF 150 $ 5.00 $ 750.00 D11 Trench Safety for Storm Water Pipe LF 230 $ 4.00 $ 920.00 D12 Trench Safety for Storm Water Inlet EA 3 $ 500.00 $ 1,500.00 D13 Allowance for Unanticipated Storm Water Improvements LS 1 $ 25,000.00 $ 25,000.00 SUBTOTAL PART D - STORM WATER DRAINAGE IMPROVEMENTS (Items D1 thru D13) $ 183,510.00 Part E - LIGHTING IMPROVEMENTS (per SECTION 01 29 01 MEASUREMENT AND BASIS FOR PAYMENT) El Conduit (Aluminum) (2") LF 14 $ 537.26 $ 7,521.64 E2 Conduit (PVC) (Sch 40) (2") LF 1271 $ 60.17 $ 76,476.07 E3 Conduit (PVC) (Sch 40) (2") (Bore) LF 284 $ 52.65 $ 14,952.60 E4 Electrical Conductor (No. 8) Bare LF 1417 $ 8.77 $ 12,427.09 E5 Electrical Conductor (No. 8) Insulated LF 3588 $ 10.63 $ 38,140.44 E6 Electrical Conductor (No. 6) Bare LF 10 $ 10.03 $ 100.30 E7 Electrical Conductor (No. 6) Insulated LF 20 $ 12.54 $ 250.80 E8 Ground Box Type A (122311) with Apron EA 4 $ 4,360.00 $ 17,440.00 E9 Electrical Service Type A 120/240 060 (NS) SS (E) OT (U) EA 1 $ 13,625.00 $ 13,625.00 E10 Concrete Pole 40' Type II with 4' Arm Bracket EA 16 $ 4,145.00 $ 66,320.00 Ell 107 -Watt LED Luminaire (48L700NW-G2-4) EA 16 $ 5,450.00 $ 87,200.00 E12 Allowance for Unanticipated Lighting Improvements LS 1 $ 2,000.00 $ 2,000.00 SUBTOTAL PART E - LIGHTING IMPROVEMENTS (Items El thru E12) $ 336,453.94 Bid Form NASCC Truck Inspection Staging Area, t#E16280 Page 3 of 8 Rev 01-13-2016 00 30 01 BID FORM Item DESCRIPTION UNIT ESTIMATED QUANTITY UNIT PRICE EXTENDED AMOUNT Additive Alternate Bid Part F -ADDITIVE ALTERNATE NO. 1 (per SECTION 01 23 10 ALTERNATES AND ALLOWANCES) F1 Clear Trees & Brush SY 7140 $ 5.80 $ 41,412.00 F2 Channel Excavation & Grading SY 7140 $ 2.75 $ 19,635.00 F3 Soil -Stabilizing Blanket for Channel Banks SY 7140 $ 2.25 $ 16,065.00 F4 Rock Filter Dam LF 50 $ 75.00 $ 3,750.00 F5 Seeding for Erosion Control SY 7100 $ 0.90 $ 6,390.00 F6 Concrete Slope Protection SF 360 $ 9.50 $ 3,420.00 SUBTOTAL PART F - ADDITIVE ALTERNATE NO. 1 (Items F1 thru F6) $ 90,672.00 BID SUMMARY SUBTOTAL PART A - GENERAL (Items Al thru A14) 180 $ 84,058.00 SUBTOTAL PART B - PAVING IMPROVEMENTS (Items B1 thru B10) 210 $ 414,782.50 SUBTOTAL PART C - ADA PEDESTRIAN IMPROVEMENTS (Item C1) $ 325.00 SUBTOTAL PART D - STORM WATER DRAINAGE IMPROVEMENTS (Items D1 thru D13) $ 183,510.00 SUBTOTAL PART E - LIGHTING IMPROVEMENTS (Items El thru E12) $ 336,453.94 TOTAL PROJECT BASE BID (PARTS A THRU E) I $ 1,019,129.44 SUBTOTAL PART F - ADDITIVE ALTERNATE NO. 1 (Items F1 thru F6) TOTAL PROJECT ADDITIVE ALTERNATE BID (PART F) Contract Times 90,672.00 1,109, 801.44 Bidder agrees to reach Substantial Completion in 180 days Bidder agrees to reach Final Completion in 210 days Bid Form NASCC Truck Inspection Staging Area, #E16280 Page 4 of 8 Rev 01-13-2016 Bid Bond SURETY DEPARTMENT Conforms with the American Institute of Architects, A.I.A Documents No. A-310 KNOW ALL MEN BY THESE PRESENTS, That we, Mako Contracting, LLC as Principal hereinafter called the Principal, and U.S. Specialty Insurance Company a corporation created and existing under the laws of the State of TX whose principal office is in Houston, TX 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% GAB) 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 E16280 NASCC Truck Inspection Station 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 documents with 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 m the event of the failure of the Principal to enter such contract and give such bond or bonds, if the Principal shall pay to the Obligee the difference not to exceed the penalty hereof between the amount specified in said bid and such larger amount for which the Obligee may in good faith contract with another party to perform the work covered by said bid, then this obligation shall be null and void, otherwise to remain in full force and effect Signed and sealed this 29th day of March. 2017 Mako Contracting, LLC (Principal) U.S. Specialty Insurance Company (Surety) POWER OF ATTORN AMERICAN CONTRACTORS INDEMNITY COMPANY ' TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY MOS 1922 KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name. of American Contractors Indemnity Company, United States Surety Company, a M aryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively; the "Companies"), do by these presents make, constitute and appoint: Johnny Moss, Jay Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mistie Beck or Robert G. Kanuth of Rockwall, Texas its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than;one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge anddeliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, find consents of surety, providing the -bond penalty does not exceed ******Ten Million****** Dollars ($ *10,000,000.00* ). This Power of Attorney shall expire without further action on November 3,2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resaherl, that the President, any Vice,President, any'Assistant Vice -President, any Secretary. or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more!sttitable persons as`Attorney(s)-in-Fact to represent and act for and on behalf of the Company subject to the,following provisions Attorney -in -Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, rccognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and constniction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. • Be it Resolved that the signature of any authorized officer and seal of the Company heretofore, or.hereafter affixed to any power of attorney of:any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be validand binding upon the Company with respect th any bond or undertaking to which it is attached. -: IN WITNESS WHEREOF, The Companies have caused this instrurnent to be signed and their corporate seals to be hereto affixed, this 1st day of November, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UIviTEU S S A I i.S StJR T's COT.SPAr:'i U.S. SPCCIALTV 1XSL'12A.NCE COMPANY "'" Corporate Seals - nu, Wnr \ VIUH! ,y.;::'' i ai\J ijc.-P.1" a� a°*- -- .0A a s0. 124 Caay " \o.u., o C.-, R n a �'� -• 4.* 1.� ;rti• 0• tib'' � _....-.,.�. ` i ' :.« stir• ' � tf �a -l• :W1lo�OiD •i 'I Wi :L`c �Y' z= iE; By: 's`.. :.o; stiff; rrr, ^'s,Jj;•. •Pg ? b�% - ' �,� ''',.�AiiiORM\T„,."�•- ....... ., rF OF'fia�',',• .....*rr •„•"�� no,nmrom`•a�` um„ m, Daniel P. Aguilar, Vice President A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and notthe truthfulness, accuracy, or validity of that document;, • State of California County of Los Angeles SS: On this 1st day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on -the basis of satisfactory evidence to be theperson whose name is ,,subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity;'and that by his signature on the.instrumcnt the person, or the entity upon behalf of which the person acted, executedthe instrument. - '1 certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESSmy hand and official scal. se,.-tm-- mos .W3 Mi..SAIPW . 72. Signature (Seal) SABINA MORGENSTEIN Commission tY 2129258 Notary Public • California Los Angeles County My Comm. Exotros Nov 3, 20111 1, Kio Lo, Assistant Secretary of American Contractors indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full 10-1'!.3-1: ((.J In Wit ess Wh reof, I have hereunto set m hand and affixed the seals of said Companies at Los'Angeles, California this day of Corporate Seals force and effect.. Bond No. Agency No. 042 uy„IMV `,y,7•3Ug 1 VyF� 8 �1pT,tTORJ �..5�8 A <P• `!a ter, - r: mCp11pMt,D ;▪ V1115/1.1.3.1010 ,n3• 9' o w.. .aN'Un. „0 ........... n rr .J” Inwip y ;.ri i'l Kio Lo, Assistant Secretary U.S. Specialty Insurance Company TEXAS COMPLAINT NOTICE AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su agente. IMPORTANT NOTICE 1. To obtain information or make a complaint: 2. You may contact your agent. 3. You may call the company's toll free telephone number for information or to make a complaint at: 1-800-486-6695 4. You may also write to the company at: 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance at: Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@tdi.texas.gov 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. Usted puede Hamar al numero de telefono gratis de la compania's para informacion o para someter una queja al: 1-800-486-6695 Usted tambien puede escribir a la compafia: 601 S. Figueroa Street, Suite 1600 Los Angeles, CA 90017 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos, o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas al: Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: httpi/www.tdi.state.tx.us E-mail: ConsumerProtection@tdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA Esta aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. HCCSTXM0008/10 Table 1— Organization Information Organization doing business as: friaito 6.4rac,,,i,• f 41.4 16 3 6 J Ci/ti il,c.o0'l S'J.'de &).S. Business Address of Principal Office , GG �/, Telephone No. (....,_S -C) 3-0-d1Id' Website Form of Business (check one) E Corporation • Partnership • Individual if a Corporation State of Incorporation 7 Date of Incorporation 2//,,k Chief Executive Officer's Name $ j,,, ( 60.06tia, 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 I Ownership of Organization List of companies, firms, or organizations that own any part of the organization. Names of Companies, Firms, or Organizations I Percent Ownership I ! 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 - aD Average estimate of revenue for the current year , A2t OOu � 1 ' 041 Statement of Experience NASCC Truck Inspection Staging Area, #E16280 004516-4 Rev 06-22-2016 Table 1— Organization Information Organization doing business as: j ARV4 Cobvh-4,Gekevc 11.4 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 Q 0!4 — rc5 $ 1Ba vo -s go1� 2 *1nO1 �1A To Q Af A - fa 'ir J`j ,td- 4- Qin r. Inkt. ,90,, % Z 3 e o tL- Cj� i,"i Ge -e&, Pz.o / 4 C, CG.— Go Ie �. e 00/S a-ol Y 5 � I & l-,ti.�.�-- Construction Site Safety Experience Provide Bidders Experience Modification Ratio (EMR) History for the last 3 years. Provide documentation of the EMR. Year X16 EMR . 68 Year a pu EMR .70 Year P•014 EMR , 7d' 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. /W 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. /V' 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. f Has Bidder or a predecessor organization been involved in claims or litigation involving project owners within the lastList Projects below and provide full details in a separate attachment if yes. pears? 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. AC° Statement of Experience NASCC Truck Inspection Staging Area, #E16280 00 4516 - 5 Rev 06-22-2016 Table 2 — Project Information Organization doing business as: Proposed Project Organization (A44) W �'Oa � j� Z LAA. 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 f i &'neI 61)06104cAn f SGso.�. u l;C4C_ Superintendent I I,;Al IIP Q. 1,11 IA 9iic k, UQ,tD 0( nAAG,Ao Coil Safety Manager lir^ CotAik- Year ! iQuality Control Manager 60k19rSe-I docxjvv,,,\ SGJo- iSw4.21c . 1 Division of work between Bidder and Proposed Subcontractor and Suppliers Provide a list of Work to be self -performed by the Bidder and the Work contracted to Subcontractors and Suppliers for more than 10 percent of the Work (based on estimated subcontract or purchase order amounts and the Contract Price). Description of Work Name of Entity Performing the Work Estimated Percentage of Contract Price sem epp rylcitc. j leAcktC4:. I.% ( _l it.,p /sem%, '►.. c_ _.Lin 6w- V};1•.ii LI ~- Pr L.a-., U_' I: 4-- i i 1 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 NASCC Truck Inspection Staging Area, #E16280 004516-6 Rev 06-22-2016 Table 4 — Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: Aft/co 6•1 c.goti E 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. AA) 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. /A3 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. AA) 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?s o No , 2 Does the Bidder conduct regular construction site safety inspections? Is o No 3 Does the Bidder have an active construction safety training program? 1 des o 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 o No r -N/A B. Excavation 'es o No o N/A C. Cranes & Hoists o Yes o No e'N/A D. Electrical 0 Yes o No 1 /A Statement of Experience NASCC Truck Inspection Staging Area, #E16280 00 45 16 -10 Rev 06-22-2016 Table 4— Safety Record Questionnaire and Statement of Bidder's Safety Experience Organization doing business as: E. Fall Protection o Yes o No �N/A F. Confined Spaces o Yes o No Rf N/A G. Material Handling o Yes o No ,er N/A H. Demolition 0 Yes o No Er N/A I. Steel Erection o Yes o No ca/N/A J. Underground Construction • o Yes o No o N/A 5 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 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. ❑ No 6 Does the Bidder have an experience modifier rate of 1.0 or less? Provide the Bidder's NCCI workers' compensation experience rating sheets for the past five (5) years in a separate attachment. ofs o No 7 Has the Bidder had any OSHA inspections within the past six (6) months? Provide documentation showing the nature of the inspection, the findings, and the magnitude of the issues in a separate attachment if yes. o Yes ca'IGo Statement of Experience NASCC Truck Inspection Staging Area, 41E16280 00 45 16-11 Rev 06-22-2016 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: By: Name: Title: /'3'46.10X4 s ✓1„ !_GC (wed or printed) (indMduol'• �1� ��' a:41.1.4,( � .A Designated Representative: Name: Title: Address: (typed or printed) (typed or printed) 3636 s 44 Sc i 8 i,r3 G G 7',i,' Telephone No.: Cs- 4s'J r Statement of Experience NASCC Truck Inspection Staging Area, #E16280 Email: END OF SECTION /114..k.41 [.o...dre.-dS� `f ``' •• . 00 45 16 -13 Rev 06-22-2016 MURRAY BASS, JR., P.E..R_P.LS. NIXON M. WELSH, P.E.,R.P.LS. www.bass-we1sh.com BASS & WELSH ENGINEERING Engineering Firm Reg. No. F-52 Surveying Firm Reg. No. 100027-00 P.O. Box 6397 Corpus Christi, TX 78466-6397 March 14, 2017 To Whom It May Concern: 3054 S. ALAMEDA, zir 78404 361 882-5521— FAX 361 882-1265 e-mail: murrayjr@aol.com e-mail: nixmwl@gmail.com This is a letter of recommendation for Mr. Gabriel Goodman and his company Mako Contracting, LLC. We recently worked with Mr. Goodman on a large parking lot reconstruction project that had a total cost of approximately 3/4 of a million dollars. We found Mr. Goodman and his entire staff to be very capable and trustworthy. They performed their work in an excellent manner and provided a very fine finished product. We found that they planned ahead in their project, discovered items that might've been serious problems had they waited until the work was complete or if they had not mentioned it at all. We found them to be very fair in all negotiations concerning extra work on the project, although those items were very few and far between. We have the upmost respect for Mr. Goodman and his company and look forward to working with them again in the future. Please do not hesitate to call us if you have any questions or require additional information concerning Mr. Goodman or his company Mako Contracting, LLC. MBJ:sab Mako-LOR.doc Yours very truly, Page 1 of 1 rray Bass, r., P.E., R.P_L.S. August 10, 2016 To Whom It May Concern: This letter is written in behalf of Mr. Gabe Goodman. Mako Contracting has completed several of our sitework projects including the concrete parking lot improvements for the Lazy Boy Furniture Gallery on SPID in 2012. Subsequently, Mako was the general contractor on The Health Department Building Parking Lot Improvements, a City Bond Project in 2014. In 2015 Mr. Goodman completed the parking lot rehabilitation and expansion at 4141 S Staples, the former Whataburger Headquarters building purchased by TWF Partners. The $800,000 project included complete reconstruction of the existing asphalt parking lot with new concrete paving plus the addition of 52 concrete parking spaces on vacant land south of the existing building for a total of 90,000 square feet of concrete paving. In addition landscaping was completed as required by the City. Mr. Goodman has established an outstanding new construction company with one of their specialties being sitework and paving improvements. He has good subcontractors that assist in performing the work. Mr. Goodman is at the jobsite regularly and oversees the successful completion of the project. He is accessible, knowledgeable and eager to resolve any issues that may arise during the construction process. He will make the extra effort including overtime and weekend work if necessary to keep the project on schedule and does an outstanding job. Mako Contracting is one of the premiere new contractors in our area. He is personable, receptive, honest and a pleasure to work with. I wholeheartedly recommend his company. (361)854-3101 Sincerely UR:' EN Euge C. Urban, _, P.E. 2725 SWANTNER DR. • CORPUS CHRISTLTEXAS 78404 www.urbaneng.com TBPE Firm 0 145 TBPLS Firm #10032400 FAX (361)854-6001 SOLKAUA INOP EMI Cara 6262 Weber Rd. Suite 310 Corpus Christi, Texas 78413-4031 p: 361-854-1471 f: 361-854-1470 www.sntarchitects.com April 9, 2014 To Whom It May Concern: Gabe Goodman, of Mako Contracting, Corpus Christi, Texas, has performed general construction and sitework construction for projects designed and administrated by SolkaNavaTomo, LLC in the past. As Project Manager for a particularly difficult to coordinate and complex City of Corpus Christi project, Gabe demonstrated proficient and professional skills in order to bring the project to a successful conclusion, on time and on budget. SolkaNavaTorno, LLC would be comfortable working with Gabe Goodman in the future and would recommend his skills and abilities to other Owners and for other such projects. Sincerely yours, Glen Ray Torno, AIA Project Architect F:lpromolLetters of Re onwnendationslLetter of Reference - Gabe Goodman door Erasmo Nava, AIA Glen Ray Torno, AIA Jay Porterfield, AIA April 10, 2014 Flour Bluff Independent School District Re: Gabriel Goodman MVlako Contracting, LLC To Whom It May Concern: I have known Gabe Goodman for over 20 years both professionally and personally. and he is a person of quality and integrity. Mr. Goodman's company has successful ly completed work on one of our recent projects. We recommend Gabe Goodman and his company for your project. If you have any questions or require additional information, please do not hesitate to contact me. Sincerely, GIGNAC & ASSOCIATES, LLP " t Raymond Gignac, Principal, AIA 416 STARR STREET CORPUS CHRISTI, TEXAS 78401 361.884.2661 222 E. VAN BUREN, STE.102 HARLINGEN, TEXAS 78550 956.365.4820 FAX 361.884.4232 FAX 956.365.4822 PROJECT - LOCATIONS - PROJECT TEAM OWNER MAKO CONTRACTING, COMPLETED SCHEDULE ARCHITECT/ENGINES R LLC PROJECTS 11 CONTRACT & FINAL AMOUNTS PROJECT TYPE & SQ FT Kenendy & Winnebago St Corpus Christi, Tx Haas Anderson Construction Cary of Corpus Christi 1201 Leopard st Corpus Christi, Tx Zity of CC IDIU Project- Kemove and replace concrete sidewalks, curb and gutter, driveways, retaining walls, ADA ramps $105,000 Southern Landscapes Port st. Corpus Christi, Tx Southern Landscapes Corpus Christi, Tx Urban Engineering 2725 Swantner Corpus Christi, Tx Construct commercial buidling pad $19,500 St. Pius Church 5620 Gollihar Corpus Christi, Tx Diocese of Corpus Christi 620 Lipan St Corpus Christi, Tx Bass & Welsh Engineering 3054 S. Alameda Corpus Christi, Tx Uemo existing 10,000 sqtt parking lot and sub- grade. Install underground utilities, recycle base material, install Concrete paving parking lot $642,000 Fig & Bonita St Corpus Christi, Tx Haas Anderson Construction City of Corpus Christi 1201 Leopard st Corpus Christi, Tx City of CU IDIU Project- Kemove and replace concrete sidewalks, curb and gutter, driveways, retaining walls, ADA ramps $149,193 Inside out cart Center Cutoff Road Port Aransas, Tx Carolyn and John Hooten I rust TC/JP Development, LLC 2217 State Hwy 361 Port Aransas, Tx Urban Engineering 2725 Swantner Corpus Christi, Tx hill wetlands through corps of engineers permit. Construct building pad and building utilities $75,500 Fishermans Cove Subdivision Carolyn and John Hooten !rust Urbar?:,69giriietrp till wetlands through corps of engineers permit. $771,265 PROJECT - LOCATIONS - PROJECT TEAM a ion Port Aransas, Tx OWNER • D eve opmen , 2217 State Hwy 361 Port Aransas, Tx ARCHITECT/ENGINES R wan ner Corpus Christi, Tx PROJECT TYPE & SQ FT ns - u 11 les or su • •'vision, • ui • ing pa • s, Concrete City Streets CONTRACT & FINAL AMOUNTS City of CC IDIQ FDR Southside/Flour Bluff Corpus Christi, Tx Haas Anderson Construction Ciry of Corpus Christi 1201 Leopard st Corpus Christi, Tx Complete full depth repairs on city streets. Remove existing asphalt paving and limestone base material. Install geo-grid, limestone base, and final grading. $146,842 City of CC IDIQ FDR Woodland Creek Corpus Christi, Tx Haas Anderson Construction Ciry of Corpus Christi 1201 Leopard st Corpus Christi, Tx Complete full depth repairs on city streets. Remove existing asphalt paving and limestone base material. Install geo-grid, limestone base, and final grading. $194,400 Port A RV Resort 2600 State Highway 361 Port Aransas, Tx Niue Marlin Holdings, LLU Corpus Christi, Tx Urban tngineering 2725 Swantner Corpus Christi, Tx Construct turnkey 6 acre KV Resort. Perform site grading, underground utilities, electrical, concrete site paving, concrete roads, 2 buildings $1,500,000 City of CC IDIQ FDR Hewit dr. Corpus Christi, Tx Haas Anderson Construction Ciry of Corpus Christi 1201 Leopard st Corpus Christi, Tx Complete full depth repairs on city streets. Remove existing asphalt paving and limestone base material. Install geo-grid, limestone base, and final grading. $117,930 Cityo IQ I-DR Cole st Corpus Christi, Tx Haas Anderson Construction Ciry of Corpus Christi 1201 Leopard st Corpus Christi, Tx Complete full depth repairs on city streets. Remove existing asphalt paving and limestone base material. Install geo-grid, limestone base, and final grading. $212,372 Port of Corpus Christi Mainteni Port of Corpus Christi Corpus Christi, Tx Port of Corpus Christi 222 Power st Corpus Christi, Tx Port of Corpus Christi Engir Page 2 of 34 Remove and replace concrete paving $36,785 PROJECT - LOCATIONS - PROJECT TEAM OWNER ARCHITECT/ENGINES R PROJECT TYPE & SQ FT CONTRACT & FINAL AMOUNTS TWC Partners Parking Lot 4141 S. Staples Corpus Christi, Tx TWC Partners 4141 S. Staples Corpus Christi, Tx Urban Engineering 2725 Swantner Corpus Christi, Tx Demo existing 90,000 sqft parking lot and sub- grade. Install underground utilities, lime stabilize soils, install Concrete paving parking lo; $801,000 oso Bay Development Oso Parkway @ Wooldridge Corpus Christi, Tx City of Corpus Christi 1201 Leopard st Corpus Christi, Tx KVI Install concrete sidewalks, turndown curbs, concrete wall and piers $168,000 Flower Foods 5820 Hwy 359 Alice, Tx Embree Construction 4747 Williams Georgetown, Tx Site work, building pad, site concrete, joint sealant and sawcutting, RCP install $138,000 Port Bulk Dock Roadway Exton Port of Corpus Christi Port of Corpus Christi 222 Power st. Corpus Christi, Tx David Krams 222 Power st. Corpus Christi, Tx Demo existing limestone road, replace with heavy duty concrete roadway $153,367 City of Corpus Christi Health D Horne @ Greenwood Corpus Christi, Tx Project Manager: Gabe Goodman Superintendent: Richert' Welp City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 Urban Engineering Corpus Christi, Tx Demo existing asphat parking Tots, install limestone base, new heavy duty concrete paving, concrete sidewalks and drives, concrete dumpster pads, Tight pole bases, new asphalt parking lots $410,000 Tuloso Midway ISD - High 2653 McKinzie Corpus Christi, TX Project Manager Gabe Goodman Superintendent: Richard Draker Spawglass 4909 East Grimes, Suite 116 Harlingen, TX Asphalt repair, sealcoating, patching $43,500.00 Lazy Boy Furniture 7522 S.P.I.D. Corpus Christi, TX Alpine Contracting 1100 NE Loop 410 #311 San Antonio, TX Hodge & Associates 13642 Omega Dallas/Da., „f 1,1 Site work, buidling pad, concrete foundation, concrete paving, curbs, gutters, sidewalks Tight pole bases $359,000.00 , PROJECT - LOCATIONS - PROJECT TEAM Project Manager: Gabe Goodman Superintendent: Richard Welp OWNER ARCHITECT/ENGINES R PROJECT TYPE & SQ FT CONTRACT & FINAL AMOUNTS i - oncrete ' sp a t 'a nten Corpus Christi ISD - District Wide Project Manager: Gabe Goodman Superintendent: J.H. Clark orpus st ' 801 Leopard St. Corpus Christi, Texas Purchasing Dept 361-886-9200 NA Yearly maintenance contract that provides for installation of concrete and asphalt paving $500,000.00 Tuloso Midway ISD - High 2653 McKinzie Corpus Christi, TX Project Manager. Gabe Goodman Superintendent: J.H. Clark Spawglass 4909 East Grimes, Suite 116 Harlingen, TX NA Site work, building pad, site paving, sidewalks entry stairs, loading dock foundations, ramps $288,000.00 Tuloso Midway ISD - Sports 2653 McKinzie Corpus Christi, TX Project Manager. Gabe Goodman Superintendent: Richard Draker Spawglass 4909 East Grimes, Suite 116 Harlingen, TX NA Construction of softball and baseball fields, drainage swales, site work, site concrete $259,000.00 TX A&M Momentum Campus 6300 Ocean Drive Corpus Christi, TX Project Manager: Gabe Goodman Superintendent: J.H. Clark Nouveau 2441 Lacy Lane Carrollton, TX Construction of concrete sidewalks, ramps and drainage 5,000 Sq Ft $20,000 TX A&M Corpus Christi 6300 Ocean Drive Corpus Christi, TX Project Manager: Gabe Goodman��__ Nouveau 2441 Lacy Lane Carrollton, TX „ _s , Construct 3 full size soccer fields, 1,600 ft. swail and storm sewer system 434,250 Sq Ft $154,245 PROJECT - LOCATIONS - PROJECT TEAM Superintendent: J.H. Clark OWNER ARCHITECT/ENGINES R PROJECT TYPE & SQ FT CONTRACT & FINAL AMOUNTS Driftwood/Ft. Worth Project Manager: Gabe Goodman Superintendent: J.H. Clark City of Corpus Christi 1201 Leopard Street Corpus Christi, TX 78401 NIA Demo of city street, sidewalk and gutters. Construct lime stone subgrade, asphalt street, concrete valley gutter and concrete curbs 15,000 Sq Ft $54,750 Port Aransas Ferry Building 619 West Cotter Port Aransas, TX Project Manager: Gabe Goodman Superintendent: J.H. Clark TX DOT Corbett Construction General Contractor 1027 Dragon St Dallas, Tx NIA Construct building pad, lime stabilize and grade site, install asphalt parking lot, concrete curbs and storm sewer system 40,000 Sq Ft $130,125 Mintz Residence 102 Amistad Corpus Christi, Tx Project Manager.' Gabe Goodman Superintendent: Richard Draker Sean Mintz Owner (361) 765-6584 N/A Exterior Remodel $13,000 Storm Services 12680 FM 70 Sandia, Tx Project Manager: Gabe Goodman Superintendent: Richard Draker Stormy Keiper Owner (361) 877-5337 N/A Site preparation, utility installation, parking lot construction for future Pipeline Service Company 42,000 Sq Ft $81,000 Keiper Residence Stormy Keiper Owner (361) 877-5337 N/A Custom pool decking, patio and outdoor kitchen $31,266 Page 5 of 34 PROJECT - LOCATIONS - ARCHITECT/ENGINEE CONTRACT & PROJECT TEAM OWNER R PROJECT TYPE & SQ FT FINAL AMOUNTS Project Manager. Gabe Goodman Superintendent: Richard Draker Atlantic Lofts Chris Montalvo N/A Complete residential finish $90,000 901 N. Upper Broadway Owner out Corpus Christi, Tx (361) 289-2779 78401 Page 6 of 34 PROJECT - LOCATIONS - PROJECT TEAM Project Manager: Gabe Goodman Superintendent: Richard Draker OWNER ARCHITECT/ENGINES R PROJECT TYPE & SQ FT 1,250 Sq Ft CONTRACT & FINAL AMOUNTS Dr. Alonso Residence Ocean Dr. Corpus Christi, Tx Project Manager: Gabe Goodman Superintendent: Richard Draker Connie Graygor General Contractor N/A Construct building pad and site grading for future home construction $80,000 San Marin Apartments 7721 S. Staples Corpus Christi, TX Project Manager: Gabe Goodman Superintendent: Richard Draker San Marin Apartments Tenant In Common Holdings Regional Vice President Kendra Williams 361-537-1718 N/A Complete demolition of asphalt parking lots and replace with concrete paving 33,500 Sq Ft $215,672 Weaver Farms CR 14 Chapman Ranch, TX Project Manager: Gabe Goodman Superintendent: Richard Draker Blaine Weaver CR 14 Chapman Ranch, TX 361-739-1955 N/A Concrete foundation and concrete paving Foundation 1,800 Sq Ft Paving 1,400 Sq Ft $21,900 Harbor Landing Apartments 8033 S. Padre Island Drive Corpus Christi, TX Project Manager: Gabe Goodman Superintendent: Richard Draker 1 Harbor Landing Apartments Tenant In Common Holdings Regional Vice President Kendra Williams 361-537-1718 NIA Saw cut ,demoliish and replace existing concrete paving parking lot 12,000 Sq Ft $103,000 Page 7 of 34 00 30 05 City of Corpus Christi Disclosure of Interest SUPPLIER NUMBER TO BE ASSIGNED BY e l Y PURCHASING DIVISION City of CITY OF CORPUS CHRISTI CCorpus ornus DISCLOSURE OF INTEREST City of Carpus 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: (1\c. C na-r“c4'1A LLC P. O. BOX: 4/-�-- . C4s�ri6ry e STREET ADDRESS: "363 E: s CC tci4, s'v : 2.S3 CITY: r- ,, C[ t -s ZIP: 76L17 - I FIRM IS: 1. Corporation 2. Partnership 3. Sole Owner 4. Association 5. Other DISCLOSURE gUESTIONS 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 tate 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 i41/� 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 /,1.,: City of Corpus Christi Disclosure of Interest 003005-1 Rev O1-13-1018 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: rrypo or ) Signature of Certifying Person; DEFINITIONS Title: Date: 3/36)/%7 a. "Board member." A member of any board, commission, or committee appointed by the City Council of the City of Corpus Christi, Texas. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof c. "Employee." Any person employed by the City of Corpus Christi, Texas either on a full or part- time basis, but not as an independent contractor. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service, including but not limited to, entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation, joint stock company, joint venture, receivership or trust, and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers, Department and Division Heads, and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest, whether actually or constructively held, in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements." g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. City of Corpus Christi Disclosure of interest 003005-2 Rev 01-13-2016 00 52 23 AGREEMENT This Agreement, for the Project awarded on May 30, 2017, is between the City of Corpus Christi (Owner) and Mako Contracting, LLC (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: NASCC Truck Inspection Staging Area E16280 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: Ernesto De La Garza, P.E. — Construction Management Engineer City of Corpus Christi — Engineering Services 4917 Holly Road, #5 Corpus Christi, TX 78411 ARTICLE 3 — CONTRACT TIMES 3.01 Contract Times A. The Work is required to be substantially completed within 180 days after the date when the Contract Times commence to run as provided in the Notice to Proceed and is to be completed and ready for final payment in accordance with Paragraph 15.06 of the General Conditions within 210 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 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 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 $1000 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 $450 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 Plus Additive Alt. #1 $ $1,109,801.44 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 00 52 23 - 2 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 B. Progress payments equal to 95 percent of the total earned value to date for completed Work and properly stored materials will be made prior to Substantial Completion. The balance will be held as retainage. C. Payment will be made for the amount determined per Paragraph 5.02.B, less the total of payments previously made and less set -offs determined in accordance with Paragraph 15.01 of the General Conditions. D. At the Owner's option, retainage may be required at a higher percentage rate if progress on the Project is considered to be unsatisfactory. If retainage in excess of the amount described above is held prior to Substantial Completion, the Owner will place the additional amount in an interest bearing account. Interest will be paid in accordance with Paragraph 6.01. E. At the Owner's option, Owner may pay Contractor 100 percent of the Work completed, less amounts withheld in accordance with Paragraph 15.01 of the General Conditions and less 200 percent of OAR's estimate of the value of Work to be completed or corrected to reach Substantial Completion. Owner may, at its sole discretion, elect to hold retainage in the amounts set forth above for progress payments prior to Substantial Completion if Owner has concerns with the ability of the Contractor to complete the remaining Work in accordance with the Contract Documents or within the time frame established by this Agreement. Release or reduction in retainage is contingent upon and consent of surety to the reduction in retainage. 5.03 Owner will pay the remainder of the Contract Price as recommended by OAR in accordance with Paragraph 15.06 of the General Conditions upon Final Completion and acceptance of the Work. ARTICLE 6 — INTEREST ON OVERDUE PAYMENTS AND RETAINAGE 6.01 The Owner is not obligated to pay interest on overdue payments except as required by Texas Government Code Chapter 2251. 6.02 The Owner is not obligated to pay interest on moneys not paid except as provided in Texas Government Code Chapter 2252. ARTICLE 7 — CONTRACTOR'S REPRESENTATIONS 7.01 The Contractor makes the following representations: A. The Contractor has examined and carefully studied the Contract Documents and the other related data identified in the Bidding Documents. B. The Contractor has visited the Site and become familiar with and is satisfied as to the general, local, and Site conditions that may affect cost, progress, and performance of the Work. C. The Contractor is familiar with Laws and Regulations that may affect cost, progress, and performance of the Work. D. The Contractor has carefully studied the following Site -related reports and drawings as identified in the Supplementary Conditions: 1. Geotechnical Data Reports regarding subsurface conditions at or adjacent to the Site; Agreement 00 52 23 - 3 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 2. Drawings of physical conditions relating to existing surface or subsurface structures at the Site; 3. Underground Facilities referenced in reports and drawings; 4. Reports and drawings relating to Hazardous Environmental Conditions, if any, at or adjacent to the Site; and 5. Technical Data related to each of these reports and drawings. E. The Contractor has considered the: 1. Information known to Contractor; 2. Information commonly known to contractors doing business in the locality of the Site; 3. Information and observations obtained from visits to the Site; and 4. The Contract Documents. F. The Contractor has considered the items identified in Paragraphs 7.01.D and 7.01.E with respect to the effect of such information, observations, and documents on: 1. The cost, progress, and performance of the Work; 2. The means, methods, techniques, sequences, and procedures of construction to be employed by Contractor; and 3. Contractor's safety precautions and programs. G. Based on the information and observations referred to in the preceding paragraphs, Contractor agrees that no further examinations, investigations, explorations, tests, studies, or data are necessary for the performance of the Work at the Contract Price, within the Contract Times, and in accordance with the other terms and conditions of the Contract Documents. H. The Contractor is aware of the general nature of Work to be performed by Owner and others at the Site that relates to the Work as indicated in the Contract Documents. I. The Contractor has correlated the information known to the Contractor, information and observations obtained from visits to the Site, reports and drawings identified in the Contract Documents, and all additional examinations, investigations, explorations, tests, studies, and data with the Contract Documents. J. The Contractor has given the OAR written notice of all conflicts, errors, ambiguities, or discrepancies that the Contractor has discovered in the Contract Documents, and the written resolution provided by the OAR is acceptable to the Contractor. K. The Contract Documents are generally sufficient to indicate and convey understanding of all terms and conditions for performance and furnishing of the Work. L. Contractor's entry into this Contract constitutes an incontrovertible representation by Contractor that without exception all prices in the Agreement are premised upon performing and furnishing the Work required by the Contract Documents. Agreement 00 52 23 - 4 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 ARTICLE 8 — ACCOUNTING RECORDS 8.01 Accounting Record Availability: The Contractor shall keep such full and detailed accounts of materials incorporated and labor and equipment utilized for the Work consistent with the requirements of Paragraph 13.01 of the General Conditions and as may be necessary for proper financial management under this Agreement. Subject to prior written notice, the Owner shall be afforded reasonable access during normal business hours to all of the Contractor's records, books, correspondence, instructions, drawings, receipts, vouchers, memoranda, and similar data relating to the Cost of the Work and the Contractor's fee. The Contractor shall preserve all such documents for a period of 3 years after the final payment by the Owner. ARTICLE 9 — CONTRACT DOCUMENTS 9.01 Contents: A. The Contract Documents consist of the following: 1. Specifications, forms, and documents listed in SECTION 00 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 00 52 23 - 5 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 ATTEST CITY OF CORPUS CHRISTI L Rebecca Huerta City Secretary c Digitally signed by Rebecca Huerta DN: cn=Rebecca Huerta, o, ou, emailerebeccah@cctexas.com, c=US Date: 2017.07.12 13:39:47 -05'00' APPROVED AS TO LEGAL FORM: Aimee Alcorn -Reed 2017.06.26 10:59:30 -05'00' Assistant City Attorney Digitally signed by Jeff Edmonds 05'. cn=Jeff Edmonds, o, ou=Engineering, email=leffreve@ectexas.com, c=US Date: 2017.06.2615:10:21 -05'00' J.H. Edmonds, P.E. Director of Engineering Services M2017-069 BY COUNCIL 5/30/17 RH/ML AUTHORIZED Digitally signed by RH/ML Date: 2017.07.10 10:31:32 -05'00' ATTEST (IF CORPORATION) CONTRACTOR Mako Contracting, LLC (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: Gabriel Goodman Digitally signed by Gabriel Goodman V Date: 2017.06.13 12:16:13 -05'00' President 3636 So. Alameda, Suite B153 Address Corpus Christi, Texas 78411 City 512/517-2818 State Zip Phone Fax Makocontracting@gmail.com EMail END OF SECTION Agreement 00 52 23 - 6 NASCC Truck Inspection Staging Area, #E16280 Rev 06-22-2016 The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSR LTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ 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. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: 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(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE (A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACT NAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401) 6/13/2017 K&S Insurance Agency 2255 Ridge Road, Ste. 333 P. O. Box 277 Rockwall TX 75087 Natasha Hart (972)772-7256 (972)771-4695 nhart@kandsins.com Mako Contracting LLC 3636 Alameda Suite B #153 Corpus Christi TX 78411 The Cincinnati Insurance Co.10677 Federal Insurance Company 20281 A X X X EPP0305105 1/27/2017 1/27/2018 1,000,000 500,000 10,000 1,000,000 2,000,000 2,000,000 Employee Benefits Liability 1,000,000 A X X X EBA0305105 1/27/2017 1/27/2018 1,000,000 Uninsured motorist combined 100,000 A X X EPP0305105 1/27/2017 1/27/2018 2,000,000 2,000,000 B Contractor's Equipment 45467494 1/27/2017 1/27/2018 Leased/ Rented Equipment $100,000 Project: E16280 NASCC Truck Inspection Staging Area. See Attached For Additional Information Gary Thompson/HART City of Corpus Christi 1201 Leopard St. Corpus Christi, TX 78469 COMMENTS/REMARKS COPYRIGHT 2000, AMS SERVICES INC.OFREMARK Additional Insured & Waiver of Subrogation Form #GA233 02/07 Applies to the General Liability Policy. Primary & Non-Contributory Form #GA233 02/07 Applies to General Liability Policy. Additional Insured Form #AA4171 11/05 Applies to the Business Auto Policy. Waiver of Subrogation Form #AA4172 09/09 Applies to the Business Auto Policy. *ALWAYS REFER TO THE ATTACHED POLICY FORMS FOR SPECIFIC WORDING OF SUCH COVERAGE, LIMITS, CONDITIONS & EXCLUSIONS. IA 4087 08 11 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CANCELLATION OR NONRENEWAL BY US NOTIFICATION TO A DESIGNATED ENTITY This endorsement modifies insurance provided under the following: BUSINESSOWNERS PACKAGE POLICY CLAIMS-MADE EXCESS LIABILITY COVERAGE PART COMMERCIAL AUTO COVERAGE PART COMMERCIAL GENERAL LIABILITY COVERAGE PART COMMERCIAL UMBRELLA LIABILITY COVERAGE PART DENTIST'S PACKAGE POLICY EXCESS LIABILITY COVERAGE PART PRODUCTS/COMPLETED OPERATIONS COVERAGE PART PROFESSIONAL LIABILITY COVERAGE PART PROFESSIONAL UMBRELLA LIABILITY COVERAGE PART PROFESSIONAL UMBRELLA LIABILITY COVERAGE PART - CLAIMS-MADE SCHEDULE Name and mailing address of person(s)or organization(s): Number of days notice (other than nonpayment of premium): A.If we cancel or nonrenew this policy for anystatutorily permitted reason other than nonpayment of premium we will mail notice to the person or organization shown in the Schedule.W e will mail such notice at least the number of days shown in the Schedule before the effective date of cancellation or nonrenewal. B.If we cancel this policy for nonpayment of premium, we will mail notice to the person or organization shown in the Schedule.W e will mail such notice at least 10 days before the effective date of cancellation. C.If notice is mailed,proof of mailing to the mailing address shown in the Schedule will be sufficient proof of notice. D.In no event will coverage extend beyond the actual expiration, termination or cancellation of the policy. 1. FOR WHOM YOU ARE REQUIRED IN A WRITTEN CONTRACT THAT WAS EXECUTED ON OR AFTER THE EARLIER OF THE FOLLOWING DATES: A. THE EFFECTIVE DATE OF THIS POLICY, OR B. THE EFFECTIVE DATE OF THE ORIGINAL POLICY OF WHICH THIS POLICY IS A RENEWAL OR REPLACEMENT, AND 2. FOR WHOM YOU ARE REQUIRED IN THAT SAME WRITTEN CONTRACT AS REFERRED TO IN 1. ABOVE TO PROVIDE CANCELLATION NOTICE. 30 Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 1 of 15 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. CONTRACTORS'COMMERCIAL GENERAL LIABILITY BROADENED ENDORSEMENT This endorsement modifies insurance provided under the following: COMMERCIAL GENERAL LIABILITY COVERAGE PART A.Endorsement - Table of Contents: Coverage:Begins on Page: 1.Employee Benefit Liability Coverage .................................................................................................2 2.Unintentional Failure to Disclose Hazards.........................................................................................7 3.Damage to Premises Rented to You .................................................................................................8 4.Supplementary Payments ..................................................................................................................9 5.Medical Payments..............................................................................................................................9 6.Voluntary Property Damage (Coverage a.) and Care, Custody or Control Liability Coverage (Coverage b.).......................................................................................................9 7.180 Day Coverage for Newly Formed or Acquired Organizations...................................................10 8.Waiver of Subrogation .....................................................................................................................10 9.Automatic Additional Insured - Specified Relationships:...............................................................10 •Managers or Lessors of Premises; •Lessor of Leased Equipment; •Vendors; •State or Political Subdivisions - Permits Relating to Premises; •State or Political Subdivisions - Permits; and •Contractors' Operations 10.Broadened Contractual Liability -W ork Within 50' of Railroad Property .........................................14 11.Property Damage to Borrowed Equipment ......................................................................................14 12.Employees as Insureds - Specified Health Care Services:...........................................................14 •Nurses; •Emergency Medical Technicians; and •Paramedics 13.Broadened Notice of Occurrence ....................................................................................................14 B.Limits of Insurance: The Commercial General Liability Limits of Insurance apply to the insurance provided by this endorse- ment, except as provided below: 1.Employee Benefit Liability Coverage Each Employee Limit:$1,000,000 Aggregate Limit:$3,000,000 Deductible:$1,000 3.Damage to Premises Rented to You The lesser of: a.The Each Occurrence Limit shown in the Declarations; or b.$500,000 unless otherwise stated $ 4.Supplementary Payments a.Bail bonds:$1,000 b.Loss of earnings:$350 5.Medical Payments Medical Expense Limit:$10,000 Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 2 of 15 6.Voluntary Property Damage (Coverage a.) and Care, Custody or Control Liability Coverage (Coverage b.) Limits of Insurance (Each Occurrence) Coverage a. $1,000 Coverage b. $5,000 unless otherwise stated $ Deductibles (Each Occurrence) Coverage a. $250 Coverage b. $250 unless otherwise stated $ COVERAGE PREMIUM BASIS (a)Area (b)Payroll (c)Gross Sales (d)Units (e)Other RATE (For Limits in Excess of $5,000) ADVANCE PREMIUM (For Limits in Excess of $5,000) b.Care, Custody or Control $ TOTAL ANNUAL PREMIUM $ 11.Property Damage to Borrowed Equipment Each Occurrence Limit:$10,000 Deductible:$250 C.Coverages: 1.Employee Benefit Liability Coverage a.The following is added to SECTION I -COVERAGES:Employee Benefit Liability Coverage. (1)Insuring Agreement (a)We will pay those sums that the insured becomes legally obligated to pay as dam- ages caused by any act, er- ror or omission of the in- sured, or of any other per- son for whose acts the in- sured is legally liable,to which this insurance ap- plies. We will have the right and duty to defend the in- sured against any "suit" seeking those damages. However, we will have no duty to defend against any "suit" seeking damages to which this insurance does not apply. W e may, at our discretion, investigate any report of an act,error or omission and settle any claim or "suit" that may re- sult. But: 1)The amount we will pay for damages is limited as described in SEC- TION III -LIMITS OF INSURANCE; and 2)Our right and duty to defend ends when we have used up the appli- cable limit of insurance in the payment of judgments or settle- ments. No other obligation or liabil- ity to pay sums or perform acts or services is covered unless explicitly provided for under Supplementary Pay- ments. (b)This insurance applies to damages only if the act,er- ror or omission, is negli- gently committed in the "administration"of your "employee benefit pro- gram"; and 1)Occurs during the pol- icy period; or 2)Occurred prior to the effective date of this endorsement provided: a)You did not have knowledge of a claim or "suit" on or before the ef- fective date of this endorsement. You will be deemed to have knowledge of a claim or "suit" when any "author- ized representa- tive"; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 3 of 15 i)Reports all, or any part, of the act, error or omission to us or any other insurer; ii)Receives a written or ver- bal demand or claim for dam- ages because of the act,er- ror or omis- sion; and b)There is no other applicable insur- ance. (2)Exclusions This insurance does not apply to: (a)Bodily Injury,Property Damage or Personal and Advertising Injury "Bodily injury", "property damage" or "personal and advertising injury". (b)Dishonest,Fraudulent, Criminal or Malicious Act Damages arising out of any intentional, dishonest, fraudulent, criminal or mali- cious act, error or omission, committed by any insured, including the willful or reck- less violation of any statute. (c)Failure to Perform a Con- tract Damages arising out of fail- ure of performance of con- tract by any insurer. (d)Insufficiency of Funds Damages arising out of an insufficiency of funds to meet any obligations under any plan included in the "employee benefit pro- gram". (e)Inadequacy of Perform- ance of Investment / Ad- vice Given With Respect to Participation Any claim based upon: 1)Failure of any invest- ment to perform; 2)Errors in providing in- formation on past per- formance of investment vehicles; or 3)Advice given to any person with respect to that person's decision to participate or not to participate in any plan included in the "em- ployee benefit pro- gram". (f)Workers' Compensation and Similar Laws Any claim arising out of your failure to comply with the mandatory provisions of any workers' compensation, un- employment compensation insurance, social security or disability benefits law or any similar law. (g)ERISA Damages for which any in- sured is liable because of li- ability imposed on a fiduci- ary by the Employee Re- tirement Income Security Act of 1974, as now or hereafter amended,or by any similar federal, state or local laws. (h)Available Benefits Any claim for benefits to the extent that such benefits are available, with reasonable effort and cooperation of the insured,from the applicable funds accrued or other col- lectible insurance. (i)Taxes, Fines or Penalties Taxes, fines or penalties, including those imposed under the Internal Revenue Code or any similar state or local law. (j)Employment-Related Practices Any liability arising out of any: (1)Refusal to employ; (2)Termination of em- ployment; (3)Coercion, demotion, evaluation, reassign- ment, discipline, defa- mation, harassment, humiliation, discrimina- tion or other employ- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 4 of 15 ment-related practices, acts or omissions; or (4)Consequential liability as a result of (1), (2) or (3) above. This exclusion applies whether the insured may be held liable as an employer or in any other capacity and to any obligation to share damages with or repay someone else who must pay damages because of the injury. (3)Supplementary Payments SECTION I -COVERAGES, SUPPLEMENTARY PAY- MENTS -COVERAGES A AND B also apply to this Coverage. b.Who is an Insured As respects Employee Benefit Liabil- ity Coverage, SECTION II -WHO IS AN INSURED is deleted in its en- tirety and replaced by the following: (1)If you are designated in the Dec- larations as: (a)An individual,you and your spouse are insureds, but only with respect to the con- duct of a business of which you are the sole owner. (b)A partnership or joint ven- ture, you are an insured. Your members, your part- ners,and their spouses are also insureds but only with respect to the conduct of your business. (c)A limited liability company, you are an insured. Your members are also insureds, but only with respect to the conduct of your business. Your managers are insur- eds, but only with respect to their duties as your manag- ers. (d)An organization other than a partnership, joint venture or limited liability company, you are an insured. Your "executive officers" and di- rectors are insureds,but only with respect to their du- ties as your officers or direc- tors. Your stockholders are also insureds, but only with respect to their liability as stockholders. (e)A trust, you are an insured. Your trustees are also in- sureds, but only with re- spect to their duties as trus- tees. (2)Each of the following is also an insured: (a)Each of your "employees" who is or was authorized to administer your "employee benefit program". (b)Any persons, organizations or "employees"having proper temporary authoriza- tion to administer your "em- ployee benefit program" if you die, but only until your legal representative is ap- pointed. (c)Your legal representative if you die,but only with re- spect to duties as such. That representative will have all your rights and du- ties under this Coverage Part. (3)Any organization you newly ac- quire or form, other than a part- nership,joint venture or limited liability company, and over which you maintain ownership or majority interest, will qualify as a Named Insured if no other simi- lar insurance applies to that or- ganization. However,coverage under this provision: (a)Is afforded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; and (b)Does not apply to any act, error or omission that was committed before you ac- quired or formed the organi- zation. c.Limits of Insurance As respects Employee Benefit Liabil- ity Coverage,SECTION III -LIMITS OF INSURANCE is deleted in its en- tirety and replaced by the following: (1)The Limits of Insurance shown in Section B. Limits of Insur- ance, 1. Employee Benefit Li- ability Coverage and the rules below fix the most we will pay regardless of the number of: (a)Insureds; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 5 of 15 (b)Claims made or "suits" brought; (c)Persons or organizations making claims or bringing "suits"; (d)Acts, errors or omissions; or (e)Benefits included in your "employee benefit pro- gram". (2)The Aggregate Limit shown in Section B.Limits of Insurance, 1.Employee Benefit Liability Coverage of this endorsement is the most we will pay for all damages because of acts, errors or omissions negligently commit- ted in the "administration"of your "employee benefit pro- gram". (3)Subject to the limit described in (2)above, the Each Employee Limit shown in Section B.Limits of Insurance, 1.Employee Benefit Liability Coverage of this endorsement is the most we will pay for all damages sus- tained by any one "employee", including damages sustained by such "employee's"dependents and beneficiaries, as a result of: (a)An act, error or omission; or (b)A series of related acts, er- rors or omissions,regard- less of the amount of time that lapses between such acts, errors or omissions, negligently committed in the "administration" of your "em- ployee benefit program". However, the amount paid under this endorsement shall not ex- ceed, and will be subject to the limits and restrictions that apply to the payment of benefits in any plan included in the "employee benefit program". (4)Deductible Amount (a)Our obligation to pay dam- ages on behalf of the in- sured applies only to the amount of damages in ex- cess of the deductible amount stated in the Decla- rations as applicable to Each Employee. The limits of insurance shall not be re- duced by the amount of this deductible. (b)The deductible amount stated in the Declarations applies to all damages sus- tained by any one "em- ployee", including such "em- ployee's"dependents and beneficiaries,because of all acts, errors or omissions to which this insurance ap- plies. (c)The terms of this insurance, including those with respect to: 1)Our right and duty to defend the insured against any "suits" seeking those dam- ages; and 2)Your duties, and the duties of any other in- volved insured, in the event of an act,error or omission, or claim, apply irrespective of the ap- plication of the deductible amount. (d)We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon no- tification of the action taken, you shall promptly reim- burse us for such part of the deductible amount as we have paid. d.Additional Conditions As respects Employee Benefit Li- ability Coverage, SECTION IV - COMMERCIAL GENERAL LIABIL- ITY CONDITIONS is amended as fol- lows: (1)Item 2. Duties in the Event of Occurrence,Offense,Claim or Suit is deleted in its entirety and replaced by the following: 2.Duties in the Event of an Act,Error or Omission, or Claim or Suit a.You must see to it that we are noti- fied as soon as practicable of an act, error or omission which may result in a claim. To the extent possible, no- tice should include: (1)What the act, error or omission was and when it occurred; and (2)The names and addresses of anyone who may suffer dam- ages as a result of the act,error or omission. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 6 of 15 b.If a claim is made or "suit" is brought against any insured,you must: (1)Immediately record the specifics of the claim or "suit" and the date received; and (2)Notify us as soon as practicable. You must see to it that we receive written notice of the claim or "suit"as soon as practicable. c.You and any other involved insured must: (1)Immediately send us copies of any demands, notices,sum- monses or legal papers received in connection with the claim or "suit"; (2)Authorize us to obtain records and other information; (3)Cooperate with us in the investi- gation or settlement of the claim or defense against the "suit"; and (4)Assist us, upon our request, in the enforcement of any right against any person or organiza- tion which may be liable to the insured because of an act,error or omission to which this insur- ance may also apply. d.No insured will,except at that in- sured's own cost,voluntarily make a payment,assume any obligation, or incur any expense without our con- sent. (2)Item 5.Other Insurance is de- leted in its entirety and replaced by the following: 5.Other Insurance If other valid and collectible insurance is available to the insured for a loss we cover under this Coverage Part, our obligations are limited as follows: a.Primary Insurance This insurance is pri- mary except when c. below applies.If this insurance is primary, our obligations are not affected unless any of the other insurance is also primary. Then,we will share with all that other insurance by the method described in b. below. b.Method of Sharing If all of the other insur- ance permits contribu- tion by equal shares, we will follow this method also.Under this approach each in- surer contributes equal amounts until it has paid its applicable limit of insurance or none of the loss remains, whichever comes first. If any of the other in- surance does not per- mit contribution by equal shares, we will contribute by limits. Under this method, each insurer's share is based on the ratio of its applicable limit of in- surance to the total ap- plicable limits of insur- ance of all insurers. c.No Coverage This insurance shall not cover any loss for which the insured is en- titled to recovery under any other insurance in force previous to the ef- fective date of this Coverage Part. e.Additional Definitions As respects Employee Benefit Li- ability Coverage, SECTION V - DEFINITIONS is amended as fol- lows: (1)The following definitions are added: 1."Administration" means: a.Providing information to "employees", including their dependents and beneficiaries,with re- spect to eligibility for or scope of "employee benefit programs"; b.Interpreting the "em- ployee benefit pro- grams"; c.Handling records in connection with the "employee benefit pro- grams"; or d.Effecting, continuing or terminating any "em- ployee's"participation Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 7 of 15 in any benefit included in the "employee bene- fit program". However, "administration" does not include: a.Handling payroll deduc- tions; or b.The failure to effect or maintain any insurance or adequate limits of coverage of insurance, including but not limited to unemployment in- surance, social security benefits, workers' com- pensation and disability benefits. 2."Cafeteria plans"means plan authorized by applica- ble law to allow "employ- ees" to elect to pay for cer- tain benefits with pre-tax dollars. 3."Employee benefit pro- grams"means a program providing some or all of the following benefits to "em- ployees", whether provided through a "cafeteria plan"or otherwise: a.Group life insurance; group accident or health insurance; den- tal,vision and hearing plans; and flexible spending accounts; provided that no one other than an "em- ployee" may subscribe to such benefits and such benefits are made generally available to those "employees"who satisfy the plan's eligi- bility requirements; b.Profit sharing plans, employee savings plans, employee stock ownership plans, pen- sion plans and stock subscription plans,pro- vided that no one other than an "employee" may subscribe to such benefits and such benefits are made gen- erally available to all "employees" who are eligible under the plan for such benefits; c.Unemployment insur- ance, social security benefits, workers' com- pensation and disability benefits; and d.Vacation plans, includ- ing buy and sell pro- grams; leave of ab- sence programs, in- cluding military, mater- nity, family, and civil leave; tuition assis- tance plans; transporta- tion and health club subsidies. (2)The following definitions are de- leted in their entirety and re- placed by the following: 21."Suit"means a civil pro- ceeding in which money damages because of an act, error or omission to which this insurance applies are alleged. "Suit" includes: a.An arbitration proceed- ing in which such dam- ages are claimed and to which the insured must submit or does submit with our con- sent; b.Any other alternative dispute resolution pro- ceeding in which such damages are claimed and to which the in- sured submits with our consent; or c.An appeal of a civil pro- ceeding. 8."Employee"means a per- son actively employed, for- merly employed, on leave of absence or disabled, or re- tired. "Employee"includes a "leased worker". "Em- ployee"does not include a "temporary worker". 2.Unintentional Failure to Disclose Haz- ards SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS, 7. Represen- tations is hereby amended by the addi- tion of the following: Based on our dependence upon your rep- resentations as to existing hazards, if un- intentionally you should fail to disclose all such hazards at the inception date of your policy,we will not reject coverage under this Coverage Part based solely on such failure. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 8 of 15 3.Damage to Premises Rented to You a.The last Subparagraph of Paragraph 2. SECTION I -COVERAGES, COVERAGE A. -BODILY INJURY AND PROPERTY DAMAGE,2.LI- ABILITY Exclusions is hereby de- leted and replaced by the following: Exclusions c.through q.do not apply to damage by fire, explosion, light- ning,smoke or soot to premises while rented to you or temporarily oc- cupied by you with permission of the owner. b.The insurance provided under SEC- TION I -COVERAGES,COVERAGE A. BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY applies to "property damage" arising out of water damage to premises that are both rented to and occupied by you. (1)As respects W ater Damage Le- gal Liability,as provided in Paragraph 3.b. above: The exclusions under SECTION I -COVERAGES,COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABIL- ITY,2. Exclusions, other than i. War and the Nuclear Energy Liability Exclusion, are deleted and the following are added: This insurance does not apply to: (a)"Property damage": 1)Assumed in any con- tract; or 2)Loss caused by or re- sulting from any of the following: a)Wear and tear; b)Rust, corrosion, fungus, decay,de- terioration, hidden or latent defect or any quality in property that causes it to dam- age or destroy it- self; c)Smog; d)Mechanical break- down including rupture or bursting caused by cen- trifugal force; e)Settling,cracking, shrinking or ex- pansion; or f)Nesting or infesta- tion, or discharge or release of waste products or secretions, by in- sects, birds,ro- dents or other animals. (b)Loss caused directly or indi- rectly by any of the follow- ing: 1)Earthquake, volcanic eruption, landslide or any other earth move- ment; 2)Water that backs up or overflows from a sewer, drain or sump; 3)Water under the ground surface pressing on,or flowing or seeping through: a)Foundations, walls, floors or paved surfaces; b)Basements, whether paved or not; or c)Doors,windows or other openings. (c)Loss caused by or resulting from water that leaks or flows from plumbing, heat- ing, air conditioning, or fire protection systems caused by or resulting from freez- ing, unless: 1)You did your best to maintain heat in the building or structure; or 2)You drained the equipment and shut off the water supply if the heat was not main- tained. (d)Loss to or damage to: 1)Plumbing,heating,air conditioning,fire pro- tection systems,or other equipment or ap- pliances; or 2)The interior of any building or structure, or to personal property in the building or structure caused by or resulting from rain, snow, sleet or ice,whether driven by wind or not. Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 9 of 15 c.Limit of Insurance The Damage to Premises Rented to You Limit as shown in the Declara- tions is amended as follows: (2)Paragraph 6.of SECTION III - LIMITS OF INSURANCE is hereby deleted and replaced by the following: 6.Subject to 5.above, the Damage to Premises Rented to You Limit is the most we will pay under COVERAGE A. BODILY INJURY AND PROPERTY DAMAGE LIABILITY, for damages because of "prop- erty damage" to premises while rented to you or tem- porarily occupied by you with permission of the owner, arising out of any one "occurrence"to which this insurance applies. (3)The amount we will pay is lim- ited as described in Section B. Limits of Insurance, 3.Dam- age to Premises Rented to You of this endorsement. 4.Supplementary Payments Under SECTION I -COVERAGE,SUP- PLEMENTARY PAYMENTS -COVER- AGES A AND B: a.Paragraph 2.is replaced by the fol- lowing: Up to the limit shown in Section B. Limits of Insurance, 4.a.Bail Bonds of this endorsement for cost of bail bonds required because of accidents or traffic law violations arising out of the use of any vehicle to which the Bodily Injury Liability Coverage ap- plies. W e do not have to furnish these bonds. b.Paragraph 4.is replaced by the fol- lowing: All reasonable expenses incurred by the insured at our request to assist us in the investigation or defense of the claim or "suit", including actual loss of earnings up to the limit shown in Section B.Limits of Insurance, 4.b.Loss of Earnings of this en- dorsement per day because of time off from work. 5.Medical Payments The Medical Expense Limit of Any One Person as stated in the Declarations is amended to the limit shown in Section B. Limits of Insurance, 5. Medical Pay- ments of this endorsement. 6.Voluntary Property Damage and Care, Custody or Control Liability Coverage a.Voluntary Property Damage Cov- erage We will pay for "property damage"to property of others arising out of op- erations incidental to the insured's business when: (1)Damage is caused by the in- sured;or (2)Damage occurs while in the in- sured's possession. With your consent, we will make these payments regardless of fault. b.Care, Custody or Control Liability Coverage SECTION I -COVERAGES,COV- ERAGE A.BODILY INJURY AND PROPERTY DAMAGE LIABILITY, 2. Exclusions,j. Damage to Prop- erty, Subparagraphs (3), (4)and (5) do not apply to "property damage"to the property of others described therein. With respect to the insurance provided by this section of the endorsement, the fol- lowing additional provisions apply: a.The Limits of Insurance shown in the Declarations are replaced by the lim- its designated in Section B.Limits of Insurance, 6.Voluntary Property Damage and Care,Custody or Control Liability Coverage of this endorsement with respect to cover- age provided by this endorsement. These limits are inclusive of and not in addition to the limits being re- placed. The Limits of Insurance shown in Section B.Limits of Insur- ance, 6.Voluntary Property Dam- age and Care,Custody or Control Liability Coverage of this endorse- ment fix the most we will pay in any one "occurrence" regardless of the number of: (1)Insureds; (2)Claims made or "suits" brought; or (3)Persons or organizations making claims or bringing "suits". b.Deductible Clause (1)Our obligation to pay damages on your behalf applies only to the amount of damages for each "occurrence" which are in ex- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 10 of 15 cess of the deductible amount stated in Section B.Limits of Insurance, 6.Voluntary Prop- erty Damage and Care,Cus- tody or Control Liability Cov- erage of this endorsement. The limits of insurance will not be re- duced by the application of such deductible amount. (2)Condition 2. Duties in the Event of Occurrence,Offense, Claim or Suit, applies to each claim or "suit" irrespective of the amount. (3)We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon notification of the ac- tion taken, you shall promptly re- imburse us for such part of the deductible amount as has been paid by us. 7.180 Day Coverage for Newly Formed or Acquired Organizations SECTION II -WHO IS AN INSURED is amended as follows: Subparagraph a.of Paragraph 4.is hereby deleted and replaced by the fol- lowing: a.Insurance under this provision is af- forded only until the 180th day after you acquire or form the organization or the end of the policy period, whichever is earlier; 8.Waiver of Subrogation SECTION IV - COMMERCIAL GENERAL LIABILITY CONDITIONS,9. Transfer of Rights of Recovery Against Others to Us is hereby amended by the addition of the following: We waive any right of recovery we may have because of payments we make for injury or damage arising out of your ongo- ing operations or "your work" done under a written contract requiring such waiver with that person or organization and in- cluded in the "products-completed opera- tions hazard". However, our rights may only be waived prior to the "occurrence" giving rise to the injury or damage for which we make payment under this Cov- erage Part. The insured must do nothing after a loss to impair our rights. At our request,the insured will bring "suit"or transfer those rights to us and help us en- force those rights. 9.Automatic Additional Insured -Speci- fied Relationships a.The following is hereby added to SECTION II -WHO IS AN INSURED: (1)Any person or organization de- scribed in Paragraph 9.a.(2)be- low (hereinafter referred to as additional insured)whom you are required to add as an addi- tional insured under this Cover- age Part by reason of: (a)A written contract or agree- ment; or (b)An oral agreement or con- tract where a certificate of insurance showing that per- son or organization as an additional insured has been issued, is an insured, provided: (a)The written or oral contract or agreement is: 1)Currently in effect or becomes effective dur- ing the policy period; and 2)Executed prior to an "occurrence" or offense to which this insurance would apply; and (b)They are not specifically named as an additional in- sured under any other pro- vision of, or endorsement added to, this Coverage Part. (2)Only the following persons or organizations are additional in- sureds under this endorsement, and insurance coverage pro- vided to such additional insureds is limited as provided herein: (a)The manager or lessor of a premises leased to you with whom you have agreed per Paragraph 9.a.(1)above to provide insurance, but only with respect to liability aris- ing out of the ownership, maintenance or use of that part of a premises leased to you, subject to the following additional exclusions: This insurance does not ap- ply to: 1)Any "occurrence" which takes place after you cease to be a tenant in that premises. 2)Structural alterations, new construction or demolition operations performed by or on be- Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 11 of 15 half of such additional insured. (b)Any person or organization from which you lease equipment with whom you have agreed per Paragraph 9.a.(1)above to provide in- surance. Such person(s) or organization(s) are insureds solely with respect to their liability arising out of the maintenance, operation or use by you of equipment leased to you by such per- son(s) or organizations(s). However, this insurance does not apply to any "oc- currence" which takes place after the equipment lease expires. (c)Any person or organization (referred to below as ven- dor) with whom you have agreed per Paragraph 9.a.(1)above to provide in- surance, but only with re- spect to "bodily injury"or "property damage" arising out of "your products" which are distributed or sold in the regular course of the ven- dor's business, subject to the following additional ex- clusions: 1)The insurance afforded the vendor does not apply to: a)"Bodily injury" or "property damage" for which the ven- dor is obligated to pay damages by reason of the as- sumption of liabil- ity in a contract or agreement. This exclusion does not apply to liability for damages that the vendor would have in the absence of the contract or agreement; b)Any express war- ranty unauthorized by you; c)Any physical or chemical change in the product made intentionally by the vendor; d)Repackaging, unless unpacked solely for the pur- pose of inspection, demonstration, testing, or the substitution of parts under in- structions from the manufacturer, and then repackaged in the original con- tainer; e)Any failure to make such inspec- tions, adjustments, tests or servicing as the vendor has agreed to make or normally under- takes to make in the usual course of business, in connection with the distribution or sale of the prod- ucts; f)Demonstration,in- stallation, servic- ing or repair op- erations, except such operations performed at the vendor's premises in connection with the sale of the product; g)Products which, after distribution or sale by you, have been labeled or re- labeled or used as a container, part or ingredient of any other thing or sub- stance by or for the vendor. 2)This insurance does not apply to any in- sured person or organi- zation: a)From whom you have acquired such products, or any ingredient, part or container, entering into, ac- companying or containing such products; or b)When liability in- cluded within the "products- completed opera- tions hazard" has Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 12 of 15 been excluded under this Cover- age Part with re- spect to such products. (d)Any state or political subdi- vision with which you have agreed per Paragraph 9.a.(1)above to provide in- surance, subject to the fol- lowing additional provision: This insurance applies only with respect to the following hazards for which the state or political subdivision has issued a permit in connec- tion with premises you own, rent or control and to which this insurance applies: 1)The existence, mainte- nance,repair, construc- tion, erection, or re- moval of advertising signs, awnings, cano- pies,cellar entrances, coal holes, driveways, manholes, marquees, hoist away openings, sidewalk vaults, street banners, or decorations and similar exposures; or 2)The construction, erec- tion, or removal of ele- vators; or 3)The ownership, main- tenance, or use of any elevators covered by this insurance. (e)Any state or political subdi- vision with which you have agreed per Paragraph 9.a.(1)above to provide in- surance, subject to the fol- lowing provisions: 1)This insurance applies only with respect to op- erations performed by you or on your behalf for which the state or political subdivision has issued a permit. 2)This insurance does not apply to "bodily in- jury", "property dam- age" or "personal and advertising injury" aris- ing out of operations performed for the state or political subdivision. (f)Any person or organization with which you have agreed per Paragraph 9.a.(1) above to provide insurance, but only with respect to liability arising out of "your work" performed for that additional insured by you or on your behalf.A person or organi- zation's status as an insured under this provision of this endorsement continues for only the period of time re- quired by the written con- tract or agreement, but in no event beyond the expiration date of this Coverage Part. If there is no written contract or agreement,or if no pe- riod of time is required by the written contract or agreement, a person or or- ganization's status as an in- sured under this endorse- ment ends when your op- erations for that insured are completed. (3)Any insurance provided to an additional insured designated under Paragraph 9.a.(2): (a)Subparagraphs (e)and (f) does not apply to "bodily in- jury" or "property damage" included within the "prod- ucts-completed operations hazard"; (b)Subparagraphs (a), (b), (d), (e)and (f)does not apply to "bodily injury", "property damage" or "personal and advertising injury" arising out of the sole negligence or willful misconduct of the ad- ditional insured or their agents, "employees" or any other representative of the additional insured; or (c)Subparagraph (f)does not apply to "bodily injury", "property damage"or "per- sonal and advertising injury" arising out of: 1)Defects in design fur- nished by or on behalf of the additional in- sured; or 2)The rendering of,or failure to render,any professional architec- tural, engineering or surveying services, in- cluding: Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 13 of 15 a)The preparing, approving or fail- ing to prepare or approve maps, shop drawings, opinions, reports, surveys, field or- ders,change or- ders or drawings and specifications; and b)Supervisory,in- spection, architec- tural or engineer- ing activities. 3)"Your work" for which a consolidated (wrap-up) insurance program has been provided by the primecontractor-project manager or owner of the construction project in which you are in- volved. b.Only with regard to insurance pro- vided to an additional insured desig- nated under Paragraph 9.a.(2)Sub- paragraph (f)above, SECTION III - LIMITS OF INSURANCE is amended to include: The limits applicable to the additional insured are those specified in the written contract or agreement or in the Declarations of this Coverage Part,whichever are less. If no limits are specified in the written contract or agreement, or if there is no written contract or agreement, the limits ap- plicable to the additional insured are those specified in the Declarations of this Coverage Part.The limits of in- surance are inclusive of and not in addition to the limits of insurance shown in the Declarations. c.SECTION IV -COMMERCIAL GEN- ERAL LIABILITY CONDITIONS is hereby amended as follows: (1)Condition 5. Other Insurance is amended to include: (a)Where required by a written contract or agreement, this insurance is primary and / or noncontributory as re- spects any other insurance policy issued to the addi- tional insured, and such other insurance policy shall be excess and /or noncon- tributing, whichever applies, with this insurance. (b)Any insurance provided by this endorsement shall be primary to other insurance available to the additional insured except: 1)As otherwise provided in SECTION IV - COMMERCIAL GEN- ERAL LIABILITY CONDITIONS,5. Other Insurance,b. Excess Insurance; or 2)For any other valid and collectible insurance available to the addi- tional insured as an additional insured by attachment of an en- dorsement to another insurance policy that is written on an excess basis. In such case, the coverage provided under this endorsement shall also be excess. (2)Condition 11. Conformance to Specific Written Contract or Agreement is hereby added: 11.Conformance to Specific Written Contract or Agreement With respect to additional insureds described in Para- graph 9.a.(2)(f) above only: If a written contract or agreement between you and the additional insured specifies that coverage for the additional insured: a.Be provided by the In- surance Services Office additional insured form number CG 20 10 or CG 20 37 (where edi- tion specified); or b.Include coverage for completed operations; or c.Include coverage for "your work"; and where the limits or cov- erage provided to the addi- tional insured is more re- strictive than was specifi- cally required in that written contract or agreement, the terms of Paragraphs 9.a.(3)(a), 9.a.(3)(b) or 9.b. above,or any combination thereof, shall be interpreted as providing the limits or coverage required by the terms of the written contract Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 14 of 15 or agreement, but only to the extent that such limits or coverage is included within the terms of the Coverage Part to which this endorse- ment is attached. If, how- ever,the written contract or agreement specifies the In- surance Services Office ad- ditional insured form num- ber CG 20 10 but does not specify which edition, or specifies an edition that does not exist, Paragraphs 9.a.(3)(a)and 9.a.(3)(b)of this endorsement shall not apply and Paragraph 9.b.of this endorsement shall ap- ply. 10.Broadened Contractual Liability -Work Within 50' of Railroad Property It is hereby agreed that Paragraph f.(1)of Definition 12."Insured contract" (SEC- TION V - DEFINITIONS) is deleted. 11.Property Damage to Borrowed Equip- ment a.The following is hereby added to Ex- clusion j. Damage to Property of Paragraph 2., Exclusions of SEC- TION I -COVERAGES, COVERAGE A.BODILY INJURY AND PROP- ERTY DAMAGE LIABILITY: Paragraphs (3)and (4)of this exclu- sion do not apply to tools or equip- ment loaned to you, provided they are not being used to perform opera- tions at the time of loss. b.With respect to the insurance pro- vided by this section of the endorse- ment, the following additional provi- sions apply: (1)The Limits of insurance shown in the Declarations are replaced by the limits designated in Section B.Limits of Insurance, 11.of this endorsement with respect to coverage provided by this en- dorsement. These limits are in- clusive of and not in addition to the limits being replaced.The Limits of Insurance shown in Section B.Limits of Insurance, 11.of this endorsement fix the most we will pay in any one "oc- currence"regardless of the number of: (a)Insureds; (b)Claims made or "suits" brought; or (c)Persons or organizations making claims or bring "suits". (2)Deductible Clause (a)Our obligation to pay dam- ages on your behalf applies only to the amount of dam- ages for each "occurrence" which are in excess of the Deductible amount stated in Section B.Limits of Insur- ance, 11.of this endorse- ment. The limits of insur- ance will not be reduced by the application of such De- ductible amount. (b)Condition 2. Duties in the Event of Occurrence,Of- fense,Claim or Suit, ap- plies to each claim or "suit" irrespective of the amount. (c)We may pay any part or all of the deductible amount to effect settlement of any claim or "suit" and, upon no- tification of the action taken, you shall promptly reim- burse us for such part of the deductible amount as has been paid by us. 12.Employees as Insureds -Specified Health Care Services It is hereby agreed that Paragraph 2.a.(1)(d)of SECTION II -WHO IS AN INSURED, does not apply to your "em- ployees" who provide professional health care services on your behalf as duly li- censed: a.Nurses; b.Emergency Medical Technicians; or c.Paramedics, in the jurisdiction where an "occurrence" or offense to which this insurance applies takes place. 13.Broadened Notice of Occurrence Paragraph a.of Condition 2. Duties in the Event of Occurrence,Offense, Claim or Suit (SECTION IV -COMMER- CIAL GENERAL LIABILITY CONDI- TIONS) is hereby deleted and replaced by the following: a.You must see to it that we are noti- fied as soon as practicable of an "oc- currence" or an offense which may result in a claim. To the extent pos- sible, notice should include: (1)How, when and where the "oc- currence" or offense took place; Includes copyrighted material of Insurance GA 233 02 07 Services Office, Inc., with its permission.Page 15 of 15 (2)The names and addresses of any injured persons and wit- nesses; and (3)The nature and location of any injury or damage arising out of the "occurrence" or offense. This requirement applies only when the "occurrence" or offense is known to an "authorized representative". AA 4172 09 09 THIS ENDORSEMENT CHANGES THE POLICY PLEASE READ IT CAREFULLY BLANKET WAIVER OF SUBROGATION AUTO This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi cated below Endorsement Effective: 1/27/2017 Policy Number: EBA0305105 Named Insured: Mako Contracting LLC Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement 1 Blanket Waiver of Subrogation SECTION IV BUSINESS AUTO CONDI TIONS, A Loss Conditions, 5 Transfer of Rights of Recovery Against Others to Us is amended by the addition of the following: We waive any right of recovery we may have against any person or organization because of payments we make for "bodily injury" or "property damage" arising out of the operation of a covered "auto" when you have assumed liability for such "bodily injury" or "property damage" under an "insured contract", pro vided the "bodily injury" or "property damage" occurs subsequent to the execution of the "in sured contract" AA 4171 11 05 THIS ENDORSEMENT CHANGES THE POLICY. PLEASE READ IT CAREFULLY. ADDITIONAL INSURED BY CONTRACT This endorsement modifies insurance provided under the following: BUSINESS AUTO COVERAGE FORM GARAGE COVERAGE FORM This endorsement changes the policy effective on the inception date of the policy unless another date is indi- cated below. Endorsement Effective: 1/27/2017 Policy Number: EBA0305105 Named Insured: Mako Contracting LLC Countersigned by: (Authorized Representative) With respect to coverage provided by this endorsement, the provisions of the Coverage Form apply unless modified by the endorsement. SECTION II - LIABILITY COVERAGE, A. Cover- age, I. Who is an Insured is amended to include as an insured any person or organization with which you have agreed in a valid written contract to provide insurance as is afforded by this policy. This provision is limited to the scope of the valid written contract. This provision does not apply unless the valid written contract has been executed prior to the "bodily injury" or "property damage". 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. INSR LTR TYPE OF INSURANCE ADOL INSD SUBR SVD POLICY NUMBER POLICY EFF IMMIQYYY$ POLICY EXP IMwpm YYYI LIMITS COMMERCIAL GENERAL UABILITY EACH OCCURRENCE CLAIMS -MADE p J OCCUR DAMAGE TO RENTED (Ea oc urrenceJ $ .2REMISES _ MED EXP (Any one person) — PERSONAL & ADV INJURY $ GEN'L AGGREGATE LIMIT APPLIES PER: GENERAL AGGREGATE $ POL€CY 1.._ 1 JEa n LOC PRODUCTS - COMP/OP AGG $ 7 OTHER $ A AUTOMOBILE LIABILITY COMBINED SINGLE LIMIT IEa accidentU $ ANY AUTO BODILY INJURY (Perperson) $ _ OWNED AUTEEOS ONLY SCHEDULED AUUTNOS BODILY INJURY (Per accident) $ UTONLY Ap6 _ p AUTOS ON LY (. s a�R DAMAGE 1 $ _Y $ UMBRELLA LIAB OCCUR EACH OCCURRENCE $ EXCESS LIAR CLAIMS -MADE AGGREGATE $ DED RETENTIONS 5 A WORKERS COMPENSATION y PER X STATUTE I_E - AND EMPLOYERS' LIABILITY ANY PROPRIETOR/PARTNER/EXECUTIVE X TWC3582851 10/01/2016 10/01/2017 E.L. EACH ACCIDENT --- 1,000,000 $ IYNI NIA OFFICER/MEMBER EXCLUDED?1,000,000 (mandatory In NH) I E_L DISEASE- EA EMPLOYEE $..-. If yes, deacnbe under DESCRIPTION OF OPERATIONS be' E.L. DISEASE - POLICY LIMIT 1,000,000 5 DESCRIPTION OF OPERATIONS / LOCATIONS 7 VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached hf more space Is required) Coverage is provided for only those covered employees but not subcontractors of: MAKO CONTRACTING, LLC. Project: E16280 NAS Truck Inspection Staging Area Workers Compensation Includes Waiver of Subrogation per attached WC 42 03 04 B. Workers Compensation includes Texas Notice of Material Change WC 42 06 01 - 30 Day Notice of Cancellation. AC -CPR 1E7" ESGMINC-01 CERTIFICATE OF LIABILITY INSURANCE DVERNEUILL.LE CATE IMMIDDIYYYY) 0 611 4/2 01 7 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 pollcy(les) must have ADDITIONAL INSURED provisions or be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER Robertson Ryan - Racine 6015 Durand Avenue, Suite 300 Racine, WI 53406 INSURED Halcyon HR Inc LCF: Mako Contracting LLC 522 Scotland Drive Corpus Christi, TX 78418 CONTACT Deborah Verneuille .211,71M E; PHONE FAX (AFC, No. Exit; (262) 504-3845 845 --_^(Arc, Nol:(262) 886-3947 Ess: dverneuille@robertsonryan.com -- -___ INSURER(S) AFFORDING COVERAGE INSURER A:Technology Insurance Company INSURER S. INSURER C : INSURER D : INSURER E: INSURER F: NAIC * 42376 Cityof Corpus Christi R Attn: Engineering Dept 1201 Leopard St Corpus Christi, TX 75401 I SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE E v of 'aT`'r""'- ACORD 25 (2016/03) © 1988-2015 ACORD CORPORATION. All rights reserved. The ACORD name and logo are registered marks of ACORD WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY 613756109 WC 42 03 04 13 (Ed. 6-14) 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 riot 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 City of Corpus Christi Attn: Engineering Dept 1201 Leopard St Corpus Christi, TX 78401 2. Operations: Specific form per written contract 3. Premium: 4. Advance Premium: This endorsement changes the policy to which it is attached and is effective on the date issued unless otherwise stated, Endorsement Effective 10/1/2016 Policy Na. TWC3582851 Endorsement No. WC4203048 Insured Halcyon HR, Inc. Premium $ Insurance Company Technology Insurance Company, inc. Countersigned by 04,114.4440, WC 42 03 04 8 (Ed. 6-14) m Copyright 2014 National Council on Compensation Insurance, Inc. All Rights Reserved. WORKERS COMPENSATION AND EMPLOYERS LIABILITY INSURANCE POLICY WC420601 (Ed. 1-94) TEXAS NOTICE OF MATERIAL CHANGE ENDORSEMENT This endorsement applies only to the Insurance provided by the policy because Texas is shown in Item 3.A. of the Information Page. In the event of cancelation or other material change of the policy, we will mall advance notice to the person or organization named In the Schedule, The number of days advance notice is shown In the Schedule. This endorsement shall not operate directly or Indirectly to benefit anyone not named In the Schedule. Schedule 1. Number of days advance notIce; 30 2. Notice will be mailed to: city of Corpus Christi Attn: Engineering Dept 1201 Leopard St Corpus Christi, TX 78401 This endorsement changes the policy to which it Is attached and Is effective an the date issued unless otherwise stated. Endorsement Effective 10/1/16 Polley No, TWC3582851 Endorsement No. Insured Halcyon HR, Inc, Premium $ Insurance Company Technology Insurance Company oarA Countersigned by 00 6116 PAYMENT BOND BOND NO. 1001083295 Contractor as Principal Name: Mako Contracting, LLC Mailing address (principal place of business): 3636 So. Alameda St., Suite B153 Corpus Christi, TX 78411 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E16280 NASCC Truck Inspection Staging Area Award Date of the Contract: May 30, 2017 Contract Price: $1,109,801.44 Bond Date of Bond: June 20, 2017 (Dote of Bond cannot be earlier than Award Date of Contract) Surety Name: U.S. Specialty Insurance Company Mailing address (principal place of business): 5601 Granite Parkway, Ste. 1100 Plano, TX 75024 Physical address (principal place of business): 5601 Granite Parkway, Ste. 1100 Plano, TX 75024 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 972/ 930-0641 Telephone (for notice of claim): 1-800-486-6695 Local Agent for Surety Name: Address: Cam Fletcher 5601 Granite Parkway, Ste. 1100 Plano, TX 75024 Telephone: 972/ 930-0641 CFLETCHER@hcc.com Email Address: The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Payment Bond Form E16280 NASCC Truck Staging Area 006116-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Payment Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal pays all claimants providing labor or materials to him or to a Subcontractor in the prosecution of the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor Signature: Name: Title: Email Address: as Principal Mako .. racting, LLC Surety U.S. Specialty Insurance Company Signature: ` ` Eagle- , op% :.4,4,:e7 s•1•` Name: Robert G. Kanuth R�y,,:11- Title: Attorney -in -Fact d4ce .....1. -Email Address: RKanuth(kandsins.com (Attach Power of Attorney and place surety seal below) END OF SECTION Payment Bond Form E16280 NASCC Truck Staging Area 006116-2 7-8-2014 :r, • 1 . • 4_, .'moo J, °". `w., ' J� y � ' • • SABINA MORGENSTEIN Commission # 2129258 Notary Public - California Los Angeles County My Comm. Expires Nov 3. 2019 1 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Moss, Jay Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mistie Beck, Robert G. Kanuth or Jarrett Willson of Rockwall, Texas its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ******Ten Million****** Dollars (5 *10,000,000.00* ). This Power of Attorney shall expire, without further action on November 3, 2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attomey(s)-in-Fact to represent and act for and on behalf of the Company subject to the following provisions: Attorney -in -Fact may be given full power and authority for and in the nano of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attomcy-in-Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Secretary. Be it Resolved that the signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attorney or any certificate relating thereto by facsimile, and any power of attomcy or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon the Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of November, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY Corporate Seals UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY ,uugn,,,,,,,., ,,,,, o`„muiuu:,,,,, DIN p ` nswd -`.:. .:phi (#) �•!Q: �'° �,' ou: is_ =_ _% s'.. '•11OflM.o```�` n,two�„o` T'' Pcwto Daniel P. Aguilar, Vice President A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles SS: On this 1st day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. I certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a true and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In Wi ss Whereof, I have h reunto set my hand and affixed the seals of said Companies at Los Angeles, California this day of Corporate Seals ; ....o"' sor' E,coNaMno ii Bond No. (C)0 6 Z.C1=¢ "."."'°Ins : s Agency No. 17042 W�41lFORM�o" Kio Lo, Assistant Secretary a;,.§ 4134 1 U.S. Specialty Insurance Company TEXAS COMPLAINT NOTICE AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su agente. IMPORTANT NOTICE 1. To obtain information or make a complaint: 2. You may contact your agent. 3. You may call the company's toll free telephone number for information or to make a complaint at: 1-800-486-6695 4. You may also write to the company at: 801 South Figueroa Street, Ste 700 Los Angeles, CA 90017 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance at: Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@,tdi.texas.gov 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. Usted puede llamar al numero de telefono gratis de la compania's para informacion o para someter una queja al: 1-800-486-6695 Usted tambien puede escribir a la compania: 801 South Figueroa Street, Ste 700 Los Angeles, CA 90017 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos, o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas al: Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.state.tx.us E-mail: ConsumerProtectiontdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA Esta aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. HCCSTXM00081I0 00 6113 PERFORMANCE BOND BOND NO. 1001083295 Contractor as Principal Name: Mako Contracting, LLC Mailing address (principal place of business): 3636 So. Alameda St., Suite B153 Corpus Christi, TX 78411 Owner Name: City of Corpus Christi, Texas Mailing address (principal place of business): Engineering Services 1201 Leopard Street Corpus Christi, Texas 78469 Contract Project name and number: E16280 NASCC Truck Inspection Staging Area Award Date of the Contract: May 30, 2017 Contract Price: 51,109,801.44 Bond Date of Bond: June 20. 2017 (Date of Bond cannot be earlier than Award Date of the Contract) Surety Name: U.S. Specialty Insurance Company Mailing address (principal place of business): 5601 Granite Parkway, Ste. 1100 Plano, TX 75024 Physical address (principal place of business): 5601 Granite Parkway, Ste. 1100 Plano, TX 75024 Surety is a corporation organized and existing under the laws of the state of: Texas By submitting this Bond, Surety affirms its authority to do business in the State of Texas and its license to execute bonds in the State of Texas. Telephone (main number): 972/ 930-0641 Telephone (for notice of claim): 1-800-486-6695 Local Agent for Surety Name: Address: Cam Fletcher 5601 Granite Parkway, Ste. 1100 Plano, TX 75024 Telephone: 972/ 930-0641 Email Address: CFLETCHER@hcc.com The address of the surety company to which any notice of claim should be sent may be obtained from the Texas Dept. of Insurance by calling the following toll-free number: 1-800-252-3439 Performance Bond E16280 NASCC Truck Inspection Staging Area 006113-1 7-8-2014 Surety and Contractor, intending to be legally bound and obligated to Owner do each cause this Performance Bond to be duly executed on its behalf by its authorized officer, agent or representative. The Principal and Surety bind themselves, and their heirs, administrators, executors, successors and assigns, jointly and severally to this bond. The condition of this obligation is such that if the Contractor as Principal faithfully performs the Work required by the Contract then this obligation shall be null and void; otherwise the obligation is to remain in full force and effect. Provisions of the bond shall be pursuant to the terms and provisions of Chapter 2253 and Chapter 2269 of the Texas Government Code as amended and all liabilities on this bond shall be determined in accordance with the provisions of said Chapter to the same extent as if it were copied at length herein. Venue shall lie exclusively in Nueces County, Texas for any legal action. Contractor as Principa ako Coitracting, LLC Signature: /./ Surety U.S. Specialty Insurance Company / Signature: t Name: /4: y v/ aouc-4µ.a...‘ Name: Robert G. Kanuth Title: 1,^'i ; «-/- Title: Attorney -in -Fact Email Address: 66 _y)14,�sirn..,Pr , Email Address: RKanuth a,kandsins.com 4' "� (Attach Power of Attorney and place surety•seal-below) .:illllltll��` END OF SECTION Performance Bond E16280 NASCC Truck Inspection Staging Area 006113-2 7-8-2014 • S: : SABINA MORGENSTEIN Commission # 2129258 Notary Public • California Los Angeles County My Comm. Expires Nov 3. 2014 POWER OF ATTORNEY AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY KNOW ALL MEN BY THESE PRESENTS: That American Contractors Indemnity Company, a California corporation, Texas Bonding Company, an assumed name of American Contractors Indemnity Company, United States Surety Company, a Maryland corporation and U.S. Specialty Insurance Company, a Texas corporation (collectively, the "Companies"), do by these presents make, constitute and appoint: Johnny Moss, Jay Jordan, Tony Fierro, Jeremy Barnett, Jade Porter, Mistie Beck, Robert G. Kanuth or Jarrett Willson of Rockwall, Texas its true and lawful Attorney(s)-in-fact, each in their separate capacity if more than one is named above, with full power and authority hereby conferred in its name, place and stead, to execute, acknowledge and deliver any and all bonds, recognizances, undertakings or other instruments or contracts of suretyship to include riders, amendments, and consents of surety, providing the bond penalty does not exceed ******Ten Million****** Dollars ($ *10,000,000.00* ). This Power of Attorney shall expire, without further action on November 3, 2019. This Power of Attorney is granted under and by authority of the following resolutions adopted by the Boards of Directors of the Companies: Be it Resolved, that the President, any Vice -President, any Assistant Vice -President, any Secretary or any Assistant Secretary shall be and is hereby vested with full power and authority to appoint any one or more suitable persons as Attorneys) -in -Fact to represent and act for and on behalf of the Company subject to the following provisions: Allornev-in-Fact may be given full power and authority for and in the name of and on behalf of the Company, to execute, acknowledge and deliver, any and all bonds, recognizances, contracts, agreements or indemnity and other conditional or obligatory undertakings, including any and all consents for the release of retained percentages and/or final estimates on engineering and construction contracts, and any and all notices and documents canceling or terminating the Company's liability thereunder, and any such instruments so executed by any such Attorney -in -Fact shall be binding upon the Company as if signed by the President and sealed and effected by the Corporate Sccrctary. Be it Resolved, that thc signature of any authorized officer and seal of the Company heretofore or hereafter affixed to any power of attomcy or any certificate relating thereto by facsimile, and any power of attorney or certificate bearing facsimile signature or facsimile seal shall be valid and binding upon thc Company with respect to any bond or undertaking to which it is attached. IN WITNESS WHEREOF, The Companies have caused this instrument to be signed and their corporate seals to be hereto affixed, this 1st day of November, 2016. AMERICAN CONTRACTORS INDEMNITY COMPANY TEXAS BONDING COMPANY UNITED STATES SURETY COMPANY U.S. SPECIALTY INSURANCE COMPANY Corporate Seals U 1„Illn044 �1µACTpgs .,, SYi .cenPO TED i== SEPT. S. 1990 :t= FORN�P"r�``• 9\\,,,111ING,,,,,,,,„"' °' ,,,,,,,,,,U„,�/' LAD . �nsua cyr a'. •.:.07 1111 • ,grQ,,, ,fOF1E pl��un�luo"` By: -—? Daniel P. Aguilar, Vice President A notary public or other officer completing this certificate verifies only the identity of the individual who signed the document to which this certificate is attached, and not the truthfulness, accuracy, or validity of that document. State of California County of Los Angeles SS: On this 1st day of November, 2016, before me, Sabina Morgenstein, a notary public, personally appeared Daniel P. Aguilar, Vice President of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company who proved to me on the basis of satisfactory evidence to be the person whose name is subscribed to the within instrument and acknowledged to me that he executed the same in his authorized capacity, and that by his signature on the instrument the person, or the entity upon behalf of which the person acted, executed the instrument. certify under PENALTY OF PERJURY under the laws of the State of California that the foregoing paragraph is true and correct. WITNESS my hand and official seal. Signature (Seal) I, Kio Lo, Assistant Secretary of American Contractors Indemnity Company, Texas Bonding Company, United States Surety Company and U.S. Specialty Insurance Company, do hereby certify that the above and foregoing is a tnie and correct copy of a Power of Attorney, executed by said Companies, which is still in full force and effect; furthermore, the resolutions of the Boards of Directors, set out in the Power of Attorney are in full force and effect. In W ss Whereof, I have h reunto set my hand and affixed the seals of said Companies at Los Angeles, California this day of U 1 `>� Corporate Seals Bond No. 100 MA 5 Agency No. 17042 :Kio Lo, Assistant Secretary Kan't Kopy. K1 Security Paper • Hidden Pantograph • Color Match • Artificial Watermark • Anti -Copy Coin Rub • Erasure Protection • Security Features Box • Microprint Protection • Acid Free Kan't Kopy° K1 Security Paper • Hidden Pantograph • Color Match • Artificial Watermark • Anti -Copy Coin Rub • Erasure Protection • Security Features Box • Microprint Protection • Acid Free .t Kan't Kopy K1 Security Paper • Hidden Pantograph • Color Match • Artificial Watermark • Anti -Copy Coin Rub • Erasure Protection • Security Features Box • Microprint Protection • Acid Free • . I i (11 • .,/ / Jl►'t�l'1` ``�� Kan't Kopy K1 Security Paper • Hidden Pantograph • Color Match • Artificial Watermark • Anti -Copy Coin Rub • Erasure Protection • Secutity Features Box • Microprint Protection • Acid Free U.S. Specialty Insurance Company TEXAS COMPLAINT NOTICE AVISO IMPORTANTE Para obtener informacion o para someter una queja: Puede comunicarse con su agente. IMPORTANT NOTICE 1. To obtain information or make a complaint: 2. You may contact your agent. 3. You may call the company's toll free telephone number for information or to make a complaint at: 1-800-486-6695 4. You may also write to the company at: 801 South Figueroa Street, Ste 700 Los Angeles, CA 90017 5. You may contact the Texas Department of Insurance to obtain information on companies, coverages, rights, or complaints at: 1-800-252-3439 6. You may write to the Texas Department of Insurance at: Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http://www.tdi.texas.gov E-mail: ConsumerProtection@,tdi.texas.gov 7. PREMIUM OR CLAIM DISPUTES: Should you have a dispute concerning your premium or about a claim you should contact the agent or the company first. If the dispute is not resolved, you may contact the Texas Department of Insurance. 8. ATTACH THIS NOTICE TO YOUR POLICY This notice is for information only and does not become a part or condition of the attached document. Usted puede llamar al numero de telefono gratis de la compania's para informacion o para someter una queja al: 1-800-486-6695 Usted tambien puede escribir a la compania: 801 South Figueroa Street, Ste 700 Los Angeles, CA 90017 Puede comunicarse con el Departamento de Seguros de Texas para obtener informacion acerca de companias, coberturas, derechos, o quejas al: 1-800-252-3439 Puede escribir al Departamento de Seguros de Texas al: Consumer Protection (111-1A) P.O. Box 149091 Austin, TX 78714-9091 Fax No. (512) 490-1007 Web: http:l/www.tdi.state.tx.us E-mail: ConsumerProtectionAtdi.texas.gov DISPUTAS SOBRE PRIMAS 0 RECLAMOS: Si tiene una disputa concerniente a su prima o a un reclamo, debe comunicarse con el agente o la compania primero. Si no se resuelve la disputa, puede entonces comunicarse con el departamento (TDI). UNA ESTE AVISO A SU POLIZA Esta aviso es solo para proposito de informacion y no se convierte en parte o condicion del documento adjunto. HCCSTXM000S/ 10